Loading...
R-04-03-11-11D3 - 3/11/2004RESOLUTION NO. R -04-03-11-11D3 WHEREAS. the City of Round Rock desires to retain engineering services for IH -35 modifications from Chandler Road to Westinghouse Road, and WHEREAS; HDR Engineering, Inc. has submitted a Contract for Engineering Services to provide said services, and WHEREAS, the City Council desires to enter into said contract with HDR Engineering, 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 a Contract. for .Engineering Services with HDR Engineering, Inc. for IH -35 modifications from Chandler Road to Westinghouse Road, a copy of said contract 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 llth day of March, 2004 J)1 ELL, Mayor City of Round Rock, Texas CHRISTINE R. MARTINEZ, City Secretai. :,,PPDesktop\-.ODMA,WOR_.DOX/O:i W0OY./RESOLUTI/R4O311D3.WPD/sc ROUND ROCK. TEXAS !RPOsr. PASSt \ PROSPERITY. CITY OF ROUND ROCK CONTRACT FOR ENGINEERING SERVICES FIRM HDR ENGINEERING, INC. ("Engineer") ADDRESS: 2211 South IH 35, Suite 300, Austin, Texas 78741 PROJECT: 1H 35 FRONTAGE ROAD (Chander Road to Westinghouse) THE STATE OF TEXAS COUNTY OF WILLIAMSON THIS CONTRACT FOR ENGINEERING SERVICES ("Contract") is made and entered into on this the __ day of , 2004 by and between the CITY OF ROUND ROCK, a Texas home - rule municipal corporation, whose offices are located at 221 East Main Street, Round Rock, Texas 78664-5299, (hereinafter referred to as "City"), and Engineer, and such Contract is for the purpose of contracting for professional engineering services. RECITALS: WHEREAS, V.T.C.A., Government Code §2254.002(2)(A)(vii) under Subchapter A entitled "Professional Services Procurement Act" provides for the procurement by municipalities of services of professional engineers; and WHEREAS, City and Engineer desire to contract for such professional engineering services; and WHEREAS, City and Engineer wish to document their agreement concerning the requirements and respective obligations of the parties; NOW, THEREFORE, WITNESSETH: That for and in consideration of the mutual promises contained herein and other good and valuable considerations, and the covenants and agreements hereinafter contained to be kept and performed by the respective parties hereto, it is agreed as follows: Engineering Services Contract File Name: ih35/frontage-02-04-hdr; 64493 EXHIBIT nAn Rev. 02/23/04 00064494 CONTRACT DOCUMENTS The Contract Documents consist of this Contract and any exhibits attached hereto (which exhibits are hereby incorporated into and made a part of this Contract) and all Supplemental Contracts (as defined herein in Article 13) which are subsequently issued. These form the entire contract, and all are as fully a part of this Contract as if attached to this Contract or repeated herein. ARTICLE 1 CITY SERVICES City shall perform or provide services as identified in Exhibit A entitled "City Services." ARTICLE 2 ENGINEERING SERVICES Engineer shall perform Engineering Services as identified in Exhibit B entitled "Engineering Services." Engineer shall perform the Engineering Services in accordance with the Work Schedule as identified in Exhibit C entitled "Work Schedule." Such Work Schedule shall contain a complete schedule so that the Engineering Services under this Contract may be accomplished within the specified time and at the specified cost. The Work Schedule shall provide specific work sequences and definite review times by City and Engineer of all Engineering Services. Should the review times or Engineering Services take longer than shown on the Work Schedule, through no fault of Engineer, Engineer may submit.a timely written request for additional time, which shall be subject to the approval of the City Manager. ARTICLE 3 CONTRACT TERM (1) Term. The Engineer is expected to complete the Engineering Services described herein in accordance with the above described Work Schedule. If Engineer does not performed the Engineering Services in accordance with the Work Schedule, then City shall have the right to terminate this Contract as set forth below in Article 20. So long as the City elects not to terminate this Contract, it shall continue from day to day until such time as the Engineering Services are completed. Any Engineering Services performed or costs incurred after the date of termination shall not be eligible for reimbursement. Engineer shall notify City in writing as soon as possible if he/she/it determines, or reasonably anticipates, that the Engineering Services will not be completed in accordance with the Work Schedule. (2) Work Schedule. Engineer acknowledges that the Work Schedule is of critical importance, and agrees to undertake all necessary efforts to expedite the performance of Engineering Services required herein so that construction of the project will be commenced and completed as scheduled. In this regard, and subject to adjustments in the Work Schedule as provided in Article 2 herein, Engineer shall proceed with sufficient qualified personnel and consultants necessary to fully and timely accomplish all Engineering Services required under this Contract in a professional manner. 2 (3) Notice to Proceed. After execution of this Contract, Engineer shall not proceed with Engineering Services until authorized in writing by City to proceed as provided in Article 7. ARTICLE 4 COMPENSATION City shall pay and Engineer agrees to accept the amount shown below as full compensation for the Engineering Services performed and to be performed under this Contract. The amount payable under this Contract, without modification of the Contract as provided herein, is the sum of Eight Hundred Thirty-six Thousand, Three Hundred Twenty-nine dollars ($ 836.329.00 ) as shown in Exhibit D. The lump sum amount payable shall be revised equitably only by written Supplemental Contract in the event of a change in Engineering Services as authorized by City. Engineer shall prepare and submit to City monthly progress reports in sufficient detail to support the progress of the Engineering Services and to support invoices requesting monthly payment. Any preferred format of City for such monthly progress reports shall be identified in Exhibit B. Satisfactory progress of Engineering Services shall be an absolute condition of payment. The fee herein referenced may be adjusted for additional Engineering Services requested and performed only if approved by written Supplemental Contract. ARTICLE 5 METHOD OF PAYMENT Payments to Engineer shall be made while Engineering Services are in progress. Engineer shall prepare and submit to City, not more frequently than once per month, a progress report as referenced in Article 4 above. Such progress report shall state the percentage of completion of Engineering Services accomplished during that billing period and to date. Simultaneous with submission of such progress report, Engineer shall prepare and submit one (1) original and one (1) copy of a certified invoice in a form acceptable to City. This submittal shall also include a progress assessment report in a form acceptable to City. Progress payments shall be made in proportion to the percentage of completion of Engineering Services identified in Exhibit D. Progress payments shall be made by City based upon Engineering Services actually provided and performed. Upon timely receipt and approval of each statement, City shall make a good faith effort to pay the amount which is due and payable within thirty (30) days. City reserves the right to withhold payment pending verification of satisfactory Engineering Services performed. Engineer has the responsibility to submit proof to City, adequate and sufficient in its determination, that tasks were completed. The certified statements shall show the total amount earned to the date of submission and shall show the amount due and payable as of the date of the current statement. Final payment does not relieve Engineer of the responsibility of correcting any errors and/or omissions resulting from his/her/its negligence. 3 ARTICLE 6 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Engineer will be made within thirty (30) days of the day on which the performance of services was complete, or within thirty (30) days of the day on which City receives a correct invoice for services, whichever is later. Engineer may charge a late fee (fee shall not be greater than that which is permitted by Texas law) for payments not made in accordance with this prompt payment policy; however, this policy does not apply in the event: A. There is a bona fide dispute between City and Engineer concerning the supplies, materials, or equipment delivered or the services performed that causes the payment to be late; or B. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or C. There is a bona fide dispute between Engineer and a subcontractor or between a subcontractor and its supplier concerning supplies, materials, or equipment delivered or the Engineering Services performed which causes the payment to be late; or D. The invoice is not mailed to City in strict accordance with instructions, if any, on the purchase order, or this Contract or other such contractual agreement. City shall document to Engineer the issues related to disputed invoices within ten (10) calendar days of receipt of such invoice. Any non -disputed invoices shall be considered correct and payable per the terms of Chapter 2251, V.T.C.A., Texas Government Code. ARTICLE 7 NOTICE TO PROCEED The Engineer shall not proceed with any task listed on Exhibit B until the City has issued a written Notice to Proceed regarding such task. The City shall not be responsible for work performed or costs incurred by Engineer related to any task for which a Notice to Proceed has not been issued. ARTICLE 8 PROJECT TEAM City's Designated Representative for purposes of this Contract is as follows: Thomas E. Word, Jr., P.E. Chief of Public Works Operations 2008 Enterprise Round Rock, Texas 78664 Telephone Number (512) 218-5555 Fax Number (512) 218-5563 Email Address tomword(around-rock.tx.us 4 City's Designated Representative shall be authorized to act on City's behalf with respect to this Contract. City or City's Designated Representative shall render decisions in a timely manner pertaining to documents submitted by Engineer in order to avoid unreasonable delay in the orderly and sequential progress of Engineering Services. Engineer's Designated Representative for purposes of this Contract is as follows: George E. Tillett, P.E. Project Manager 2211 South IH 35, Suite 300 Austin, Texas 78741 Telephone Number (512) 912-5100 Fax Number (512) 912-5158 Email Address George.Tillett@hdrinc.com ARTICLE 9 PROGRESS EVALUATION Engineer shall, from time to time during the progress of the Engineering Services, confer with City at City's election. Engineer shall prepare and present such information as may be pertinent and necessary, or as may be requested by City, in order for City to evaluate features of the Engineering Services. At the request of City or Engineer, conferences shall be provided at Engineer's office, the offices of City, or at other locations designated by City. When requested by City, such conferences shall also include evaluation of the Engineering Services. Should City determine that the progress in Engineering Services does not satisfy the Work Schedule, then City shall review the Work Schedule with Engineer to determine corrective action required. Engineer shall promptly advise City in writing of events which have or may have a significant impact upon the progress of the Engineering Services, including but not limited to the following: (1) Problems, delays, adverse conditions which may materially affect the ability to meet the objectives of the Work Schedule, or preclude the attainment of project Engineering Services units by established time periods; and such disclosure shall be accompanied by statement of actions taken or contemplated, and City assistance needed to resolve the situation, if any; and (2) Favorable developments or events which enable meeting the Work Schedule goals sooner than anticipated. 5 ARTICLE 10 SUSPENSION Should City desire to suspend the Engineering Services, but not to terminate this Contract, then such suspension may be effected by City giving Engineer thirty (30) calendar days' verbal notification followed by written confirmation to that effect. Such thirty -day notice may be waived in writing by agreement and signature of both parties. The Engineering Services may be reinstated and resumed in full force and effect within sixty (60) days of receipt of written notice from City to resume the Engineering Services. Such sixty-day notice may be waived in writing by agreement and signature of both parties. If this Contract is suspended for more than thirty (30) days, Engineer shall have the option of terminating this Contract. If City suspends the Engineering Services, the contract period as determined in Article 3, and the Work Schedule, shall be extended for a time period equal to the suspension period. City assumes no liability for Engineering Services performed or costs incurred prior to the date authorized by City for Engineer to begin Engineering Services, and/or during periods when Engineering Services is suspended, and/or subsequent to the contract completion date. ARTICLE 11 ADDITIONAL ENGINEERING SERVICES If Engineer forms a reasonable opinion that any work he/she/it has been directed to perform is beyond the scope of this Contract and as such constitutes extra work, he/she/it shall promptly notify City in writing. In the event City finds that such work does constitute extra work and exceeds the maximum amount payable, City shall so advise Engineer and a written Supplemental Contract will be executed between the parties as provided in Article 13. Engineer shall not perform any proposed additional work nor incur any additional costs prior to the execution, by both parties, of a written Supplemental Contract. City shall not be responsible for actions by Engineer nor for any costs incurred by Engineer relating to additional work not directly associated with the performance of the Engineering Services authorized in this Contract or any amendments thereto. ARTICLE 12 CHANGES IN ENGINEERING SERVICES If City deems it necessary to request changes to previously satisfactorily completed Engineering Services or parts thereof which involve changes to the original Engineering Services or character of Engineering Services under this Contract, then Engineer shall make such revisions as requested and as directed by City. Such revisions shall be considered as additional Engineering Services and paid for as specified under Article 11. Engineer shall make revisions to Engineering Services authorized hereunder as are necessary to correct errors appearing therein, when required to do so by City. No additional compensation shall be due for such Engineering Services. 6 ARTICLE 13 SUPPLEMENTAL CONTRACTS The terms of this Contract may be modified by written Supplemental Contract if City determines that there has been a significant change in (1) the scope, complexity or character of the Engineering Services, or (2) the duration of the Engineering Services. Any such Supplemental Contract must be duly authorized by City Council Resolution. Engineer shall not proceed until the appropriate Resolution has been adopted. Additional compensation, if appropriate, shall be identified as provided in Article 4. It is understood and agreed by and between both parties that Engineer shall make no claim for extra work done or materials furnished until the City Council authorizes full execution of the written Supplemental Contract and authorization to proceed. City reserves the right to withhold payment pending verification of satisfactory Engineering Services performed. ARTICLE 14 OWNERSHIP OF DOCUMENTS All data, basic sketches, charts, calculations, plans, specifications, and other documents created or collected under the terms of this Contract are the exclusive property of City and shall be furnished to City upon request. All documents prepared by Engineer and all documents furnished to Engineer by City shall be delivered to City upon completion or termination of this Contract. Engineer, at its own expense, may retain copies of such documents or any other data which it has furnished City under this Contract. ARTICLE 15 PERSONNEL, EQUIPMENT AND MATERIAL Engineer shall furnish and maintain, at its own expense, quarters for the performance of all Engineering Services, and adequate and sufficient personnel and equipment to perform the Engineering Services as required. All employees of Engineer shall have such knowledge and experience as will enable them to perform the duties assigned to them. Any employee of Engineer who, in the opinion of City, is incompetent or whose conduct becomes detrimental to the Engineering Services shall immediately be removed from association with the project when so instructed by City. Engineer certifies that it presently has adequate qualified personnel in its employment for performance of the Engineering Services required under this Contract, or will obtain such personnel from sources other than City. Engineer may not change the Project Manager without prior written consent of City. ARTICLE 16 SUBCONTRACTING Engineer shall not assign, subcontract or transfer any portion of the Engineering Services under this Contract without prior written approval from City. All subcontracts shall include the provisions required in this Contract and shall be approved as to form, in writing, by City prior to Engineering Services being performed under the subcontract. No subcontract shall relieve Engineer of any responsibilities under this Contract. 7 ARTICLE 17 EVALUATION OF ENGINEERING SERVICES City, or any authorized representatives of it, shall have the right at all reasonable times to review or otherwise evaluate the Engineering Services performed or being performed hereunder and the premises on which it is being performed. If any review or evaluation is made on the premises of Engineer or a subcontractor, then Engineer shall provide and require its subcontractors to provide all reasonable facilities and assistance for the safety and convenience of City or other representatives in the performance of their duties. ARTICLE 18 SUBMISSION OF REPORTS All applicable study reports shall be submitted in preliminary form for approval by City before any final report is issued. City's comments on Engineer's preliminary reports shall be addressed in any final report. ARTICLE 19 VIOLATION OF CONTRACT TERMS/BREACH OF CONTRACT Violation of contract terms or breach of contract by Engineer shall be grounds for termination of this Contract, and any increased costs arising from Engineer's default, breach of contract, or violation of contract terms shall be paid by Engineer. ARTICLE 20 TERMINATION This Contract may be terminated as set forth below. (1) By mutual agreement and consent, in writing, of both parties. (2) By City, by notice in writing to Engineer, as a consequence of failure by Engineer to perform the Engineering Services set forth herein in a satisfactory manner. (3) By either party, upon the failure of the other party to fulfill its obligations as set forth herein. (4) By City, for reasons of its own and not subject to the mutual consent of Engineer, upon not less than thirty (30) days' written notice to Engineer. (5) By satisfactory completion of all Engineering Services and obligations described herein. Should City terminate this Contract as herein provided, no fees other than fees due and payable at the time of termination shall thereafter be paid to Engineer. In determining the value of the Engineering Services performed by Engineer prior to termination, City shall be the sole judge. Compensation for Engineering Services at termination will be based on a percentage of the Engineering 8 Services completed at that time. Should City terminate this Contract under Subsection (4) immediately above, then the amount charged during the thirty -day notice period shall not exceed the amount charged during the preceding thirty (30) days. If Engineer defaults in the performance of this Contract or if City terminates this Contract for fault on the part of Engineer, then City shall give consideration to the actual costs incurred by Engineer in performing the Engineering Services to the date of default, the amount of Engineering Services required which was satisfactorily completed to date of default, the value of the Engineering Services which are usable to City, the cost to City of employing another firm to complete the Engineering Services required and the time required to do so, and other factors which affect the value to City of the Engineering Services performed at the time of default. The termination of this Contract and payment of an amount in settlement as prescribed above shall extinguish all rights, duties, and obligations of City and Engineer under this Contract, except the obligations set forth herein in Article 21 entitled "Compliance with Laws." If the termination of this Contract is due to the failure of Engineer to fulfill his/her/its contractual obligations, then City may take over the project and prosecute the Engineering Services to completion. In such case, Engineer shall be liable to City for any additional and reasonable costs incurred by City. Engineer shall be responsible for the settlement of all contractual and administrative issues arising out of any procurements made by Engineer in support of the Engineering Services under this Contract. ARTICLE 21 COMPLIANCE WITH LAWS (1) Compliance. Engineer shall comply with all applicable federal, state and local laws, statutes, codes, ordinances, rules and regulations, and the orders and decrees of any court, or administrative bodies or tribunals in any manner affecting the performance of this Contract, including without limitation, minimum/maximum salary and wage statutes and regulations, and licensing laws and regulations. Engineer shall furnish City with satisfactory proof of his/her/its compliance. Engineer shall further obtain all permits and licenses required in the performance of the Engineering Services contracted for herein. (2) Taxes. Engineer will pay all taxes, if any, required by law arising by virtue of the Engineering Services performed hereunder. City is qualified for exemption pursuant to the provisions of Section 151.309 of the Texas Limited Sales, Excise, and Use Tax Act. ARTICLE 22 INDEMNIFICATION Engineer shall save and hold harmless City and its officers and employees from all claims and liabilities due to activities of his/her/itself and his/her/its agents or employees, performed under this Contract, which are caused by or which result from the negligent error, omission, or negligent act of Engineer or of any person employed by Engineer or under Engineer's direction or control. 9 Engineer shall also save and hold City harmless from any and all expenses, including but not limited to attorneys fees which may be incurred by City in litigation or otherwise defending claims or liabilities which may be imposed on City as a result of such activities by Engineer, its agents, or employees. ARTICLE 23 ENGINEER'S RESPONSIBILITIES Engineer shall be responsible for the accuracy of his/her/its Engineering Services and shall promptly make necessary revisions or corrections to its work product resulting from errors, omissions, or negligent acts, and same shall be done without compensation. City shall determine Engineer's responsibilities for all questions arising from design errors and/or omissions. Engineer shall not be relieved of responsibility for subsequent correction of any such errors or omissions in its work product, or for clarification of any ambiguities until after the construction phase of the project has been completed. ARTICLE 24 ENGINEER'S SEAL The responsible engineer shall sign, seal and date all appropriate engineering submissions to City in accordance with the Texas Engineering Practice Act and the rules of the State Board of Registration for Professional Engineers. ARTICLE 25 NON -COLLUSION, FINANCIAL INTEREST PROHIBITED (1) Non -collusion. Engineer warrants that he/she/it has not employed or retained any company or persons, other than a bona fide employee working solely for Engineer, to solicit or secure this Contract, and that he/she/it has not paid or agreed to pay any company or engineer any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this Contract. For breach or violation of this warranty, City reserves and shall have the right to annul this Contract without liability or, in its discretion and at its sole election, to deduct from the contract price or compensation, or to otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. (2) Financial Interest Prohibited. Engineer covenants and represents that Engineer, his/her/its officers, employees, agents, consultants and subcontractors will have no financial interest, direct or indirect, in the purchase or sale of any product, materials or equipment that will be recommended or required for the construction of the project. ARTICLE 26 INSURANCE (1) Insurance. Engineer, at Engineer's sole cost, shall purchase and maintain during the entire term while this Contract is in effect professional liability insurance coverage in the minimum amount of One Million Dollars from a company authorized to do insurance business in Texas and otherwise 10 acceptable to City. Engineer shall also notify City, within twenty-four (24) hours of receipt, of any notices of expiration, cancellation, non -renewal, or material change in coverage it receives from its insurer. (2) Subconsultant Insurance. Without limiting any of the other obligations or liabilities of Engineer, Engineer shall require each subconsultant performing work under this Contract to maintain during the term of this Contract, at the subconsultant's own expense, the same stipulated minimum insurance required in Article 26, Section (1) above, including the required provisions and additional policy conditions as shown below in Article 26, Section (3). Engineer shall obtain and monitor the certificates of insurance from each subconsultant in order to assure compliance with the insurance requirements. Engineer must retain the certificates of insurance for the duration of this Contract, and shall have the responsibility of enforcing these insurance requirements among its subconsultants. City shall be entitled, upon request and without expense, to receive copies of these certificates of insurance. (3) Insurance Policy Endorsements. Each insurance policy shall include the following conditions by endorsement to the policy: (a) Each policy shall require that thirty (30) days prior to the expiration, cancellation, non- renewal or reduction in limits by endorsement a notice thereof shall be given to City by certified mail to: City Manager, City of Round Rock 221 East Main Street Round Rock, Texas 78664 (b) The policy clause "Other Insurance" shall not apply to any insurance coverage currently held by City, to any such future coverage, or to City's Self -Insured Retentions of whatever nature. (4) Cost of Insurance. The cost of all insurance required herein to be secured and maintained by Engineer shall be borne solely by Engineer, with certificates of insurance evidencing such minimum coverage in force to be filed with City. Such Certificates of Insurance are evidenced as Exhibit E herein entitled "Certificates of Insurance." ARTICLE 27 COPYRIGHTS City shall have the royalty -free, nonexclusive and irrevocable right to reproduce, publish or otherwise use, and to authorize others to use, any reports developed by Engineer for governmental purposes. 11 ARTICLE 28 SUCCESSORS AND ASSIGNS This Contract shall be binding upon and inure to the benefit of the parties hereto, their successors, lawful assigns, and legal representatives. Engineer may not assign, sublet or transfer any interest in this Contract, in whole or in part, by operation of law or otherwise, without obtaining the prior written consent of City. ARTICLE 29 SEVERABILITY In the event any one or more of the provisions contained in this Contract shall for any reason be held to be invalid, illegal or unenforceable in any respect, then such invalidity, illegality or unenforceability shall not affect any other provision thereof and this Contract shall be construed as if such invalid, illegal or unenforceable provision had never been contained herein. ARTICLE 30 PRIOR AGREEMENTS SUPERSEDED This Contract constitutes the sole agreement of the parties hereto, and supersedes any prior understandings or written or oral contracts between the parties respecting the subject matter defined herein. This Contract may only be amended or supplemented by mutual agreement of the parties hereto in writing. ARTICLE 31 ENGINEER'S ACCOUNTING RECORDS Records pertaining to the project, and records of accounts between City and Engineer, shall be kept on a generally recognized accounting basis and shall be available to City or its authorized representatives at mutually convenient times. The City reserves the right to review all records it deems relevant which are related to this Contract. ARTICLE 32 NOTICES All notices to either party by the other required under this Contract shall be personally delivered or mailed to such party at the following respective addresses: City: City of Round Rock Attention: City Manager 221 East Main Street Round Rock, TX 78664 12 and to: Stephan L. Sheets City Attorney 309 East Main Street Round Rock, TX 78664 Engineer: George E. Tillett, P.E. Project Manager HDR Engineering, Inc. 2211 South IH 35, Suite 300 Austin, Texas 78741 ARTICLE 33 GENERAL PROVISIONS (1) Time is of the Essence. Engineer understands and agrees that time is of the essence and that any failure of Engineer to complete the Engineering Services for each phase of this Contract within the agreed Work Schedule may constitute a material breach of this Contract. Engineer shall be fully responsible for his/her/its delays or for failures to use his/her/its reasonable efforts in accordance with the terms of this Contract and the Engineer's standard of performance as defined herein. Where damage is caused to City due to Engineer's negligent failure to perform City may accordingly withhold, to the extent of such damage, Engineer's payments hereunder without waiver of any of City's additional legal rights or remedies. (2) Force Majeure. Neither City nor Engineer shall be deemed in violation of this Contract if prevented from performing any of their obligations hereunder by reasons for which they are not responsible or circumstances beyond their control. However, notice of such impediment or delay in performance must be timely given, and all reasonable efforts undertaken to mitigate its effects. (3) Enforcement and Venue. This Contract shall be enforceable in Round Rock, Williamson County, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Contract shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. (4) Standard of Performance. The standard of care for alt professional engineering, consulting and related services performed or furnished by Engineer and its employees under this Contract will be the care and skill ordinarily used by members of Engineer's profession practicing under the same or similar circumstances at the same time and in the same locality. Excepting Articles 25 and 34 herein, Engineer makes no warranties, express or implied, under this Contract or otherwise, in connection with the Engineering Services. 13 (5) Opinion of Probable Cost. Any opinions of probable project cost or probable construction cost provided by Engineer are made on the basis of information available to Engineer and on the basis of Engineer's experience and qualifications and represents its judgment as an experienced and qualified professional engineer. However, since Engineer has no control over the cost of labor, materials, equipment or services furnished by others, or over the contractor(s') methods of determining prices, or over competitive bidding or market conditions, Engineer does not guarantee that proposals, bids or actual project or construction cost will not vary from opinions of probable cost Engineer prepares. (6) Opinions and Determinations. Where the terms of this Contract provide for action to be based upon opinion, judgment, approval, review, or determination of either party hereto, such terms are not intended to be and shall never be construed as permitting such opinion, judgment, approval, review, or determination to be arbitrary, capricious, or unreasonable. ARTICLE 34 SIGNATORY WARRANTY The undersigned signatory for Engineer hereby represents and warrants that the signatory is an officer of the organization for which he/she has executed this Contract and that he/she has full and complete authority to enter into this Contract on behalf of the firm. The above -stated representations and warranties are made for the purpose of inducing City to enter into this Contract. IN WITNESS WHEREOF, the City of Round Rock has caused this Contract to be signed in its corporate name by its Mayor, duly authorized to execute the same on its behalf by Resolution No. , approved by the City Council on the day of the month of , 2004, and Engineer, signing by and through its duly authorized representative(s), thereby binding the parties hereto, their successors, assigns and representatives for the faithful and full performance of the terms and provisions hereof. CITY OF ROUND ROCK: By: Nyle Maxwell, Mayor ATTEST: By: Christine Martinez, City Secretary HDR ENGINEERING, INC. By: Sig ature of Prin ipal Printed Name: 4414C1 k (Et...,. 14 LIST OF EXHIBITS ATTACHED (1) Exhibit A City Services (2) Exhibit B Engineering Services (3) Exhibit C Work Schedule (4) Exhibit D Fee Schedule (5) Exhibit E Certificates of Insurance EXHIBIT A SERVICES TO BE PROVIDED BY THE CITY OF ROUND ROCK The City will provide for the Engineer under this agreement the following items/information: 1) Schematic & PS&E development of IH -35 ramp reversal and Chandler Road turnaround bridge a) Review and approve roadway design criteria. b) Schedule, coordinate and conduct meeting of affected property owners. c) Provide assistance with coordination with TxDOT. d) Provide a digital aerial photo of the project area. e) Provide a digital terrain model (DTM) for the project area. f) Provide a list of utility providers with contact names and phone numbers for the project area. g) Provide electronic drawings of the proposed developments within the project limits. A-1 EXHIBIT B SERVICES TO BE PROVIDED BY THE ENGINEER The work to be performed under this contract shall consist of completing the following items/information between Chandler Rd. and Westinghouse Rd. along the NB Frontage Rd. of IH 35: 1) Schematic Design will be developed from 1000 ft south of Chandler Road to 1000' north of Westinghouse Road. a) Develop Roadway Design Criteria and complete the Design Summary Report (DSR) b) Attend Design Concept Conference c) Schematic Document i) The Schematic will be developed based on TIA developed in previous stage and input from the CoRR. d) The Engineer will not be required to provide any railroad exhibits and/or agreements. e) The Engineer will calculate and show horizontal and vertical alignments for all ramps, Turnarounds and frontage Roads; intersecting highways and minor cross streets. Roadway geometry will be based on the criteria and requirements set forth in TxDOT Design Manual. i) Design speed (1) Ramps: 45 mph (2) Main lanes 70 mph (3) Frontage Roads: 45 mph (4) Cross Streets consistent with long range plans for cross street facilities. ii) The horizontal alignments will show bearings in the tangent sections and curve data including delta angles, PI stations, tangent lengths, length of curve, and radii. The plan views will show the centerline, edge of pavement, striping, lane widths, shoulder widths, cross slopes, superelevations with transitions, direction of traffic flow, and layouts for all speed change lanes. iii) The vertical alignment will show existing and proposed elevations at 100 -foot intervals, vertical curve VPI stations, curve lengths, superelevation rates and transitions, design speeds, "K" values (evaluation modification required to bridge deck elevations to obtain minimum "K" values), iv) The Planning Document will be prepared in English units with the MicroStation J and GEOPAK 2000. f) The Engineer will show typical sections consistent with TIA and program documents completed in previous stage. g) The Engineer will prepare the Planning Document on roll not to exceed 10 feet in length. The rolls will include plan and profile to a scale of 1 inch=100 feet horizontal and 1 inch=10 feet vertical. h) Engineer will determine the locations of Major guide signs and pavement markings in compliance with Texas Manual for Uniform Traffic Control Devices (TMUTCD). Guide signs will be included on the Planning Document. i) The Engineer will determine in coordination with CoRR the limits of construction projects if multiple projects would enable facilities that provide interim use. j) The Engineer shall provide one Mylar copy and one paper copy of the plans. B-1 i) Right of Way lines and Control of Access lines (if any) (1) The existing apparent ROW limits and abutting parcel plats with legal description and physical address (2) Proposed revised ROW limits including measurements of taking. ii) Geometric typical sections (including pavement cross slopes, lane and shoulder widths, and slope rates for cuts and fills) for proposed main alignment roadways. iii) Current and projected traffic volumes as developed by the TIA study and Information provided by TxDOT will be shown on the plans (existing, 20 -year, and 30 -year traffic projections, unless determined otherwise by the CoRR). iv) Major Guide signs v) Geometry of speed change (acceleration, deceleration, turning, etc.) lanes vi) Existing Utility locations will be shown in plan emphasizing those, which are in conflict with the proposed construction. The overall design developed should minimize the need for utility adjustments. Proposed utilities will not be shown. vii)Any encroachments into ROW, including all trees greater than 6" in caliper, signs, fences and other physical objects viii) Significant drainage structures (existing and proposed) as determined by Hydrologic and Hydraulic report. ix) Updated preliminary construction cost estimate based on the Planning Document design. This estimate will not include projected preliminary ROW and utility relocation costs. k) Schematics will be developed and submitted at the following milestones: i) Prelimary Schematic, two copies, for review by CoRR. ii) Draft Final Schematic, three copies each, for CoRR, TxDOT, and FHWA review. iii) Final Planning Document, three copies each, CoRR, TxDOT, and FHWA. 2) Right -of -Way: a) Identify areas where temporary construction/driveway easements or agreements may be required. b) Engineer will supply Exhibits and driveway penetration agreements with adjacent property owners if required. c) Prepare parcel descriptions and layouts for the proposed ROW takings. It is estimated there will be 5 or less takings for this projects. If additional parcels are needed they may be added by supplemental agreement. 3) Utility Coordination: a) Identify existing utility locations and place utility information on plans. Effort shall include contacting Utility companies and mapping record drawing maps of facilities and conforming that data with actual field data surveyed at the project site. b) Coordination of utility adjustments with assistance from CoRR and TxDOT. Provide technical assistance and meeting exhibits as needed. c) Coordinate and attend utility coordination meetings according to TxDOT Project Development Plan (PDP). Engineer to provide copies of plans and cross sections to the utility companies as required by the (PDP). d) Incorporate resolutions from utility coordination meetings into plans. e) Coordinate with utility companies to determine areas of conflicts. f) Provide an up-to-date table of utility owners on the project with contact names, addresses, and phone numbers. g) A SUE is not likely to be needed on this project, but if required may be added by supplemental agreement. 4) Develop DTM for development of PS&E. B-2 a) The format for the DTM shall be a Microstation 3-D file. The Engineer shall place and review breaklines in the DTM. b) The corridor limits for the DTM are defined as follows: i) Beginning of project is 1000' North of Westinghouse Road. ii) End of project is 1500' South of Chandler Road. iii) Width shall be from the centerline of the roadway to the existing East ROW. (1) Additional width from the centerline of the roadway to the existing West ROW from 800' North of Chandler Road to 100' South of Chandler Road. (2) Additional width at existing East driveways - 100' beyond ROW and 20' wider than driveway width on both sides (total = driveway + 40') c) All physical features located within the corridor shall be identified in the DTM. Attention is called to, but not limited to, the following items: i) Drainage (1) Identify all storm sewer components such as inlets, manholes, etc. (a) Provide the general direction of pipe runs in the system. (2) Identify all cross drainage structures by size, length, type, and end treatment. (3) Identify all ditches. (4) Identify all driveway and intersection pipe by size, length, type, and end treatment. (5) For cross drainage structures, provide additional survey sections (100' wide) along the channel at the following locations: (a) 100' Upstream of existing ROW (b) Upstream existing ROW line (c) Upstream end of structure (d) Downstream end of structure (e) Downstream existing ROW line (f) 100' Downstream of existing ROW ii) Bridges (1) Identify all components such as begin and end bridge, approach slabs, columns, abutments, begin and end bridge rail, begin and end MBGF, riprap, sidewalk and curb and gutter, medians and bridge member preliminary sizing. iii) Roadway (1) Identify all components such as centerline, lane lines, edge of pavements, curb and gutter, retaining walls, sidewalks and ADA ramps, riprap, CTB, MBGF, etc. (2) Provide a table of driveway and intersections to include type (residential or commercial), type of material (asphalt or concrete), radii, width, length, pipe (size, type, length, and SET). (3) Provide a table of benchmarks to include point name, type (iron rod, monument, etc.), station, offset, x, y, and, z. (4) Identify the existing ROW. Also identify abutting parcel property lines, plat information, and owners name and address. iv) Geotechnical (1) Locate all soil borings for bridges and retaining walls once they are completed. v) Miscellaneous (1) Identify all existing large and small signs and object markers. Provide a table of existing signs to include station, offset, size, sign wording, etc. (2) Identify all existing striping including centerlines, lane lines, stop lines, words, arrows, etc. B-3 (3) Identify all components of existing signalized intersections such as poles, controller box and pad, loops, conduit runs, ground boxes, etc. (4) Identify all components of existing illumination such as poles, ground boxes, conduit runs, etc. (5) Identify all encroachments into the existing ROW such as all trees greater than 6" in caliper, signs, fences, and other physical objects. 5) Roadway Design a) Prepare Typical Section including supporting documentation for submittal. (Submittal will include Location Map, Form 1002 & typical sections on 8 1/2" x 11" plan sheets) The typical section shall also reflect proposed geometric including pavement cross slopes, lane and shoulder widths. b) Refine Horizontal and Vertical Alignment for the following i) 1H 35 ii) Northbound Frontage Roads iii) Two Turnarounds iv) Northbound exit ramp to Westinghouse v) Northbound entrance ramp from Chandler Westinghouse vi) Bypass frontage road under Chandler Road vii) Chandler Road. c) Develop roadway plan/profile sheets including quantities for the above listed locations. d) Prepare Design Cross Sections and compute earthwork volumes. e) Provide electronic files of original and design cross sections report, completed cross sections, horizontal alignment, vertical alignment and haul plot data (table). Also provide one Mylar roll plot of completed cross sections. f) Establish criteria for construction phasing. g) Prepare plans in English Units. 6) Drainage design a) Gather information regarding existing drainage features, facilities and watersheds from previous plans b) Evaluate existing drainage conditions. c) Develop Preliminary drainage area maps and discharge rates. d) Prepare preliminary Hydraulics report. e) Hydraulic computations. i) Culverts ii) Channels iii) Storm sewers/inlets f) Layout, design and detailing of drainage features. i) Culverts ii) Storm sewers g) Summary of quantities. h) Develop Storm Water Pollution Prevention Plan (SW3P) for each phase of construction including narrative and SW3P controls including but not limited to temp. Sed. control fence, construction exits, detention ponds, rock berms, etc. i) Temporary storm drainage calculations and design. This work will include the use of any hydrologic or hydraulics computer programs which may be required, such as Texas Hydraulic System (THYSYS), Federal Highway Administration Hydraulic Engineering Circulars and other TxDOT Hydraulic Section publications. 7) Signing, Markings And Signalization B-4 a) Prepare Signing, Pavement Markings, and Object Marker plan sheets to a 1"=100' horizontal scale (same scale as plan and profile sheets). b) Prepare Summaries for Small and Large Signs, Pavement Marking, and Object Markers. Summaries shall be separate from the plan sheets and be broken down by TxDOT bid items and sheet totals. c) Provide signing, pavement markings, and object marker standards and special signing, pavement marking, and object marker details as necessary. d) Prepare Traffic signal plans sheets to 1"=100' horizontal scale (same as plan and profile sheets). Prepare summary for traffic signal items. Summaries shall be separate from the plan sheets and be broken down by TxDOT bid items and sheet totals. Provide traffic signal details and traffic signal standards for Westinghouse Road and at Chandler rd and the Northbound Frontage road. e) Prepare temporary traffic signal layouts consistent with TCP at Chandler Road. f) Provide electronic files for development of ITS plans by TxDOT (if required). Coordinate and incorporate plans, general notes, estimates, special specifications and provisions into 95% and 100% submittal 8) Miscellaneous (Roadway) a) Develop miscellaneous roadway details. b) Prepare Illumination plan sheets to a 1"=100' horizontal scale (same scale as plan and profile sheets) for safety lighting at approximately 5 separate locations plus the possibility of lighting under the proposed turnaround bridge. Prepare summary for illumination items. Summaries shall be separate from the plan sheets and be broken down by TxDOT bid items and sheet totals. Provide illumination details and illumination standards. c) Prepare retaining wall layouts including summaries, details and standards. d) Prepare temporary special shoring layouts including summaries. e) Perform soil core hole drilling for retaining walls (see geotechnical investigations for details) f) Develop driveway details & summaries. g) Formulate and prepare traffic control plan, detours and sequence of work narrative. That provides for the following minimum conditions: i) Maintains 3 lanes of traffic on IH 35 at all times ii) One lane of traffic on the Northbound frontage road. iii) Coordination of utilities that are to be joint bid. h) Calculate quantities and prepare summary sheets. i) Prepare construction estimate using Estimator Software. The list of bid items will be included in the estimate. Prepare construction time estimate (CPM schedule) with Primavera or other scheduling software. Prepare special specifications for non-standard items, if required. j) Prepare general notes, list of special provisions and list of standard details to be used. k) Prepare list of right-of-way encroachments if needed. 1) Prepare plans for project milestones. All submittal listed below will go through CoRR with two additional copies provided at each submittal. Two reproducible paper copies (11"x17") schematics shall be submitted to the TxDOT for review. Two reproducible paper (11" x 17") copies of the plans shall be submitted to the TxDOT Contract Management Office at the 30% (including bridge and retaining layouts), and 60%, 90% and 95% design completion stages (not including bridges). The Project Manager will attend Review meetings for these milestones and make necessary revisions to the plans. After the Contract Management Office review of the 95% plans, three reproducible paper copy (11" x 17") of the final plans, along with the supporting PS&E documents will be submitted to the TxDOT Contract Management Office for further processing at the District level. A review meeting should not be necessary, however, the Engineer shall make minor plan revisions as requested by the District Office. Upon completion B-5 of the District review of the plans, the Engineer shall furnish signed original Mylar (11" x 17") drawings, which shall include all applicable standards. Electronic Microstation DGN files including cross sections shall be submitted to TxDOT upon final approval of the PS&E. m) The Engineer shall coordinate with TxDOT, local municipal agencies, utility companies and Sub -consultants as needed. 9) Bridge Design a) Prepare Preliminary and Final Bridge Layouts. b) Prepare Bridge cost estimates based on quantities prepared by TxDOT c) Develop structural details for the Turnaround bridges for PS&E. d) Develop structural details for retaining wall design for the retaining wall under Chandler Road bridge. 10) Geotechnical Investigations Conduct foundation studies including soil core drilling for both bridge and retaining wall structures to include the following: a) Stake borings in the field utilizing tape and right angle measurements and perform utility clearance and provide traffic control b) In accordance with TxDOT Geotechnical guidelines, drill 8 borings along the proposed soilnail retaining wall through the existing embankment soils to supplement the existing test boring information and to develop information on the existing embankment material. Borings are to be drilled as follows: 6 borings for proposed retaining walls to an average depth of 45 feet. 2 borings 60 feet deep at bridge abutments. c) Develop a geotechnical report recommending type of retaining wall and geotechnical parameters for wall design and bridge foundation design and recommendations. d) Develop Pavement Design using "The Flexible Pavement Design Manual for "Flexible Pavement" and the current AASHTO Guide for the Design of Pavement Structures, will be the governing references for this design. (Development of this section shall be in consultation with the District Pavement Engineer.) i) Drill 20 borings for use in pavement design ii) Flexible pavement designs will be analyzed utilizing the FPS program, while rigid pavement designs will be analyzed utilizing the Darwin 3.01 program. All pavement design will be based on subgrade information developed by the Engineer and traffic loading conditions provided by TxDOT. iii) Pavement designs will be produced for the main lane widening, frontage road and ramps. iv) A pavement design report to TxDOT standards will be produced for the design. 11) Construction Phase Services are not part of this contract and will require a supplemental agreement. B-6 EXHIBIT C Work Schedule 18 Week 43 I Week 44 I Week 45 r co 0 O Z y W 0 1— CI 0 W J 3 0 Z 2 0 0 LL 0 IX w C7 H z 0 L r) Week28 lWeek29 Week 30 Week 31 Notice to Proceed Geotech Test Holes Review Existing Information and Prepare for Design Concept Meeting n Design Concept Meeting Survey project and create DTM E 0 1,8 m � ?i wa m3 E LL U o T T T 43 Plans 60% complete 1 u n D D z 1) u a u a L u L E Generate Cros y E o_ 0 E U Finalize Structural Detail Plan Sheets Finalize Surfac 43 v 43 2 TOOT Review Comments 2 M E E 8 5 0 E E U 0 o ti , 0 1 Group By Summary 1 w co 0 11) r-- 0 d LLJ tx —J 0 2 0 6 01" oz u_ Ce) eek 68 Week 69 Week 70 Week 71 Meek72 I: 1 r g g ID 1 . . ' a 5 1 Ci W 3 0 xz 1 w o 1— uJ M 0 i Z < r u 2 0 W ; 0 w 5 t n 2 'Week 10 I Week 11 0 Notice to Proceed 75 days 2FS+5 days Geotech Test Holes Review Existing Information and Prepare for Design Concept Meeting Design Concept Meeting Survey project and create DTM Prepare Draft Schematic Review Schematic with CoRR and TeDOT Complete Schematic for submission for FHWA Develop Hydrology and overall Hydraulic Plan Develop Project Geometry Base Develop P & P Sheet 30% complete Review Survey Information and determine necessary updates Request from Utilitity Companies information in Project area Develop Bridge & Retaining Wall Layouts Develop Traffic Control Concept Determine ROW requirements 5 days 17,10,12 Compile, QA and Submit 30% 1-1 Submit 30% Drawings to TxDOT Traffic Control Plans 60% complete EXHIBIT D FEE SCHEDULE Manhour Summary 1 Project Name: IH 35 NB Frontage Road Task Summary: D-1 Tasks Hours for the Classifications Project Principal PM / Senior Engineer Design Engineer Engineer in Training Sr. Design Technician CADD Technician Steno / Clerical Total Attend design Kick-off Meeting 4 12 12 0 0 8 2 38 Develop Horizontal 0 4 10 12 24 0 0 50 Develop Vertical alignments 2 4 12 20 12 12 0 62 Refine typical section - Ramp - FR - Bypass 0 4 0 8 0 12 0 24 Major Guide Sign locations 0 6 12 16 8 0 0 42 Schematic Plan Exhibit 0 2 0 6 32 8 2 50 Determine Retaining wall locations 0 2 4 4 0 4 0 14 Hydrology and Floodplain maps 2 2 4 6 0 8 0 22 Preliminary Hydraulic Design 2 2 4 16 0 0 2 26 Utility identification and conflict assessment 0 2 8 4 12 0 0 26 Update Prelim. Construction Cost Estimates 0 2 2 8 8 0 4 24 Design Coordination meetings 4 12 12 0 0 0 0 28 Preliminary bridge member sizing 4 28 28 24 0 0 0 84 TxDOT Coordination 4 8 8 0 0 0 0 20 Review and Progress Meetings 4 8 0 8 0 0 4 24 Total Hours and Sheets 26 98 116 132 96 52 14 534 D-1 Tasks Hours for the Classifications Project Principal PM / Senior Engineer Design Engineer Engineer in Training Sr. Design Technician CADD Technician Steno / Clerical Total 2) Right -of -Way and Utility Coordination Identify temporary construction easements 0 2 0 4 0 2 0 8 Exhibits for driveway penetrations 0 2 0 0 6 0 0 8 Utility Coordination Map existing utility information 0 8 4 12 24 8 0 56 Coordinate Utility adjustments 0 20 24 10 0 16 0 70 Attend utility coordination meetings 0 24 12 0 0 0 8 44 Develop plans and cross section for Util. Comp. 0 2 0 4 0 16 0 22 Incorporate resolutions into plans 0 8 8 12 0 24 0 52 5) Roadway Design Prepare Typical Sections (Exist and Prop.) 0 8 0 30 16 34 0 88 Refine Horizontal Alignments 0 8 16 24 8 0 0 56 Refine Vertical Alignments 0 8 16 32 16 8 0 80 Develop Roadway P&P sheets 8 100 80 315 160 140 0 803 Prepare design cross sections and Earthwork calcs. 6) Drainage Design 0 12 8 42 24 0 0 86 Gather existing data 0 4 0 8 0 4 0 16 Evaluate existing drainage conditions 0 4 4 2 0 0 0 10 Develop Preliminary drainage area maps and discharge r 0 2 4 16 12 0 0 34 Prepare Hydraulics report 4 2 8 4 4 0 8 30 Hydraulic computations Culverts 0 2 12 22 4 0 40 Channels 0 2 4 10 4 0 20 Storm sewers 0 2 6 14 4 0 26 Layout, design and detail of Culverts 0 2 2 10 8 8 0 30 Storm sewers 0 2 2 10 8 8 0 30 Develop SW3P for each phase of construction 0 2 10 30 20 30 4 96 Develop Temporary drainage systems during const. 8) Miscellaneous Design 0 2 4 10 4 12 0 32 Develop Misc. Roadway Details 0 8 4 20 16 16 0 64 Prepare Retaining wall layouts and summaries 0 16 0 38 0 28 0 82 Develop driveway details and summaries 0 8 0 16 0 20 0 44 Prepare Traffic Control Plans Phase 1 0 16 16 32 50 30 0 144 Prepare Traffic Control Plans Phase 2 0 16 16 32 50 30 0 144 Develop Temporary Detour Routes 0 8 0 12 12 4 0 36 Develop Temporary Shoring layout 0 2 4 10 12 4 0 32 Develop TCP details 0 3 6 13 12 4 0 38 Develop Temporary and Permanent Traffic Signals 0 44 16 40 184 48 0 332 Calculate Quantities and prepare summary sheets 0 20 0 30 10 10 20 90 Prepare Construction estimate using Estimator. 0 0 0 12 0 0 0 12 Prepare const. Schedule using CPM method. 0 4 8 10 0 0 0 28 Prepare special spec. and special provisions 0 2 4 8 0 0 0 14 Prepare Gen. Notes 0 2 4 18 0 0 0 24 Prepare Plans at 30, 60, 90, 95 and 100% design 0 24 8 12 12 24 8 88 TxDOT Review and Coordination 4 24 24 0 0 0 52 Total Hours and Sheets 16 425 334 930 668 540 48 2961 D-2 Summary of Hours: Tasks Hours for the Classifications Project Project Principal PM / Senior Engineer Design Engineer Engineer in Training Sr. Design Technician CADD Technician Steno / Clerical Total 9) Bridge Design 96 0 24 0 0 72 228 Schematic Design Prepare Preliminary and Final Bridge Layouts 4 16 12 24 40 0 0 96 Prepare Bridge Cost Estimate& Quantities 0 0 8 24 8 0 0 40 Abutment Design & Details 0 12 0 32 28 0 0 72 Interior Bent Design & Details 0 18 0 32 28 0 0 78 Superstructure Design & Details 0 48 44 32 176 0 0 300 Framing Plan 0 12 12 0 24 0 0 48 Miscellaneous bridge details 4 16 16 8 24 0 0 68 Bridge Standards 0 2 0 0 8 0 0 10 10) Rataining Wall Design Develop structural details for Soil nail wall 8 32 48 32 60 40 0 220 Total Hours 16 156 140 184 396 40 0 932 Summary of Hours: D-3 Hours for the Classifications Project PM / Senior Design Engineer Sr. Design CADD Steno / Project Administration 36 96 0 24 0 0 72 228 Schematic Design 26 98 116 132 96 52 14 534 Plans Specs and Estimate 16 425 334 930 668 540 48 2961 Chandler Road Turnaround Bridge and Retaining Walls 16 156 140 184 396 40 0 932 Total Hours 94 775 590 1270 1160 632 134 4655 D-3 Fee Summary Cost Component, Hours Schematic PS&E Bridge Project Total Admin. Hours Project Principal 26 16 16 36 94 Project Manager/Senior Engineer. 98 425 156 96 775 Design Engineer 116 334 140 0 590 Engineer -in -Training 132 930 184 24 1270 Sr. Design Technician 96 668 396 0 1160 CADD Technician 52 540 40 0 632 Clerical/Steno 14 48 0 72 134 Total Hours 534 2961 932 228 4655 Cost Component, Dollars Rate Project Principal $236 $6,130 $3,772 $3,772 $8,488 $22,163 Project Manager/Senior Engineer. $151 $14,800 $64,183 $23,559 $14,498 $117,039 Design Engineer $117 $13,585 $39,117 $16,396 $0 $69,098 Engineer -in -Training $86 $11,391 $80,255 $15,878 $2,071 $109,596 Sr. Design Technician $99 $9,468 $65,881 $39,055 $0 $114,404 CADD Technician $77 $4,007 $41,607 $3,082 $0 $48,696 Clerical/Steno $55 $777 $2,663 $0 $3,994 $7,434 Labor Dollars $60,158 $297,478 $101,743 $29,051 $488,429 TOTAL EXPENSES W/ 10% markup Survey Geotech Environmental Document (EA/FONSI) Signing,Striping, Illumination $75,075 $62,500 $103,590 $45,000 $61,735 (TOTAL LUMP SUM FEE $836,329 I Survey Geotech Signing,Striping, Illumination Direct Labor Indirect Costs Direct Costs Profit @12% D-4 $62,500 $103,590 $61,735 $158,478 $277,620 $75,075 $52,332 EXHIBIT E Certificates of Insurance 20 O y W Ln FM 1431 N I H 35 Modifications From Chandler Rd to Westinghouse Rd W E & Development of A Parallel Arterial to I H 35 K,TEXAS DATE: March 5, 2004 SUBJECT: City Council Meeting - March 11, 2004 ITEM: 11.D.3. Consider a resolution authorizing the Mayor to execute a Contract for Engineering Services with HDR Engineering, Inc. for IH -35 modifications from Chandler Road to Westinghouse Road. Department: Staff Person: Justification: Transportation Services Tom Word, Chief of Public Works The work to be performed under this contract will consist of the following work elements: (1) Development of Schematic Design for IH -35 and frontage roads from approximately 1,000 feet south of Chandler Road to approximately 1,000 feet north of Westinghouse Road; (2) environmental clearance; (3) right-of- way requirements; (4) utility adjustments; (5) develop Plans, specs and estimates; (6) roadway design; (7) drainage design; (8) signing, markings and signalization; (9) develop miscellaneous roadway details; (10) bridge design; (11) geotechnical investigation; and (12) construction phase services. Funding: Cost: $836,329.00 Source of funds: RR Transportation System Development Corporation Outside Resources: HDR Engineering, Inc. Background Information: HDR Engineering provided preliminary work on the I- 35 modification project since 2003. Public Comment: N/A EXECUTED DOCUMENT FOLLOWS ROUND ROCK. TEXAS fikPOS . aasuaN. rROVERrrr CITY OF ROUND ROCK CONTRACT FOR ENGINEERING SERVICES FIRM HDR ENGINEERING, INC. ("Engineer") ADDRESS: 2211 South IH 35, Suite 300, Austin, Texas 78741 PROJECT: IH 35 FRONTAGE ROAD (Chander Road to Westinghouse) THE STATE OF TEXAS COUNTY OF WILLIAMSON THIS CONTRACT FOR ENGINEERING SERVICES ("Contract") is made and entered into on this the 11 day of iirYICULCkl , 2004 by and between the CITY OF ROUND ROCK, a Texas home - rule municipal corporation, whose offices are located at 221 East Main Street, Round Rock, Texas 78664-5299, (hereinafter referred to as "City"), and Engineer, and such Contract is for the purpose of contracting for professional engineering services. RECITALS: WHEREAS, V.T.C.A., Government Code §2254.002(2)(A)(vii) under Subchapter A entitled "Professional Services Procurement Act" provides for the procurement by municipalities of services of professional engineers; and WHEREAS, City and Engineer desire to contract for such professional engineering services; and WHEREAS, City and Engineer wish to document their agreement concerning the requirements and respective obligations of the parties; NOW, THEREFORE, WITNESSETH: That for and in consideration of the mutual promises contained herein and other good and valuable considerations, and the covenants and agreements hereinafter contained to be kept and performed by the respective parties hereto, it is agreed as follows: Engineering Services Contract File Name: ih35/frontage-02-04-hdr; 64493 I2- 011- 03-//' n 03 Rev. 02/23/04 00064494 CONTRACT DOCUMENTS The Contract Documents consist of this Contract and any exhibits attached hereto (which exhibits are hereby incorporated into and made a part of this Contract) and all Supplemental Contracts (as defined herein in Article 13) which are subsequently issued. These form the entire contract, and all are as fully a part of this Contract as if attached to this Contract or repeated herein. ARTICLE 1 CITY SERVICES City shall perform or provide services as identified in Exhibit A entitled "City Services." ARTICLE 2 ENGINEERING SERVICES Engineer shall perform Engineering Services as identified in Exhibit B entitled "Engineering Services." Engineer shall perform the Engineering Services in accordance with the Work Schedule as identified in Exhibit C entitled "Work Schedule." Such Work Schedule shall contain a complete schedule so that the Engineering Services under this Contract may be accomplished within the specified time and at the specified cost. The Work Schedule shall provide specific work sequences and definite review times by City and Engineer of all Engineering Services. Should the review times or Engineering Services take longer than shown on the Work Schedule, through no fault of Engineer, Engineer may submit a timely written request for additional time, which shall be subject to the approval of the City Manager. ARTICLE 3 CONTRACT TERM (1) Term. The Engineer is expected to complete the Engineering Services described herein in accordance with the above described Work Schedule. If Engineer does not performed the Engineering Services in accordance with the Work Schedule, then City shall have the right to terminate this Contract as set forth below in Article 20. So long as the City elects not to terminate this Contract, it shall continue from day to day until such time as the Engineering Services are completed. Any Engineering Services performed or costs incurred after the date of termination shall not be eligible for reimbursement. Engineer shall notify City in writing as soon as possible if he/she/it determines, or reasonably anticipates, that the Engineering Services will not be completed in accordance with the Work Schedule. (2) Work Schedule. Engineer acknowledges that the Work Schedule is of critical importance, and agrees to undertake all necessary efforts to expedite the performance of Engineering Services required herein so that construction of the project will be commenced and completed as scheduled. In this regard, and subject to adjustments in the Work Schedule as provided in Article 2 herein, Engineer shall proceed with sufficient qualified personnel and consultants necessary to fully and timely accomplish all Engineering Services required under this Contract in a professional manner. 2 (3) Notice to Proceed. After execution of this Contract, Engineer shall not proceed with Engineering Services until authorized in writing by City to proceed as provided in Article 7. ARTICLE 4 COMPENSATION City shall pay and Engineer agrees to accept the amount shown below as full compensation for the Engineering Services performed and to be performed under this Contract. The amount payable under this Contract, without modification of the Contract as provided herein, is the sum of Eight Hundred Thirty-six Thousand, Three Hundred Twenty-nine dollars ($ $36329.00 ) as shown in Exhibit D. The lump sum amount payable shall be revised equitably only by written Supplemental Contract in the event of a change in Engineering Services as authorized by City. Engineer shall prepare and submit to City monthly progress reports in sufficient detail to support the progress of the Engineering Services and to support invoices requesting monthly payment. Any preferred format of City for such monthly progress reports shall be identified in Exhibit B. Satisfactory progress of Engineering Services shall be an absolute condition of payment. The fee herein referenced may be adjusted for additional Engineering Services requested and performed only if approved by written Supplemental Contract. ARTICLE 5 METHOD OF PAYMENT Payments to Engineer shall be made while Engineering Services are in progress. Engineer shall prepare and submit to City, not more frequently than once per month, a progress report as referenced in Article 4 above. Such progress report shall state the percentage of completion of Engineering Services accomplished during that billing period and to date. Simultaneous with submission of such progress report, Engineer shall prepare and submit one (1) original and one (1) copy of a certified invoice in a form acceptable to City. This submittal shall also include a progress assessment report in a form acceptable to City. Progress payments shall be made in proportion to the percentage of completion of Engineering Services identified in Exhibit D. Progress payments shall be made by City based upon Engineering Services actually provided and performed. Upon timely receipt and approval of each statement, City shall make a good faith effort to pay the amount which is due and payable within thirty (30) days. City reserves the right to withhold payment pending verification of satisfactory Engineering Services performed. Engineer has the responsibility to submit proof to City, adequate and sufficient in its determination, that tasks were completed. The certified statements shall show the total amount earned to the date of submission and shall show the amount due and payable as of the date of the current statement. Final payment does not relieve Engineer of the responsibility of correcting any errors and/or omissions resulting from his/her/its negligence. 3 ARTICLE 6 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Engineer will be made within thirty (30) days of the day on which the performance of services was complete, or within thirty (30) days of the day on which City receives a correct invoice for services, whichever is later. Engineer may charge a late fee (fee shall not be greater than that which is permitted by Texas law) for payments not made in accordance with this prompt payment policy; however, this policy does not apply in the event: A. There is a bona fide dispute between City and Engineer concerning the supplies, materials, or equipment delivered or the services performed that causes the payment to be late; or B. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or C. There is a bona fide dispute between Engineer and a subcontractor or between a subcontractor and its supplier concerning supplies, materials, or equipment delivered or the Engineering Services performed which causes the payment to be late; or D. The invoice is not mailed to City in strict accordance with instructions, if any, on the purchase order, or this Contract or other such contractual agreement. City shall document to Engineer the issues related to disputed invoices within ten (10) calendar days of receipt of such invoice. Any non -disputed invoices shall be considered correct and payable per the terms of Chapter 2251, V.T.C.A., Texas Government Code. ARTICLE 7 NOTICE TO PROCEED The Engineer shall not proceed with any task listed on Exhibit B until the City has issued a written Notice to Proceed regarding such task. The City shall not be responsible for work performed or costs incurred by Engineer related to any task for which a Notice to Proceed has not been issued. ARTICLE 8 PROJECT TEAM City's Designated Representative for purposes of this Contract is as follows: Thomas E. Word, Jr., P.E. Chief of Public Works Operations 2008 Enterprise Round Rock, Texas 78664 Telephone Number (512) 218-5555 Fax Number (512) 218-5563 Email Address tomword(a,round-rock.tx.us 4 City's Designated Representative shall be authorized to act on City's behalf with respect to this Contract. City or City's Designated Representative shall render decisions in a timely manner pertaining to documents submitted by Engineer in order to avoid unreasonable delay in the orderly and sequential progress of Engineering Services. Engineer's Designated Representative for purposes of this Contract is as follows: George E. Tillett, P.E. Project Manager 2211 South IH 35, Suite 300 Austin, Texas 78741 Telephone Number (512) 912-5100 Fax Number (512) 912-5158 Email Address George.Tillett@hdrinc.com ARTICLE 9 PROGRESS EVALUATION Engineer shall, from time to time during the progress of the Engineering Services, confer with City at City's election. Engineer shall prepare and present such information as may be pertinent and necessary, or as may be requested by City, in order for City to evaluate features of the Engineering Services. At the request of City or Engineer, conferences shall be provided at Engineer's office, the offices of City, or at other locations designated by City. When requested by City, such conferences shall also include evaluation of the Engineering Services. Should City determine that the progress in Engineering Services does not satisfy the Work Schedule, then City shall review the Work Schedule with Engineer to determine corrective action required. Engineer shall promptly advise City in writing of events which have or may have a significant impact upon the progress of the Engineering Services, including but not limited to the following: (1) Problems, delays, adverse conditions which may materially affect the ability to meet the objectives of the Work Schedule, or preclude the attainment of project Engineering Services units by established time periods; and such disclosure shall be accompanied by statement of actions taken or contemplated, and City assistance needed to resolve the situation, if any; and (2) Favorable developments or events which enable meeting the Work Schedule goals sooner than anticipated. 5 ARTICLE 10 SUSPENSION Should City desire to suspend the Engineering Services, but not to terminate this Contract, then such suspension may be effected by City giving Engineer thirty (30) calendar days' verbal notification followed by written confirmation to that effect. Such thirty -day notice may be waived in writing by agreement and signature of both parties. The Engineering Services may be reinstated and resumed in full force and effect within sixty (60) days of receipt of written notice from City to resume the Engineering Services. Such sixty-day notice may be waived in writing by agreement and signature of both parties. If this Contract is suspended for more than thirty (30) days, Engineer shall have the option of terminating this Contract. If City suspends the Engineering Services, the contract period as determined in Article 3, and the Work Schedule, shall be extended for a time period equal to the suspension period. City assumes no liability for Engineering Services performed or costs incurred prior to the date authorized by City for Engineer to begin Engineering Services, and/or during periods when Engineering Services is suspended, and/or subsequent to the contract completion date. ARTICLE 11 ADDITIONAL ENGINEERING SERVICES If Engineer forms a reasonable opinion that any work he/she/it has been directed to perform is beyond the scope of this Contract and as such constitutes extra work, he/she/it shall promptly notify City in writing. In the event City finds that such work does constitute extra work and exceeds the maximum amount payable, City shall so advise Engineer and a written Supplemental Contract will be executed between the parties as provided in Article 13. Engineer shall not perform any proposed additional work nor incur any additional costs prior to the execution, by both parties, of a written Supplemental Contract. City shall not be responsible for actions by Engineer nor for any costs incurred by Engineer relating to additional work not directly associated with the performance of the Engineering Services authorized in this Contract or any amendments thereto. ARTICLE 12 CHANGES IN ENGINEERING SERVICES If City deems it necessary to request changes to previously satisfactorily completed Engineering Services or parts thereof which involve changes to the original Engineering Services or character of Engineering Services under this Contract, then Engineer shall make such revisions as requested and as directed by City. Such revisions shall be considered as additional Engineering Services and paid for as specified under Article 11. Engineer shall make revisions to Engineering Services authorized hereunder as are necessary to correct errors appearing therein, when required to do so by City. No additional compensation shall be due for such Engineering Services. 6 ARTICLE 13 SUPPLEMENTAL CONTRACTS The terms of this Contract may be modified by written Supplemental Contract if City determines that there has been a significant change in (1) the scope, complexity or character of the Engineering Services, or (2) the duration of the Engineering Services. Any such Supplemental Contract must be duly authorized by City Council Resolution. Engineer shall not proceed until the appropriate Resolution has been adopted. Additional compensation, if appropriate, shall be identified as provided in Article 4. It is understood and agreed by and between both parties that Engineer shall make no claim for extra work done or materials furnished until the City Council authorizes full execution of the written Supplemental Contract and authorization to proceed. City reserves the right to withhold payment pending verification of satisfactory Engineering Services performed. ARTICLE 14 OWNERSHIP OF DOCUMENTS All data, basic sketches, charts, calculations, plans, specifications, and other documents created or collected under the terms of this Contract are the exclusive property of City and shall be furnished to City upon request. All documents prepared by Engineer and all documents furnished to Engineer by City shall be delivered to City upon completion or termination of this Contract. Engineer, at its own expense, may retain copies of such documents or any other data which it has furnished City under this Contract. ARTICLE 15 PERSONNEL, EQUIPMENT AND MATERIAL Engineer shall furnish and maintain, at its own expense, quarters for the performance of all Engineering Services, and adequate and sufficient personnel and equipment to perform the Engineering Services as required. All employees of Engineer shall have such knowledge and experience as will enable them to perform the duties assigned to them. Any employee of Engineer who, in the opinion of City, is incompetent or whose conduct becomes detrimental to the Engineering Services shall immediately be removed from association with the project when so instructed by City. Engineer certifies that it presently has adequate qualified personnel in its employment for performance of the Engineering Services required under this Contract, or will obtain such personnel from sources other than City. Engineer may not change the Project Manager without prior written consent of City. ARTICLE 16 SUBCONTRACTING Engineer shall not assign, subcontract or transfer any portion of the Engineering Services under this Contract without prior written approval from City. All subcontracts shall include the provisions required in this Contract and shall be approved as to form, in writing, by City prior to Engineering Services being performed under the subcontract. No subcontract shall relieve Engineer of any responsibilities under this Contract. 7 ARTICLE 17 EVALUATION OF ENGINEERING SERVICES City, or any authorized representatives of it, shall have the right at all reasonable times to review or otherwise evaluate the Engineering Services performed or being performed hereunder and the premises on which it is being performed. If any review or evaluation is made on the premises of Engineer or a subcontractor, then Engineer shall provide and require its subcontractors to provide all reasonable facilities and assistance for the safety and convenience of City or other representatives in the performance of their duties. ARTICLE 18 SUBMISSION OF REPORTS All applicable study reports shall be submitted in preliminary form for approval by City before any final report is issued. City's comments on Engineer's preliminary reports shall be addressed in any final report. ARTICLE 19 VIOLATION OF CONTRACT TERMS/BREACH OF CONTRACT Violation of contract terms or breach of contract by Engineer shall be grounds for termination of this Contract, and any increased costs arising from Engineer's default, breach of contract, or violation of contract terms shall be paid by Engineer. ARTICLE 20 TERMINATION This Contract may be terminated as set forth below. (1) By mutual agreement and consent, in writing, of both parties. (2) By City, by notice in writing to Engineer, as a consequence of failure by Engineer to perform the Engineering Services set forth herein in a satisfactory manner. (3) By either party, upon the failure of the other party to fulfill its obligations as set forth herein. (4) By City, for reasons of its own and not subject to the mutual consent of Engineer, upon not less than thirty (30) days' written notice to Engineer. (5) By satisfactory completion of all Engineering Services and obligations described herein. Should City terminate this Contract as herein provided, no fees other than fees due and payable at the time of termination shall thereafter be paid to Engineer. In determining the value of the Engineering Services performed by Engineer prior to termination, City shall be the sole judge. Compensation for Engineering Services at termination will be based on a percentage of the Engineering 8 Services completed at that time. Should City terminate this Contract under Subsection (4) immediately above, then the amount charged during the thirty -day notice period shall not exceed the amount charged during the preceding thirty (30) days. If Engineer defaults in the performance of this Contract or if City terminates this Contract for fault on the part of Engineer, then City shall give consideration to the actual costs incurred by Engineer in performing the Engineering Services to the date of default, the amount of Engineering Services required which was satisfactorily completed to date of default, the value of the Engineering Services which are usable to City, the cost to City of employing another firm to complete the Engineering Services required and the time required to do so, and other factors which affect the value to City of the Engineering Services performed at the time of default. The termination of this Contract and payment of an amount in settlement as prescribed above shall extinguish all rights, duties, and obligations of City and Engineer under this Contract, except the obligations set forth herein in Article 21 entitled "Compliance with Laws." If the termination of this Contract is due to the failure of Engineer to fulfill his/her/its contractual obligations, then City may take over the project and prosecute the Engineering Services to completion. In such case, Engineer shall be liable to City for any additional and reasonable costs incurred by City. Engineer shall be responsible for the settlement of all contractual and administrative issues arising out of any procurements made by Engineer in support of the Engineering Services under this Contract. ARTICLE 21 COMPLIANCE WITH LAWS (1) Compliance. Engineer shall comply with all applicable federal, state and local laws, statutes, codes, ordinances, rules and regulations, and the orders and decrees of any court, or administrative bodies or tribunals in any manner affecting the performance of this Contract, including without limitation, minimum/maximum salary and wage statutes and regulations, and licensing laws and regulations. Engineer shall furnish City with satisfactory proof of his/her/its compliance. Engineer shall further obtain all permits and licenses required in the performance of the Engineering Services contracted for herein. (2) Taxes. Engineer will pay all taxes, if any, required by law arising by virtue of the Engineering Services performed hereunder. City is qualified for exemption pursuant to the provisions of Section 151.309 of the Texas Limited Sales, Excise, and Use Tax Act. ARTICLE 22 INDEMNIFICATION Engineer shall save and hold harmless City and its officers and employees from all claims and liabilities due to activities of his/her/itself and his/her/its agents or employees, performed under this Contract, which are caused by or which result from the negligent error, omission, or negligent act of Engineer or of any person employed by Engineer or under Engineer's direction or control. 9 Engineer shall also save and hold City harmless from any and all expenses, including but not limited to attorneys fees which may be incurred by City in litigation or otherwise defending claims or liabilities which may be imposed on City as a result of such activities by Engineer, its agents, or employees. ARTICLE 23 ENGINEER'S RESPONSIBILITIES Engineer shall be responsible for the accuracy of his/her/its Engineering Services and shall promptly make necessary revisions or corrections to its work product resulting from errors, omissions, or negligent acts, and same shall be done without compensation. City shall determine Engineer's responsibilities for all questions arising from design errors and/or omissions. Engineer shall not be relieved of responsibility for subsequent correction of any such errors or omissions in its work product, or for clarification of any ambiguities until after the construction phase of the project has been completed. ARTICLE 24 ENGINEER'S SEAL The responsible engineer shall sign, seal and date all appropriate engineering submissions to City in accordance with the Texas Engineering Practice Act and the rules of the State Board of Registration for Professional Engineers. ARTICLE 25 NON -COLLUSION, FINANCIAL INTEREST PROHIBITED (1) Non -collusion. Engineer warrants that he/she/it has not employed or retained any company or persons, other than a bona fide employee working solely for Engineer, to solicit or secure this Contract, and that he/she/it has not paid or agreed to pay any company or engineer any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this Contract. For breach or violation of this warranty, City reserves and shall have the right to annul this Contract without liability or, in its discretion and at its sole election, to deduct from the contract price or compensation, or to otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. (2) Financial Interest Prohibited. Engineer covenants and represents that Engineer, his/her/its officers, employees, agents, consultants and subcontractors will have no financial interest, direct or indirect, in the purchase or sale of any product, materials or equipment that will be recommended or required for the construction of the project. ARTICLE 26 INSURANCE (1) Insurance. Engineer, at Engineer's sole cost, shall purchase and maintain during the entire term while this Contract is in effect professional liability insurance coverage in the minimum amount of One Million Dollars from a company authorized to do insurance business in Texas and otherwise 10 acceptable to City. Engineer shall also notify City, within twenty-four (24) hours of receipt, of any notices of expiration, cancellation, non -renewal, or material change in coverage it receives from its insurer. (2) Subconsultant Insurance. Without limiting any of the other obligations or liabilities of Engineer, Engineer shall require each subconsultant performing work under this Contract to maintain during the term of this Contract, at the subconsultant's own expense, the same stipulated minimum insurance required in Article 26, Section (1) above, including the required provisions and additional policy conditions as shown below in Article 26, Section (3). Engineer shall obtain and monitor the certificates of insurance from each subconsultant in order to assure compliance with the insurance requirements. Engineer must retain the certificates of insurance for the duration of this Contract, and shall have the responsibility of enforcing these insurance requirements among its subconsultants. City shall be entitled, upon request and without expense, to receive copies of these certificates of insurance. (3) Insurance Policy Endorsements. Each insurance policy shall include the following conditions by endorsement to the policy: (a) Each policy shall require that thirty (30) days prior to the expiration, cancellation, non- renewal or reduction in limits by endorsement a notice thereof shall be given to City by certified mail to: City Manager, City of Round Rock 221 East Main Street Round Rock, Texas 78664 (b) The policy clause "Other Insurance" shall not apply to any insurance coverage currently held by City, to any such future coverage, or to City's Self -Insured Retentions of whatever nature. (4) Cost of Insurance. The cost of all insurance required herein to be secured and maintained by Engineer shall be borne solely by Engineer, with certificates of insurance evidencing such minimum coverage in force to be filed with City. Such Certificates of Insurance are evidenced as Exhibit E herein entitled "Certificates of Insurance." ARTICLE 27 COPYRIGHTS City shall have the royalty -free, nonexclusive and irrevocable right to reproduce, publish or otherwise use, and to authorize others to use, any reports developed by Engineer for governmental purposes. 11 ARTICLE 28 SUCCESSORS AND ASSIGNS This Contract shall be binding upon and inure to the benefit of the parties hereto, their successors, lawful assigns, and legal representatives. Engineer may not assign, sublet or transfer any interest in this Contract, in whole or in part, by operation of law or otherwise, without obtaining the prior written consent of City. ARTICLE 29 SEVERABILITY In the event any one or more of the provisions contained in this Contract shall for any reason be held to be invalid, illegal or unenforceable in any respect, then such invalidity, illegality or unenforceability shall not affect any other provision thereof and this Contract shall be construed as if such invalid, illegal or unenforceable provision had never been contained herein. ARTICLE 30 PRIOR AGREEMENTS SUPERSEDED This Contract constitutes the sole agreement of the parties hereto, and supersedes any prior understandings or written or oral contracts between the parties respecting the subject matter defined herein. This Contract may only be amended or supplemented by mutual agreement of the parties hereto in writing. ARTICLE 31 ENGINEER'S ACCOUNTING RECORDS Records pertaining to the project, and records of accounts between City and Engineer, shall be kept on a generally recognized accounting basis and shall be available to City or its authorized representatives at mutually convenient times. The City reserves the right to review all records it deems relevant which are related to this Contract. ARTICLE 32 NOTICES All notices to either party by the other required under this Contract shall be personally delivered or mailed to such party at the following respective addresses: City: City of Round Rock Attention: City Manager 221 East Main Street Round Rock, TX 78664 12 and to: Stephan L. Sheets City Attorney 309 East Main Street Round Rock, TX 78664 Engineer: George E. Tillett, P.E. Project Manager HDR Engineering, Inc. 2211 South IH 35, Suite 300 Austin, Texas 78741 ARTICLE 33 GENERAL PROVISIONS (1) Time is of the Essence. Engineer understands and agrees that time is of the essence and that any failure of Engineer to complete the Engineering Services for each phase of this Contract within the agreed Work Schedule may constitute a material breach of this Contract. Engineer shall be fully responsible for his/her/its delays or for failures to use his/her/its reasonable efforts in accordance with the terms of this Contract and the Engineer's standard of performance as defined herein. Where damage is caused to City due to Engineer's negligent failure to perform City may accordingly withhold, to the extent of such damage, Engineer's payments hereunder without waiver of any of City's additional legal rights or remedies. (2) Force Majeure. Neither City nor Engineer shall be deemed in violation of this Contract if prevented from performing any of their obligations hereunder by reasons for which they are not responsible or circumstances beyond their control. However, notice of such impediment or delay in performance must be timely given, and all reasonable efforts undertaken to mitigate its effects. (3) Enforcement and Venue. This Contract shall be enforceable in Round Rock, Williamson County, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Contract shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. (4) Standard of Performance. The standard of care for all professional engineering, consulting and related services performed or furnished by Engineer and its employees under this Contract will be the care and skill ordinarily used by members of Engineer's profession practicing under the same or similar circumstances at the same time and in the same locality. Excepting Articles 25 and 34 herein, Engineer makes no warranties, express or implied, under this Contract or otherwise, in connection with the Engineering Services. 13 (5) Opinion of Probable Cost. Any opinions of probable project cost or probable construction cost provided by Engineer are made on the basis of information available to Engineer and on the basis of Engineer's experience and qualifications and represents its judgment as an experienced and qualified professional engineer. However, since Engineer has no control over the cost of labor, materials, equipment or services furnished by others, or over the contractor(s') methods of determining prices, or over competitive bidding or market conditions, Engineer does not guarantee that proposals, bids or actual project or construction cost will not vary from opinions of probable cost Engineer prepares. (6) Opinions and Determinations. Where the terms of this Contract provide for action to be based upon opinion, judgment, approval, review, or determination of either party hereto, such terms are not intended to be and shall never be construed as permitting such opinion, judgment, approval, review, or determination to be arbitrary, capricious, or unreasonable. ARTICLE 34 SIGNATORY WARRANTY The undersigned signatory for Engineer hereby represents and warrants that the signatory is an officer of the organization for which he/she has executed this Contract and that he/she has full and complete authority to enter into this Contract on behalf of the firm. The above -stated representations and warranties are made for the purpose of inducing City to enter into this Contract. IN WITNESS WHEREOF, the City of Round Rock has caused this Contract to be signed in its corporate name by its Mayor, duly authorized to execute the same on its behalf by Resolution No. egAlallj1123 approved by the City Council on the 11 day of the month of Thait,Chi , 2004, and Engineer, signing by and through its duly authorized representative(s), thereby binding the parties hereto, their successors, assigns and representatives for the faithful and full performance of the terms and provision • - ;. f. CITY OF RO D ROCK. By: Ny1- yam 11, ayor Christine Martinez, City Secretary HDR ENGINEERING, INC. By: Sig ature of Principa Printed Name: jig Stcs K. (Ka•,) 1-44 ? 14 LIST OF EXHIBITS ATTACHED (1) Exhibit A City Services (2) Exhibit B Engineering Services (3) Exhibit C Work Schedule (4) Exhibit D Fee Schedule (5) Exhibit E Certificates of Insurance EXHIBIT A SERVICES TO BE PROVIDED BY THE CITY OF ROUND ROCK The City will provide for the Engineer under this agreement the following items/information: 1) Schematic & PS&E development of IH -35 ramp reversal and Chandler Road turnaround bridge a) Review and approve roadway design criteria. b) Schedule, coordinate and conduct meeting of affected property owners. c) Provide assistance with coordination with TxDOT. d) Provide a digital aerial photo of the project area. e) Provide a digital terrain model (DTM) for the project area. f) Provide a list of utility providers with contact names and phone numbers for the project area. g) Provide electronic drawings of the proposed developments within the project limits. A-1 EXHIBIT B SERVICES TO BE PROVIDED BY THE ENGINEER The work to be performed under this contract shall consist of completing the following items/information between Chandler Rd. and Westinghouse Rd. along the NB Frontage Rd. of IH 35: 1) Schematic Design will be developed from 1000 ft south of Chandler Road to 1000' north of Westinghouse Road. a) Develop Roadway Design Criteria and complete the Design Summary Report (DSR) b) Attend Design Concept Conference c) Schematic Document i) The Schematic will be developed based on TIA developed in previous stage and input from the CoRR. d) The Engineer will not be required to provide any railroad exhibits and/or agreements. e) The Engineer will calculate and show horizontal and vertical alignments for all ramps, Turnarounds and frontage Roads; intersecting highways and minor cross streets. Roadway geometry will be based on the criteria and requirements set forth in TxDOT Design Manual. i) Design speed (1) Ramps: 45 mph (2) Main lanes 70 mph (3) Frontage Roads: 45 mph (4) Cross Streets consistent with long range plans for cross street facilities. ii) The horizontal alignments will show bearings in the tangent sections and curve data including delta angles, PI stations, tangent lengths, length of curve, and radii. The plan views will show the centerline, edge of pavement, striping, lane widths, shoulder widths, cross slopes, superelevations with transitions, direction of traffic flow, and layouts for all speed change lanes. iii) The vertical alignment will show existing and proposed elevations at 100 -foot intervals, vertical curve VPI stations, curve lengths, superelevation rates and transitions, design speeds, "K" values (evaluation modification required to bridge deck elevations to obtain minimum "K" values), iv) The Planning Document will be prepared in English units with the MicroStation J and GEOPAK 2000. f) The Engineer will show typical sections consistent with TIA and program documents completed in previous stage. g) The Engineer will prepare the Planning Document on roll not to exceed 10 feet in length. The rolls will include plan and profile to a scale of 1 inch=100 feet horizontal and 1 inch=10 feet vertical. h) Engineer will determine the locations of Major guide signs and pavement markings in compliance with Texas Manual for Uniform Traffic Control Devices (TMUTCD). Guide signs will be included on the Planning Document. i) The Engineer will determine in coordination with CoRR the limits of construction projects if multiple projects would enable facilities that provide interim use. j) The Engineer shall provide one Mylar copy and one paper copy of the plans. B-1 i) Right of Way lines and Control of Access lines (if any) (1) The existing apparent ROW limits and abutting parcel plats with legal description and physical address (2) Proposed revised ROW limits including measurements of taking. ii) Geometric typical sections (including pavement cross slopes, lane and shoulder widths, and slope rates for cuts and fills) for proposed main alignment roadways. iii) Current and projected traffic volumes as developed by the TIA study and Information provided by TxDOT will be shown on the plans (existing, 20 -year, and 30 -year traffic projections, unless determined otherwise by the CoRR). iv) Major Guide signs v) Geometry of speed change (acceleration, deceleration, turning, etc.) lanes vi) Existing Utility locations will be shown in plan emphasizing those, which are in conflict with the proposed construction. The overall design developed should minimize the need for utility adjustments. Proposed utilities will not be shown. vii) Any encroachments into ROW, including all trees greater than 6" in caliper, signs, fences and other physical objects viii) Significant drainage structures (existing and proposed) as determined by Hydrologic and Hydraulic report. ix) Updated preliminary construction cost estimate based on the Planning Document design. This estimate will not include projected preliminary ROW and utility relocation costs. k) Schematics will be developed and submitted at the following milestones: i) Prelimary Schematic, two copies, for review by CoRR. ii) Draft Final Schematic, three copies each, for CoRR, TxDOT, and FHWA review. iii) Final Planning Document, three copies each, CoRR, TxDOT, and FHWA. 2) Right -of -Way: a) Identify areas where temporary construction/driveway easements or agreements may be required. b) Engineer will supply Exhibits and driveway penetration agreements with adjacent property owners if required. c) Prepare parcel descriptions and layouts for the proposed ROW takings. It is estimated there will be 5 or less takings for this projects. If additional parcels are needed they may be added by supplemental agreement. 3) Utility Coordination: a) Identify existing utility locations and place utility information on plans. Effort shall include contacting Utility companies and mapping record drawing maps of facilities and conforming that data with actual field data surveyed at the project site. b) Coordination of utility adjustments with assistance from CoRR and TxDOT. Provide technical assistance and meeting exhibits as needed. c) Coordinate and attend utility coordination meetings according to TxDOT Project Development Plan (PDP). Engineer to provide copies of plans and cross sections to the utility companies as required by the (PDP). d) Incorporate resolutions from utility coordination meetings into plans. e) Coordinate with utility companies to determine areas of conflicts. f) Provide an up-to-date table of utility owners on the project with contact names, addresses, and phone numbers. g) A SUE is not likely to be needed on this project, but if required may be added by supplemental agreement. 4) Develop DTM for development of PS&E. B-2 a) The format for the DTM shall be a Microstation 3-D file. The Engineer shall place and review breaklines in the DTM. b) The corridor limits for the DTM are defined as follows: i) Beginning of project is 1000' North of Westinghouse Road. ii) End of project is 1500' South of Chandler Road. iii) Width shall be from the centerline of the roadway to the existing East ROW. (1) Additional width from the centerline of the roadway to the existing West ROW from 800' North of Chandler Road to 100' South of Chandler Road. (2) Additional width at existing East driveways - 100' beyond ROW and 20' wider than driveway width on both sides (total = driveway + 40') c) All physical features located within the corridor shall be identified in the DTM. Attention is called to, but not limited to, the following items: i) Drainage (1) Identify all storm sewer components such as inlets, manholes, etc. (a) Provide the general direction of pipe runs in the system. (2) Identify all cross drainage structures by size, length, type, and end treatment. (3) Identify all ditches. (4) Identify all driveway and intersection pipe by size, length, type, and end treatment. (5) For cross drainage structures, provide additional survey sections (100' wide) along the channel at the following locations: (a) 100' Upstream of existing ROW (b) Upstream existing ROW line (c) Upstream end of structure (d) Downstream end of structure (e) Downstream existing ROW line (f) 100' Downstream of existing ROW ii) Bridges (1) Identify all components such as begin and end bridge, approach slabs, columns, abutments, begin and end bridge rail, begin and end MBGF, riprap, sidewalk and curb and gutter, medians and bridge member preliminary sizing. iii) Roadway (1) Identify all components such as centerline, lane lines, edge of pavements, curb and gutter, retaining walls, sidewalks and ADA ramps, riprap, CTB, MBGF, etc. (2) Provide a table of driveway and intersections to include type (residential or commercial), type of material (asphalt or concrete), radii, width, length, pipe (size, type, length, and SET). (3) Provide a table of benchmarks to include point name, type (iron rod, monument, etc.), station, offset, x, y, and, z. (4) Identify the existing ROW. Also identify abutting parcel property lines, plat information, and owners name and address. iv) Geotechnical (1) Locate all soil borings for bridges and retaining walls once they are completed. v) Miscellaneous (1) Identify all existing large and small signs and object markers. Provide a table of existing signs to include station, offset, size, sign wording, etc. (2) Identify all existing striping including centerlines, lane lines, stop lines, words, arrows, etc. B-3 (3) Identify all components of existing signalized intersections such as poles, controller box and pad, loops, conduit runs, ground boxes, etc. (4) Identify all components of existing illumination such as poles, ground boxes, conduit runs, etc. (5) Identify all encroachments into the existing ROW such as all trees greater than 6" in caliper, signs, fences, and other physical objects. 5) Roadway Design a) Prepare Typical Section including supporting documentation for submittal. (Submittal will include Location Map, Form 1002 & typical sections on 8 1/2" x 11" plan sheets) The typical section shall also reflect proposed geometric including pavement cross slopes, lane and shoulder widths. b) Refine Horizontal and Vertical Alignment for the following i) IH 35 ii) Northbound Frontage Roads iii) Two Turnarounds iv) Northbound exit ramp to Westinghouse v) Northbound entrance ramp from Chandler Westinghouse vi) Bypass frontage road under Chandler Road vii) Chandler Road. c) Develop roadway plan/profile sheets including quantities for the above listed locations. d) Prepare Design Cross Sections and compute earthwork volumes. e) Provide electronic files of original and design cross sections report, completed cross sections, horizontal alignment, vertical alignment and haul plot data (table). Also provide one Mylar roll plot of completed cross sections. f) Establish criteria for construction phasing. g) Prepare plans in English Units. 6) Drainage design a) Gather information regarding existing drainage features, facilities and watersheds from previous plans b) Evaluate existing drainage conditions. c) Develop Preliminary drainage area maps and discharge rates. d) Prepare preliminary Hydraulics report. e) Hydraulic computations. i) Culverts ii) Channels iii) Storm sewers/inlets f) Layout, design and detailing of drainage features. i) Culverts ii) Storm sewers g) Summary of quantities. h) Develop Storm Water Pollution Prevention Plan (SW3P) for each phase of construction including narrative and SW3P controls including but not limited to temp. Sed. control fence, construction exits, detention ponds, rock berms, etc. i) Temporary storm drainage calculations and design. This work will include the use of any hydrologic or hydraulics computer programs which may be required, such as Texas Hydraulic System (THYSYS), Federal Highway Administration Hydraulic Engineering Circulars and other TxDOT Hydraulic Section publications. 7) Signing, Markings And Signalization B-4 a) Prepare Signing, Pavement Markings, and Object Marker plan sheets to a 1 "=100' horizontal scale (same scale as plan and profile sheets). b) Prepare Summaries for Small and Large Signs, Pavement Marking, and Object Markers. Summaries shall be separate from the plan sheets and be broken down by TxDOT bid items and sheet totals. c) Provide signing, pavement markings, and object marker standards and special signing, pavement marking, and object marker details as necessary. d) Prepare Traffic signal plans sheets to 1"=100' horizontal scale (same as plan and profile sheets). Prepare summary for traffic signal items. Summaries shall be separate from the plan sheets and be broken down by TxDOT bid items and sheet totals. Provide traffic signal details and traffic signal standards for Westinghouse Road and at Chandler rd and the Northbound Frontage road. e) Prepare temporary traffic signal layouts consistent with TCP at Chandler Road. f) Provide electronic files for development of ITS plans by TxDOT (if required). Coordinate and incorporate plans, general notes, estimates, special specifications and provisions into 95% and 100% submittal 8) Miscellaneous (Roadway) a) Develop miscellaneous roadway details. b) Prepare Illumination plan sheets to a 1"=100' horizontal scale (same scale as plan and profile sheets) for safety lighting at approximately 5 separate locations plus the possibility of lighting under the proposed turnaround bridge. Prepare summary for illumination items. Summaries shall be separate from the plan sheets and be broken down by TxDOT bid items and sheet totals. Provide illumination details and illumination standards. c) Prepare retaining wall layouts including summaries, details and standards. d) Prepare temporary special shoring layouts including summaries. e) Perform soil core hole drilling for retaining walls (see geotechnical investigations for details) f) Develop driveway details & summaries. g) Formulate and prepare traffic control plan, detours and sequence of work narrative. That provides for the following minimum conditions: i) Maintains 3 lanes of traffic on IH 35 at all times ii) One lane of traffic on the Northbound frontage road. iii) Coordination of utilities that are to be joint bid. h) Calculate quantities and prepare summary sheets. i) Prepare construction estimate using Estimator Software. The list of bid items will be included in the estimate. Prepare construction time estimate (CPM schedule) with Primavera or other scheduling software. Prepare special specifications for non-standard items, if required. j) Prepare general notes, list of special provisions and list of standard details to be used. k) Prepare list of right-of-way encroachments if needed. 1) Prepare plans for project milestones. All submittal listed below will go through CoRR with two additional copies provided at each submittal. Two reproducible paper copies (11"x17") schematics shall be submitted to the TxDOT for review. Two reproducible paper (11" x 17") copies of the plans shall be submitted to the TxDOT Contract Management Office at the 30% (including bridge and retaining layouts), and 60%, 90% and 95% design completion stages (not including bridges). The Project Manager will attend Review meetings for these milestones and make necessary revisions to the plans. After the Contract Management Office review of the 95% plans, three reproducible paper copy (11" x 17") of the final plans, along with the supporting PS&E documents will be submitted to the TxDOT Contract Management Office for further processing at the District level. A review meeting should not be necessary, however, the Engineer shall make minor plan revisions as requested by the District Office. Upon completion B-5 of the District review of the plans, the Engineer shall furnish signed original Mylar (11" x 17") drawings, which shall include all applicable standards. Electronic Microstation DGN files including cross sections shall be submitted to TxDOT upon final approval of the PS&E. m) The Engineer shall coordinate with TxDOT, local municipal agencies, utility companies and Sub -consultants as needed. 9) Bridge Design a) Prepare Preliminary and Final Bridge Layouts. b) Prepare Bridge cost estimates based on quantities prepared by TxDOT c) Develop structural details for the Turnaround bridges for PS&E. d) Develop structural details for retaining wall design for the retaining wall under Chandler Road bridge. 10) Geotechnical Investigations Conduct foundation studies including soil core drilling for both bridge and retaining wall structures to include the following: a) Stake borings in the field utilizing tape and right angle measurements and perform utility clearance and provide traffic control b) In accordance with TxDOT Geotechnical guidelines, drill 8 borings along the proposed soilnail retaining wall through the existing embankment soils to supplement the existing test boring information and to develop information on the existing embankment material. Borings are to be drilled as follows: 6 borings for proposed retaining walls to an average depth of 45 feet. 2 borings 60 feet deep at bridge abutments. c) Develop a geotechnical report recommending type of retaining wall and geotechnical parameters for wall design and bridge foundation design and recommendations. d) Develop Pavement Design using "The Flexible Pavement Design Manual for "Flexible Pavement" and the current AASHTO Guide for the Design of Pavement Structures, will be the governing references for this design. (Development of this section shall be in consultation with the District Pavement Engineer.) i) Drill 20 borings for use in pavement design ii) Flexible pavement designs will be analyzed utilizing the FPS program, while rigid pavement designs will be analyzed utilizing the Darwin 3.01 program. All pavement design will be based on subgrade information developed by the Engineer and traffic loading conditions provided by TxDOT. iii) Pavement designs will be produced for the main lane widening, frontage road and ramps. iv) A pavement design report to TxDOT standards will be produced for the design. 11) Construction Phase Services are not part of this contract and will require a supplemental agreement. B-6 EXHIBIT C Work Schedule 18 ID 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 0 1 Task Name 1 Duration 1 Predecessors n City Council Meeting 1 day a Notice to Proceed 1 day Geotech Test Holes 75 days 2FS+5 days 0 Review Existing Information and 5 days 2 Prepare for Design Concept Meeting ER Design Concept Meeting 1 day 4FS+5 days Survey project and create DTM 45 days 2FS+5 days Prepare Draft Schematic 25 days 6 Review Schematic with CoRR and 24 days 7 TxDOT Complete Schematic for submission 5 days 8 for FHWA 0 Develop Hydrology and overall 15 days 7FS+10 days Hydraulic Plan Develop Project Geometry Base 10 days 9 18 19 20 21 22 23 24 Develop P & P Sheet 30% complete 15 days 11 Review Survey Information and determine necessary updates 5 days 11 Request from Utilitity Companies 2 days 13FS-15 days information in Project area Develop Bridge & Retaining Wall 20 days 3FF,12FF,11 Layouts Develop Traffic Control Concept 15 days 5FS+20 days Determine ROW requirements 2 days 16 Compile, QA and Submit 30% 5 days 17,10,12 Submit 30% Drawings to TxDOT 1 day 18 TxDOT Review and Approval of 20 days 19 Bridge Layouts & Retaining Walls Meet with Utility Companies and 1 day 20FS+5 days review 30% Plans Develop P & P Sheet 60% complete 22 days 20FS-10 days Storm Drain Design 60% Complete 20 days 22 Traffic Control Plans 60% complete 20 days 22 k 15 Week 16 Week 17 I Week 18 I Week 19 I Week 20 Week 21 I Week 22 Task Milestone Progress Summary ID I 0 I Task Name I Duration 1 a City Council Meeting 1 day Notice to Proceed Geotech Test Holes 1 day 75 days Review Existing Information and 5 days Prepare for Design Concept Meeting 5 Q Design Concept Meeting 1 day 6 Survey project and create DTM 45 days 7 Prepare Draft Schematic 25 days ........... Review Schematic with CoRR and 24 days TxDOT ......._....... Complete Schematic for submission 5 days for FHWA 10 Develop Hydrology and overall 15 days Hydraulic Plan 11 Develop Project Geometry Base 10 days 12 Develop P & P Sheet 30% complete 15 days 13 Review Survey Information and 5 days determine necessary updates 14 Request from Utilitity Companies 2 days information in Project area 15 Develop Bridge & Retaining Wall 20 days Layouts 16 Develop Traffic Control Concept 15 days 17 Determine ROW requirements 2 days 18 Compile, QA and Submit 30% 5 days 19 Submit 30% Drawings to TxDOT 1 day 20 TxDOT Review and Approval of 20 days Bridge Layouts & Retaining Walls 21 Meet with Utility Companies and review 30% Plans 1 day 22 Develop P & P Sheet 60% complete 22 days 23 Storm Drain Design 60% Complete 20 days 24 Traffic Control Plans 60% complete 20 days Week 23 I Week Task Milestone Progress Summary Week 41 I Week 42 I Week 43 Week 44 Week 45 Week 46 1 Week 47 ID 10 1 Task Name 1 Duration 25 Develop Signing and Pavement Markings 60% Comple Week 23 Week : 15 days 26 Develop Intersection Layouts 27 Generate Cross Sections 10 days 10 days 28 Preliminary Structrual Design 60% 30 days Complete 29 Compile,QA and Submit 60% 30 Submit to TxDOT 31 TxDOT 60% Review ....... _.. . 32 Coordination meeting with Utilities 33 34 35 36 37 38 39 40 41 42 3 days 1 day 11 days 1 day Finalize Plan Sheets 15 days Finalize Structural Detail Plan Sheets 15 days Finalize Surface Drainage Design 15 days Finalize TCP Sheets 15 days Complete Cross Sections 5 days Compile, QA and Sumbit 90% 3 days Submit 90% to TxDOT Area Office 2 days TxDOT Review Comments 11 days Meet with Utility companies 1 day Respond to TxDOT Comments 11 days 43 Compile 95% Report and Quantity 5 days Summaries 44 0 Submit 95% Paper to TxDOT for District Review 45 TxDOT Review of 95% 1 day 30 days 46 Respond to TxDOT 95%Comments 11 days 47 B Final Mylar Submittal 1 day 48 im' Project Letting 1 day Task Progress 177 Milestone Summary Week 41 [Week 42 1 Week 43 'Week 44 Week 45 Week 46 I Week 47 ID 0 Task Name 25 Develop Signing and Pavement Markings 60% Comple 26 Develop Intersection Layouts 27 Duration 15 days 10 days Generate Cross Sections 10 days 28 Preliminary Structrual Design 60% 30 days Complete 29 Compile,QA and Submit 60% 3 days 30 Submit to TxDOT 1 day 31 TxDOT 60% Review 11 days 32 Coordination meeting with Utilities 1 day 33 Finalize Plan Sheets 15 days Finalize Structural Detail Plan Sheets 15 days 35 Finalize Surface Drainage Design 15 days 36 Finalize TCP Sheets 15 days 37 Complete Cross Sections 5 days 38 Compile, QA and Sumbit 90% 3 days 39 Submit 90% to TxDOT Area Office 2 days 40 TxDOT Review Comments 11 days 41 Meet with Utility companies 1 day 42 Respond to TxDOT Comments 11 days 43 Compile 95% Report and Quantity 5 days Summaries as n Submit 95% Paper to TxDOT for 1 day District Review 45 n. TxDOT Review of 95% 30 days 46 Respond to TxDOT 95%Comments 11 days 47 Q Final Mylar Submittal 1 day 48 3 Project Letting 1 day Week 48 I Week Week 66 I Week 67 Task l .:.:::::::: :: :. =! Milestone Progress Summary Week 68 Week 69 Week 70 1 Week 71 1 Week 72 EXHIBIT D FEE SCHEDULE Manhour Summary 1 Project Name: IH 35 NB Frontage Road Task Summary: Tasks Hours for the Classifications Project Principal PM / Senior , Engineer Design Engineer Engineer in Training Sr. Design Technician CADD Technician Steno / Clerical Total Attend design Kick-off Meeting 4 12 12 0 0 8 2 38 Develop Horizontal 0 4 10 12 24 0 0 50 Develop Vertical alignments 2 4 12 20 12 12 0 62 Refine typical section - Ramp - FR - Bypass 0 4 0 8 0 12 0 24 Major Guide Sign locations 0 6 12 16 8 0 0 42 Schematic Plan Exhibit 0 2 0 6 32 8 2 50 Determine Retaining wall locations 0 2 4 4 0 4 0 14 Hydrology and Floodplain maps 2 2 4 6 0 8 0 22 Preliminary Hydraulic Design 2 2 4 16 0 0 2 26 Utility identification and conflict assessment 0 2 8 4 12 0 0 26 Update Prelim. Construction Cost Estimates 0 2 2 8 8 0 4 24 Design Coordination meetings 4 12 12 0 0 0 0 28 Preliminary bridge member sizing 4 28 28 24 0 0 0 84 TxDOT Coordination 4 8 8 0 0 0 0 20 Review and Progress Meetings 4 8 0 8 0 0 4 24 Total Hours and Sheets 26 98 116 132 96 52 14 534 D-1 Tasks Hours for the Classifications Project Principal PM / Senior Engineer Design Engineer Engineer in Training Sr. Design Technician CADD Technician Steno / Clerical Total 2) Right -of -Way and Utility Coordination Identify temporary construction easements 0 2 0 4 0 2 0 8 Exhibits for driveway penetrations 0 2 0 0 6 0 0 8 Utility Coordination Map existing utility information 0 8 4 12 24 8 0 56 Coordinate Utility adjustments 0 20 24 10 0 16 0 70 Attend utility coordination meetings 0 24 12 0 0 0 8 44 Develop plans and cross section for Util. Comp. 0 2 0 4 0 16 0 22 Incorporate resolutions into plans 0 8 8 12 0 24 0 52 5) Roadway Design Prepare Typical Sections (Exist and Prop.) 0 8 0 30 16 34 0 88 Refine Horizontal Alignments 0 8 16 24 8 0 0 56 Refine Vertical Alignments 0 8 16 32 16 8 0 80 Develop Roadway P&P sheets 8 100 80 315 160 140 0 803 Prepare design cross sections and Earthwork calcs. 6) Drainage Design 0 12 8 42 24 0 0 86 Gather existing data 0 4 0 8 0 4 0 16 Evaluate existing drainage conditions 0 4 4 2 0 0 0 10 Develop Preliminary drainage area maps and discharge r 0 2 4 16 12 0 0 34 Prepare Hydraulics report 4 2 8 4 4 0 8 30 Hydraulic computations Culverts 0 2 12 22 4 0 40 Channels 0 2 4 10 4 0 20 Storm sewers 0 2 6 14 4 0 26 Layout, design and detail of Culverts 0 2 2 10 8 8 0 30 Storm sewers 0 2 2 10 8 8 0 30 Develop SW3P for each phase of construction 0 2 10 30 20 30 4 96 Develop Temporary drainage systems during const. 8) Miscellaneous Design 0 2 4 10 4 12 0 32 Develop Misc. Roadway Details 0 8 4 20 16 16 0 64 Prepare Retaining wall layouts and summaries 0 16 0 38 0 28 0 82 Develop driveway details and summaries 0 8 0 16 0 20 0 44 Prepare Traffic Control Plans Phase 1 0 16 16 32 50 30 0 144 Prepare Traffic Control Plans Phase 2 0 16 16 32 50 30 0 144 Develop Temporary Detour Routes 0 8 0 12 12 4 0 36 Develop Temporary Shoring layout 0 2 4 10 12 4 0 32 Develop TCP details 0 3 6 13 12 4 0 38 Develop Temporary and Permanent Traffic Signals 0 44 16 40 184 48 0 332 Calculate Quantities and prepare summary sheets 0 20 0 30 10 10 20 90 Prepare Construction estimate using Estimator. 0 0 0 12 0 0 0 12 Prepare const. Schedule using CPM method. 4 8 16 0 0 0 28 Prepare special spec. and special provisions 0 2 4 8 0 0 0 14 Prepare Gen. Notes ; 2 4 18 0 0 0 24 Prepare Plans at 30, 60, 90, 95 and 100% design 0 24 8 12 12 24 8 88 TxDOT Review and Coordination 4 24 24 0 0 0 0 52 Total Hours and Sheets 16 425 334 930 668 540 48 2961 D-2 Tasks Hours for the Classifications Total Project Principal PM / Senior Engineer Design Engineer Engineer in Training Sr. Design Technician CADD Technician Steno / Clerical 9) Bridge Design 36 96 0 24 0 0 72 228 Prepare Preliminary and Final Bridge Layouts 4 16 12 24 40 0 0 96 Prepare Bridge Cost Estimate& Quantities 0 0 8 24 8 0 0 40 Abutment Design & Details 0 12 0 32 28 0 0 72 Interior Bent Design & Details 0 18 0 32 28 0 0 78 Superstructure Design & Details 0 48 44 32 176 0 0 300 Framing Plan 0 12 12 0 24 0 0 48 Miscellaneous bridge details 4 16 16 8 24 0 0 68 Bridge Standards 0 2 0 0 8 0 0 10 10) Rataining Wall Design Develop structural details for Soil nail wall 8 32 48 32 60 40 0 220 Total Hours 16 156 140 184 396 40 0 932 Summary of Hours: D-3 Hours for the Classifications Project PM / Senior Design Engineer Sr. Design CADD Steno / Project Administration 36 96 0 24 0 0 72 228 Schematic Design 26 98 116 132 96 52 14 534 Plans Specs and Estimate 16 425 334 930 668 540 48 2961 Chandler Road Turnaround Bridge and Retaining Walls 16 156 140 184 396 40 0 932 Total Hours 94 775 590 1270 1160 632 134 4655 D-3 Fee Summary Cost Component, Hours Schematic PS&E Bridge Project Total Admin. Hours Project Principal 26 16 16 36 94 Project Manager/Senior Engineer. 98 425 156 96 775 Design Engineer 116 334 140 0 590 Engineer -in -Training 132 930 184 24 1270 Sr. Design Technician 96 668 396 0 1160 CADD Technician 52 540 40 0 632 Clerical/Steno 14 48 0 72 134 Total Hours 534 2961 932 228 4655 Cost Component, Dollars Rate Project Principal $236 $6,130 $3,772 $3,772 $8,488 $22,163 Project Manager/Senior Engineer. $151 $14,800 $64,183 $23,559 $14,498 $117,039 Design Engineer $117 $13,585 $39,117 $16,396 $0 $69,098 Engineer -in -Training $86 $11,391 $80,255 $15,878 $2,071 $109,596 Sr. Design Technician $99 $9,468 $65,881 $39,055 $0 $114,404 CADD Technician $77 $4,007 $41,607 $3,082 $0 $48,696 Clerical/Steno $55 $777 $2,663 $0 $3,994 $7,434 Labor Dollars $60,158 $297,478 $101,743 $29,051 $488,429 TOTAL EXPENSES W/ 10% markup Survey Geotech Environmental Document (EA/FONSI) Signing,Striping, Illumination $75,075 $62,500 $103,590 $45,000 $61,735 ITOTAL LUMP SUM FEE $836,329 Survey Geotech Signing,Striping, Illumination Direct Labor Indirect Costs Direct Costs Profit @12% D-4 $62,500 $103,590 $61,735 $158,478 $277,620 $75,075 $52,332 EXHIBIT E Certificates of Insurance 20