Loading...
R-01-09-13-15F3 - 9/13/2001 RESOLUTION NO. R-01-09-13-15F3 WHEREAS, the City of Round Rock desires to retain professional traffic engineering services for traffic signal warrant studies and traffic signal designs at the intersections of Mays Street and Old Settlers Boulevard, and Mays Street and Texas Avenue, and WHEREAS, Alliance Texas Engineering Company, Inc . has submitted a Contract for Engineering Services to provide said services, and WHEREAS, the City Council desires to enter into said contract with Alliance Texas Engineering Company, 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 Alliance Texas Engineering Company, Inc . , for professional traffic engineering services for the preparation of plans and specifications for traffic signal warrant studies and traffic signal designs at the intersections of Mays Street and Old Settlers Boulevard, and Mays Street and Texas Avenue, 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 ::ODMA\WORLDOX\O:\WDOX\RESOLUTI\R10913F3.WPD/sc upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 13th day of September, 2001 . RCFkffT A. STLUKA, J . , Mayor City of Round Rock, Texas ATTEST : 4JON2 LAND, City Secretary 2 Contract No. STATE OF TEXAS COUNTY OF WILLIAMSON THIS CONTRACT FOR ENGINEERING SERVICES Contract is made by and between the City of Round Rock, 221 E. Main St., Round Rock, Texas 78664, hereinafter called City and Alliance Texas Engineering Company, Inc., having its principal business address at 100 East Anderson Lane Suite 300,Austin,Texas 78752, hereinafter called 'Engineer" for the purpose of contracting for engineering services. WITNESSETH WHEREAS, Government Code, Chapter 2254, Subchapter A, 'Professional Services Procurement Act" provides for the procurement of professional services of engineers; and WHEREAS, the City desires to contract for engineering services described as follows: Provide professional traffic engineering services for traffic signal warrant studies and traffic signal designs at the following two intersections: Mays Street/Old Settlers Boulevard, and Mays Street/Texas Avenue in Round Rock, Texas AGREEMENT NOW, THEREFORE,the City and the Engineer, in consideration of the mutual covenants and agreements herein contained, do hereby mutually agree as follows: ARTICLE 1 SCOPE OF SERVICES TO BE PROVIDED BY CITY The City will furnish items and perform those services for fulfillment of the Contract as identified in Attachment A - Services to be Provided by the City, attached hereto and made a part of this Contract. ARTICLE 2 SCOPE OF SERVICES TO BE PROVIDED BY ENGINEER The Engineer shall perform those engineering services for fulfillment of the Contract as identified in Attachment B - Services to be Provided by the Engineer, attached hereto and made a part of this Contract. The Engineer shall prepare a schedule of work identified as Attachment C -Work Schedule, Page 1 of 12 EXHIBIT "T ll The Engineer shall prepare a schedule of work identified as Attachment C - Work Schedule, attached hereto and made a part of this Contract. The Work Schedule shall contain a complete schedule so that the Engineer's Scope of Services under this Contract can be accomplished within the specified time and contract cost. The Work Schedule will provide specific work sequence and definite review times by the City and the Engineer of the work performed. If the review time should take longer than shown on the work schedule, through no fault of the Engineer, additional contract time will be authorized by the City through a supplemental agreement if requested by a timely written request from the Engineer and approved by the City. ARTICLE 3 CONTRACT PERIOD After execution of this Contract, the Engineer shall not proceed with the work outlined under Article 2 until authorized in writing by the City to proceed as provided in Article 6. This Contract shall terminate at the close of business on June 30, 2002 unless extended by written supplemental agreement duly executed by the Engineer and the City prior to the date of termination, as provided in Article 11 - Supplemental Agreements, or otherwise terminated as provided in Article 19 - Termination. Any work performed or cost incurred after the date of termination shall be ineligible for reimbursement. The Engineer shall notify the City in writing as soon as possible if it determines, or reasonably anticipates, that the work under this Contract cannot be completed before the termination date, and the City may, at its sole discretion, extend the contract period by timely supplemental agreement as provided in Article 11 -Supplemental Agreements. The Engineer shall allow adequate time for review and approval of the request for time extension by the City prior to expiration of this Contract. ARTICLE 4 COMPENSATION The City shall pay and the Engineer agrees to accept the lump sum amount shown below as full compensation for the engineering services to be performed under this Contract. The lump sum amount payable under this Contract without modification of the Contract is $ 42,848.44 as shown in Attachment D - Fee Schedule. The lump sum amount payable may be revised by supplemental agreement in the event of a change in scope, additional complexity from that originally anticipated or character of work as authorized by the City. The Engineer shall prepare and submit to the City monthly progress reports in sufficient detail to support the progress of the work and in support of invoice requesting monthly payment. Any preferred format will be identified in Attachment B. Satisfactory progress of work shall be maintained as a condition of payment. The fee may be adjusted if additional work is approved by supplemental agreement and performed by the Engineer. Page 2of12 ARTICLE 5 METHOD OF PAYMENT Payments to the Engineer for services rendered will be made while work is in progress. The Engineer will prepare and submit to the City, no more frequently than once per month, a progress report stating the percent completion of the work accomplished during the billing period and to date, and one original and one copy of a certified invoice in a form acceptable to the City. The submittal shall also include the progress assessment report, identified as Attachment H-2. Payment of the lump sum fee will be in proportion to the percent completion of the work tasks identified in Attachment D -Fee Schedule. Upon receipt and approval of each statement, the City shall make a good faith effort to pay the amount which is due and payable within thirty (30)days. The City shall reserve the right to withhold payment pending verification of satisfactory work performed. The Engineer must submit adequate proof to the City that the task was completed. The certified statements shall show the total amount earned to the date of submission and the amount due and payable as of the date of the current statement. Final payment does not relieve the Engineer of the responsibility of correcting any errors and/or omissions resulting from its negligence. ARTICLE 6 NOTICE TO PROCEED The City will issue a written authorization to proceed with the work identified in the scope of services. The City shall not be responsible for actions by the Engineer or any costs incurred by the Engineer relating to additional work not included in Attachment B -Services to be Provided by the Engineer. ARTICLE 7 PROGRESS The Engineer shall, from time to time during the progress of the work, confer with the City. The Engineer shall prepare and present such information as may be pertinent and necessary, or as may be requested by the City, in order to evaluate features of the work. At the request of the City or the Engineer, conferences shall be provided at the Engineer's office, the office of the City, or at other locations designated by the City. These conferences shall also include evaluation of the Engineer's services and work when requested by the City. Should the City determine that the progress in production of work does not satisfy the Work Schedule, the City shall review the work Schedule with the Engineer to determine corrective action needed. Page 3 of 12 The Engineer shall promptly advise the City in writing of events which have a significant impact upon the progress of the work, including: (1) problems, delays, adverse conditions which will materially affect the ability to attain program objectives, prevent the meeting of time schedules and goals, or preclude the attainment of project work units by established time periods; this disclosure will be accompanied by statement of the action taken, or contemplated, and any City assistance needed to resolve the situation; and (2) favorable developments or events which enable meeting the work schedule goals sooner than anticipated. ARTICLE 8 SUSPENSION Should the City desire to suspend the work, but not terminate the Contract, this may be done by thirty (30) calendar days verbal notification followed by written confirmation from the City to that effect. The thirty day notice may be waived in writing by both parties. The work may be reinstated and resumed in full force and effect within sixty(60)days of receipt of written notice from the City to resume the work. The sixty day notice may be waived in writing by both parties. If the City suspends the work, the contract period as determined in Article 3 is not affected and the Contract will terminate on the date specified unless the Contract is amended. The City assumes no liability for work performed or costs incurred prior to the date authorized by the City to begin work, during periods when work is suspended, or subsequent to the contract completion date. ARTICLE 9 ADDITIONAL WORK If the Engineer is of the opinion that any work it has been directed to perform is beyond the scope of this Contract and constitutes extra work, it shall promptly notify the City in writing. In the event the City finds that such work does constitute extra work and exceeds the maximum amount payable, the City shall so advise the Engineer and a written supplemental agreement will be executed between the parties as provided in Article 11. The Engineer shall not perform any proposed additional work or incur any additional costs prior to the execution, by both parties, of a supplemental agreement. The City shall not be responsible for actions by the Engineer or any costs incurred by the Engineer relating to additional work not directly associated with the performance of the work authorized in this Contract or as amended. Page 4 of 12 ARTICLE 10 CHANGES IN WORK If the City finds it necessary to request changes to previously satisfactorily completed work or parts thereof which involve changes to the original scope of services or character of work under the Contract, the Engineer shall make such revisions if requested and as directed by the City. This will be considered as additional work and paid for as specified under Article 9-Additional Work. The Engineer shall make such revisions to the work authorized in this Contract which has been completed as are necessary to correct errors appearing therein, when required to do so by the City. No additional compensation shall be paid for this work. ARTICLE 11 SUPPLEMENTAL AGREEMENTS The terms of this Contract may be modified by supplemental agreement if the City determines that there has been a significant change in(1)the scope, complexity or character of the service to be performed; or(2)the duration of the work. Additional compensation, if appropriate, shall be identified as provided in Article 4. Any supplemental agreement must be executed by both parties within the contract period specified in Article 3 - Contract Period. It is understood and agreed that no claim for extra work done or materials furnished shall be made by the Engineer until full execution of the supplemental agreement and authorization to proceed is granted by the City. The City reserves the right to withhold payment pending verification of satisfactory work performed. ARTICLE 12 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 the City and shall be furnished to the City upon request. All documents prepared by the Engineer and all documents furnished to the Engineer by the City shall be delivered to the City upon completion or termination of this Contract. The Engineer, at its own expense, may retain copies of such documents or any other data which it has furnished the City under this Contract. Release of information shall be in conformance with the Texas Open Records Act. Page 5 of 12 ARTICLE 13 PERSONNEL, EQUIPMENT AND MATERIAL The Engineer shall furnish and maintain, at its own expense, quarters for the performance of all services, and adequate and sufficient personnel and equipment to perform the services as required. All employees of the Engineer shall have such knowledge and experience as will enable them to perform the duties assigned to them. Any employee of the Engineer who, in the opinion of the City, is incompetent, or whose conduct becomes detrimental to the work, shall immediately be removed from association with the project when so instructed by the City. The Engineer certifies that it presently has adequate qualified personnel in its employment for performance of the services required under this Contract, or will be able to obtain such personnel from sources other than the City. The Provider may not change the Project Manager without prior consent of the City. ARTICLE 14 SUBCONTRACTING The Engineer shall not assign, subcontract or transfer any portion of the work under this Contract without prior written approval from the City. All subcontracts shall include the provisions required in this Contract and shall be approved as to form, in writing, by the City prior to work being performed under the subcontract. No subcontract relieves the Engineer of any responsibilities under this Contract. ARTICLE 15 EVALUATION OF WORK The City and any authorized representatives, shall have the right at all reasonable times to review or otherwise evaluate the work performed or being performed hereunder and the premises in which it is being performed. If any review or evaluation is made on the premises of the Engineer or a subprovider, the Engineer shall provide and require its subproviders to provide all reasonable facilities and assistance for the safety and convenience of the City or USDOT representatives in the performance of their duties. ARTICLE 16 SUBMISSION OF REPORTS All applicable study reports shall be submitted in preliminary form for approval by the City before final report is issued. The City's comments on the Engineer's preliminary report will be addressed in the final report. Page 6 of 12 ARTICLE 17 VIOLATION OF CONTRACT TERMS/BREACH OF CONTRACT Violation of Contract terms or breach of contract by the Engineer shall be grounds for termination of the Contract and any increased cost arising from the Engineer's default, breach of contract or violation of contract terms shall be paid by the Engineer. ARTICLE 18 TERMINATION The Contract may be terminated before the stated termination date by any of the following conditions. (1) By mutual agreement and consent, in writing of both parties. (2) By the City by notice in writing to the Engineer as a consequence of failure by the Engineer to perform the 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 the City for reasons of its own and not subject to the mutual consent of the Engineer upon not less than thirty (30) days written notice to the Engineer. (5) By satisfactory completion of all services and obligations described herein. Should the 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 the Engineer. In determining the value of the work performed by the Engineer prior to termination, the City shall be the sole judge. Compensation for work at termination will be based on a percentage of the work completed at that time. Should the City terminate this Contract under (4) of the paragraph identified above, the amount charged during the thirty (30) day notice period shall not exceed the amount charged during the preceding thirty (30) days. If the Engineer defaults in the performance of this Contract or if the City terminates this Contract for fault on the part of the Engineer, the City will give consideration to the actual costs incurred by the Engineer in performing the work to the date of default, the amount of work required which was satisfactorily completed to date of default, the value of the work which is usable to the City, the cost to the City of employing another firm to complete the work required and the time required to do so, and other factors which affect the value to the City of the work 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 the City and the Engineer under this Contract, except the obligations set forth in Article 19 of this Contract. If the termination of this Page 7of12 Contract is due to the failure of the Engineer to fulfill its contract obligations, the City may take over the project and prosecute the work to completion. In such case, the Engineer shall be liable to the City for any additional cost occasioned the City. The Engineer shall be responsible for the settlement of all contractual and administrative issues arising out of the procurement made by the Engineer in support of the scope of services under this Contract. ARTICLE 19 COMPLIANCE WITH LAWS The 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, worker's compensation laws, minimum and maximum salary and wage statutes and regulations, and licensing laws and regulations. When required, the Engineer shall furnish the City with satisfactory proof of its compliance therewith. ARTICLE 20 INDEMNIFICATION The Engineer shall save harmless the City and its officers and employees from all claims and liability due to activities of itself, its agents, or employees, performed under this Contract and which are caused by or result from error, omission, or negligent act of the Engineer or of any person employed by the Engineer. The Engineer shall also save harmless the City from any and all expense, including, but not limited to, attorney fees which may be incurred by the City in litigation or otherwise resisting said claim or liabilities which may be imposed on the City as a result of such activities by the Engineer, its agents, or employees. ARTICLE 21 ENGINEER'S RESPONSIBILITY The Engineer shall be responsible for the accuracy of its work and shall promptly make necessary revisions or corrections resulting from its errors, omissions, or negligent acts without compensation. The Engineer's responsibility for all questions arising from design errors and/or omissions will be determined by the City. The Engineer will not be relieved of the responsibility for subsequent correction of any such errors or omissions or for clarification of any ambiguities until after the construction phase of the project has been completed. ARTICLE 22 ENGINEER'S SEAL The responsible Engineer shall sign, seal and date all appropriate engineering submissions to the City in accordance with the Texas Engineering Practice Act and the Rules of the State Board of Registration for Professional Engineers. Page 8of12 ARTICLE 23 NONCOLLUSION The Engineer warrants that it has not employed or retained any company or persons, other than a bona fide employee working solely for the Engineer, to solicit or secure this Contract and that 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, the City shall have the right to annul this Contract without liability or, in its discretion, to deduct from the contract price or compensation, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. ARTICLE 24 INSURANCE The Engineer shall furnish the City a properly completed Certificate of Insurance approved by the City prior to beginning work under this Contract and shall maintain such insurance through the contract period. The completed Certificate of Insurance shall be attached hereto and identified as Attachment G. ARTICLE 25 INSPECTION OF ENGINEER'S BOOKS AND RECORDS AND AUDIT REQUIREMENTS The City shall have the exclusive right to examine the books and records of the Engineer for the purpose of checking the amount of work performed by the Engineer at the time of contract termination. The Engineer shall maintain all books, documents, papers, accounting records and other evidence pertaining to cost incurred and shall make such materials available at its office during the contract period and for four(4)years from the date of final payment under this Contract or until pending litigation has been completely and fully resolved, whichever occurs last. The City or any of its duly authorized representatives, shall have access to any and all books, documents, papers and records of the Engineer which are directly pertinent to this Contract for the purpose of making audits, examinations, excerpts and transcriptions. ARTICLE 26 DEBARMENT, SUSPENSION AND DISCIPLINARY ACTION The Engineer warrants that the representations included in the Debarment Certification (Negotiated Contracts) submitted with the offer to provide services are current and still valid. Page 9 of 12 ARTICLE 27 COPYRIGHTS The 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 the Engineer for governmental purposes. ARTICLE 28 COMPUTER GRAPHICS FILES The Engineer agrees to comply with the Special Provision "Computer Graphics Files for Document and Information Exchange," if determined by the City to be applicable to this Contract and if so stated in Attachment B and attached hereto. ARTICLE 29 SUCCESSORS AND ASSIGNS The Engineer, and the City, do hereby bind themselves, their successors, executors, administrators and assigns to each other party of this agreement and to the successors, executors, administrators, and assigns of such other party in respect to all covenants of this Contract. The Engineer shall not assign, subcontract or transfer its interest in this Contract without the prior written consent of the City. ARTICLE 30 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, 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 31 PRIOR CONTRACT SUPERSEDED This Contract constitutes the sole and only agreement of the parties hereto and supersedes any prior understandings or written or oral contracts between the parties respecting the subject matter defined herein. Page 10 of 12 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 address: City of Round Rock Engineer: Alliance-Texas Engineering Company Attn.: City Manager Attn.: Brian D. Van De Walle, P.E. 221 E. Main St. 100 E. Anderson Lane, Suite 300 Round Rock, TX 78664 Austin, Texas 78752 with copy to: Stephan L. Sheets City Attorney 309 E. Main St. Round Rock, Texas 78664 Page 11 of 12 ARTICLE 33 SIGNATORY WARRANTY The undersigned signatory or signatories for the Engineer hereby represent and warrant that the signatory is an officer of the organization for which he or she has executed this Contract and that he or 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 the City to enter into this Contract. IN WITNESS HEREOF, the City and the Engineer have executed these presents in duplicate. THE ENGINEER By: Signature f Printed Name Pfncfroa/ Title 8-27-01 Date City of Round Rock By: Robert Stluka, Mayor LIST OF ATTACHMENTS Attachment A - Services to be Provided by the City Attachment B - Services to be Provided by the Engineer Attachment C - Work Schedule, if applicable Attachment D - Fee Schedule Attachment E - Work Authorizations, if applicable Attachment F - Supplemental Work Authorizations, if applicable Attachment G - Certificate of Insurance, if applicable Page 12 of 12 ATTACHMENT A SERVICES TO BE PROVIDED BY THE CITY OF ROUND ROCK The City of Round Rock will furnish to the Engineer the following items/information: Provide all available written data pertinent to previous operation,reports and any other data affecting the two intersections. Provide all available electronic files of existing right-of-way, property maps, survey files, design plans, etc. within 400 feet of each intersection. Provide assistance in negotiating with public utilities, railroads, and others who will be affected by the installation of the traffic signals. Preparation of necessary permit applications. (Note: Alliance-Texas Engineering Company will provide graphical exhibits in support of the applications.) ATTACHMENT B SERVICES TO BE PROVIDED BY THE ENGINEER PROJECT PARAMETERS The following assumptions pertain to the provision of Basic Services: A. The PROJECT will consist of the following activities, as requested by the CLIENT: Task 1.0 Traffic Signal Warrant Studies for the following two intersections in Round Rock, Texas. Mays Street/Old Settler's Parkway; and Mays Street/Texas Avenue. Task 2.0 Surveying Services Task 3.0 Traffic signal layouts for the following two (2) intersections in Round Rock, Texas: Mays Street/Old Settler's Parkway; and Mays Street/Texas Avenue. Task 4.0 Traffic signal specifications and bid documents for the traffic signals designed under Task 3.0. Task 5.0 Meetings B. CLIENT will review approved plans and provide recommendations in a timely manner. C. PROJECT is located within the City of Round Rock, Texas. D. Electronic files of Survey Data will be collected and used as the basis for any designs associated with the PROJECT. E. Existing traffic signal specifications used by the Texas Department of Transportation(TxDOT)will be used for design plans. TASK 1.0 TRAFFIC SIGNAL WARRANT STUDIES 1.1 Gather existing 24 hour traffic counts for each intersection approach. 1.2 Gather historical accident data from the City of Round Rock Police Department. 1.3 Apply warrants from the Texas Manual on Uniform Traffic Control Devices (TMUTCD) to the traffic count and accident data provided by CLIENT'S representatives. 1.4 Determine the applicable traffic control device (traffic signal or flashing light) that is warranted at this intersection. 1.5 Prepare, for submittal and approval to the Texas Department of Transportation (TXDOT), a technical report detailing the study and recommending the appropriate traffic control device, if any, needed at this intersection. TASK 2.0 SURVEYING SERVICES The Surveying Services include those engineering services required to design the traffic signal layout. These services to be provided by the ENGINEER are as follows: 2.1 Prepare a preliminary base map based on record information to include right of way maps, tax maps, plats, deeds, topographic maps, and other available information. 2.2 Field survey the identified intersection to determine right of way, overhead utility, and underground utility location information, including the electrical service point. 2.3 Identify locations of the pavement, curb and gutter, islands, sidewalks, shoulders, and other structures within the right-of-way. 2.4 Identify the following traffic control features, where applicable: • Lane usages and dimensions • Parking restrictions • Location and message of existing signs • Location and operation of existing signals Existing speed limits • Existing pavement markings One-way streets • Bus stops and loading zones • Turn restrictions • Building lines 2.5 Identify locations of any railroads or emergency centers in the vicinity of the intersection. NOTE: All surveying services will be at the direction of the CLIENT or the CLIENT's representative(s) and will be performed on an hourly fee basis. Thus, for Task 2.0 the budget is strictly an estimate and does not include a not-to-exceed clause. TASK 3.0 TRAFFIC SIGNAL LAYOUTS 3.1 Collect all "as built"or design drawings of the intersection, in electronic format, from the CLIENT or his representatives. 3.2 Create base plan sheets for signal plans from"as built"drawings. 3.3 Inspect intersection, where applicable, to determine existing pavement widths, lane configurations and traffic control devices, and locate existing above ground utilities. 3.4 Transmit base sheets to utility service providers with request for identification and location of all utilities in and around the intersection. Request field location of utilities using One-Call system. 3.5 Add utilities identified by service providers to base sheets. 3.6 Develop construction plan sheets showing traffic signal poles, detector loops, conduit runs, wiring diagram, and signal face locations. 3.7 Develop plan view sheet showing elevations of traffic signal indications, poles, and any traffic control signs to be mounted on the traffic signal. 3.8 Develop wiring diagram sheet showing the number and type of electrical wire runs between the signal controller and indications. 3.9 Submit one (1)preliminary copy of the signal layout plans for review by City of Round Rock representatives. 3.10 Meet one (1) time with City of Round Rock representatives to review the preliminary traffic signal design. 3.11 Incorporate one (1) time any revisions to the preliminary plans based on City of Round Rock comments. 3.12 Provide one(1) set of reproducible mylar final drawings, sealed by a Professional Engineer to City of Round Rock. TASK 4.0 TRAFFIC SIGNAL SPECIFICATIONS AND BID DOCUMENTS 4.1 Obtain AM,Noon, and PM peak hour turning movement volumes at the intersections. For the intersection of Mays Street and Old Settler's Parkway, this includes the intersections of the IH-35 Frontage Roads with Old Settler's Parkway/FM 3406. 4.2 Develop traffic signal phasing sheet based on traffic volumes. For the intersection of Mays Street and Old Settler's Parkway, this includes a coordination plan between this intersection andthe intersections of the IH-35 Frontage Roads with Old Settler's Parkway/FM 3406. 4.3 Develop quantity estimate sheet. 4.4 Insert appropriate specification sheets from the Texas Department of Transportation (TxDOT). 4.5 Prepare packet of preliminary construction plans and bid documents. 4.6 Submit one (1) draft copy of the preliminary construction plans and preliminary bid documents for review by City of Round Rock representatives. 4.7 Meet one (1) time with City of Round Rock representatives to review any changes to the preliminary bid packet. 4.8 Incorporate, one (1) time, any changes to the construction plans and bid documents based on City of Round Rock comments. 4.9 Provide one (1) set of reproducible mylar final drawings and specifications and one (1) reproducible set of bid packet documents to the City of Round Rock . 4.10 Prepare one (1) time, an ENGINEER'S opinion of probable construction cost based on the approved drawings, specifications, and materials. TASK 5.0 MEETINGS 5.1 Meet one (1) time with City of Round Rock representatives to review the preliminary draft signal design as described in Task 3.10. 5.2 Meet one(1) time with City of Round Rock representatives to review the proposed bid packet as described in Task 4.7. NOTE: All meetings will be at the direction of the Client or the Client's representative(s) and will be performed on an hourly fee basis. Thus, for Task 5.0 the budget is strictly an estimate and does not include a not-to- exceed clause. TASK 6.0 CONSTRUCTION BASED SERVICES 6.1 Prior to beginning of construction for traffic signal foundations, meet one (1) time with contractor to review field staking of traffic signal at each intersection. 6.2 Prior to traffic signal turn on, meet one (1)time with contractor and City of Round Rock representative for final inspection of signal construction and assistance in preliminary input of timing data into traffic signal controller at each intersection. 6.3 Meet one (1)time with contractor and City of Round Rock representative for traffic signal turn on at each intersection. NOTE: All construction based services will be at the direction of the Client or the Client's representative(s) and will be performed on an hourly fee basis. For Task 6.0 the budget is estimated at 16 hours per intersection. For efforts beyond this estimate,prior written approval for additional services will be obtained from the Client. ATTACHMENT "D" FEE SCHEDULE 1.1 FEE/COMPENSATION FOR SERVICES AND REIMBURSABLE EXPENSES Direct Labor: No retainer fee is required for this project. Direct labor to complete the transportation engineering services is described below, based on the assumption that signal designs will be provided at two intersections: Lump Sum Basis: Task 1.0 Traffic Signal Warrant Studies (Two Intersections) $ 4,500.00 Task 2.0 Surveying Mays Street/ Old Settler's Parkway $ 5,250.00 Mays Street/Texas Avenue $ 5,250.00 Task 3.0 Traffic Signal Layouts Mays Street/Old Settler's Parkway $ 6,750.00 Mays Street/Texas Avenue $ 6,750.00 Task 4.0 Traffic Signal Specifications & Bid Documents Mays Street/Old Settler's Parkway $ 5,600.00 Mays Street/Texas Avenue $ 3,100.00 Subtotal Mays Street/Old Settler's Parkway(incl. Warrant) $ 22,100.00 Mays Street/Texas Avenue $ 15,100.00 Hourly Basis (as shown in Attachment`B") Task 5.0 Meetings $ 950.00 Task 6.0 Construction Based Services $ 4,698.44 Subtotal $ 5,648.44 Total Budget Mays Street/Old Settler's Parkway (incl. Warrant &Above Subtotal) $ 27,748.44 Mays Street/Texas Avenue $ 15,100.00 Grand Total $ 42,848.44 DATE: September 7, 2001 SUBJECT: City Council Meeting—September 13, 2001 ITEM: *15.F.3. Consider a resolution authorizing the Mayor to execute a Contract for Engineering Services with Alliance Texas Engineering Company, Inc.for traffic signal warrant studies and traffic signal designs at the intersections of Mays Street and Old Settlers Boulevard, and Mays Street and Texas Avenue. The contract amount is $42,848.44. Resource: Jim Nuse, Director of Public Works Tom Word, Chief Traffic Engineer History: Alliance Texas Engineering Company, Inc., will be providing traffic engineering services for warrant studies and the design of two intersections: Mays Street/Old Settlers Boulevard and Mays Street/Texas Avenue. Funding: Cost: $42,848.44 Source of funds: Transportation Capital Improvement Program Outside Resources: Alliance Texas Engineering Company, Inc.. Impact/Benefit: These two high use intersections will benefit greatly with a signal in that traffic flow will be smoother and safety will be increased. Public Comment: N/A Sponsor: N/A EXECUTED DOCUMENT FOLLOWS ORIGINAL Contract No. STATE OF TEXAS COUNTY OF WILLIAMSON THIS CONTRACT FOR ENGINEERING SERVICES Contract is made by and between the City of Round Rock, 221 E. Main St., Round Rock, Texas 78664, hereinafter called City and Alliance Texas Engineering Company, Inc., having its principal business address at 100 East Anderson Lane Suite 300,Austin,Texas 78752, hereinafter called "Engineer" for the purpose of contracting for engineering services. WITNESSETH WHEREAS, Government Code, Chapter 2254, Subchapter A, "Professional Services Procurement Act" provides for the procurement of professional services of engineers; and WHEREAS, the City desires to contract for engineering services described as follows: Provide professional traffic engineering services for traffic signal warrant studies and traffic signal designs at the following two intersections: Mays Street/Old Settlers Boulevard, and Mays Street/Texas Avenue in Round Rock, Texas. AGREEMENT NOW, THEREFORE, the City and the Engineer, in consideration of the mutual covenants and agreements herein contained, do hereby mutually agree as follows: ARTICLE 1 SCOPE OF SERVICES TO BE PROVIDED BY CITY The City will furnish items and perform those services for fulfillment of the Contract as identified in Attachment A - Services to be Provided by the City, attached hereto and made a part of this Contract. ARTICLE 2 SCOPE OF SERVICES TO BE PROVIDED BY ENGINEER The Engineer shall perform those engineering services for fulfillment of the Contract as identified in Attachment B - Services to be Provided by the Engineer, attached hereto and made a part of this Contract. The Engineer shall prepare a schedule of work identified as Attachment C - Work Schedule, Page 1 of 12 The Engineer shall prepare a schedule of work identified as Attachment C - Work Schedule, attached hereto and made a part of this Contract. The Work Schedule shall contain a complete schedule so that the Engineer's Scope of Services under this Contract can be accomplished within the specified time and contract cost. The Work Schedule will provide specific work sequence and definite review times by the City and the Engineer of the work performed. If the review time should take longer than shown on the work schedule, through no fault of the Engineer, additional contract time will be authorized by the City through a supplemental agreement if requested by a timely written request from the Engineer and approved by the City. ARTICLE 3 CONTRACT PERIOD After execution of this Contract, the Engineer shall not proceed with the work outlined under Article 2 until authorized in writing by the City to proceed as provided in Article 6. This Contract shall terminate at the close of business on June 30, 2002 unless extended by written supplemental agreement duly executed by the Engineer and the City prior to the date of termination, as provided in Article 11 - Supplemental Agreements, or otherwise terminated as provided in Article 19 - Termination. Any work performed or cost incurred after the date of termination shall be ineligible for reimbursement. The Engineer shall notify the City in writing as soon as possible if it determines, or reasonably anticipates, that the work under this Contract cannot be completed before the termination date, and the City may, at its sole discretion, extend the contract period by timely supplemental agreement as provided in Article 11 - Supplemental Agreements. The Engineer shall allow adequate time for review and approval of the request for time extension by the City prior to expiration of this Contract. ARTICLE 4 COMPENSATION The City shall pay and the Engineer agrees to accept the lump sum amount shown below as full compensation for the engineering services to be performed under this Contract. The lump sum amount payable under this Contract without modification of the Contract is $ 42,848.44 as shown in Attachment D - Fee Schedule. The lump sum amount payable may be revised by supplemental agreement in the event of a change in scope, additional complexity from that originally anticipated or character of work as authorized by the City. The Engineer shall prepare and submit to the City monthly progress reports in sufficient detail to support the progress of the work and in support of invoice requesting monthly payment. Any preferred format will be identified in Attachment B. Satisfactory progress of work shall be maintained as a condition of payment. The fee may be adjusted if additional work is approved by supplemental agreement and performed by the Engineer. Page 2 of 12 ARTICLE 5 METHOD OF PAYMENT Payments to the Engineer for services rendered will be made while work is in progress. The Engineer will prepare and submit to the City, no more frequently than once per month, a progress report stating the percent completion of the work accomplished during the billing period and to date, and one original and one copy of a certified invoice in a form acceptable to the City. The submittal shall also include the progress assessment report, identified as Attachment H-2. Payment of the lump sum fee will be in proportion to the percent completion of the work tasks identified in Attachment D - Fee Schedule. Upon receipt and approval of each statement, the City shall make a good faith effort to pay the amount which is due and payable within thirty (30) days. The City shall reserve the right to withhold payment pending verification of satisfactory work performed. The Engineer must submit adequate proof to the City that the task was completed. The certified statements shall show the total amount earned to the date of submission and the amount due and payable as of the date of the current statement. Final payment does not relieve the Engineer of the responsibility of correcting any errors and/or omissions resulting from its negligence. ARTICLE 6 NOTICE TO PROCEED The City will issue a written authorization to proceed with the work identified in the scope of services. The City shall not be responsible for actions by the Engineer or any costs incurred by the Engineer relating to additional work not included in Attachment B -Services to be Provided by the Engineer. ARTICLE 7 PROGRESS The Engineer shall, from time to time during the progress of the work, confer with the City. The Engineer shall prepare and present such information as may be pertinent and necessary, or as may be requested by the City, in order to evaluate features of the work. At the request of the City or the Engineer, conferences shall be provided at the Engineer's office, the office of the City, or at other locations designated by the City. These conferences shall also include evaluation of the Engineer's services and work when requested by the City. Should the City determine that the progress in production of work does not satisfy the Work Schedule, the City shall review the work Schedule with the Engineer to determine corrective action needed. Page 3 of 12 The Engineer shall promptly advise the City in writing of events which have a significant impact upon the progress of the work, including: (1) problems, delays, adverse conditions which will materially affect the ability to attain program objectives, prevent the meeting of time schedules and goals, or preclude the attainment of project work units by established time periods; this disclosure will be accompanied by statement of the action taken, or contemplated, and any City assistance needed to resolve the situation; and (2) favorable developments or events which enable meeting the work schedule goals sooner than anticipated. ARTICLE 8 SUSPENSION Should the City desire to suspend the work, but not terminate the Contract, this may be done by thirty (30) calendar days verbal notification followed by written confirmation from the City to that effect. The thirty day notice may be waived in writing by both parties. The work may be reinstated and resumed in full force and effect within sixty (60)days of receipt of written notice from the City to resume the work. The sixty day notice may be waived in writing by both parties. If the City suspends the work, the contract period as determined in Article 3 is not affected and the Contract will terminate on the date specified unless the Contract is amended. The City assumes no liability for work performed or costs incurred prior to the date authorized by the City to begin work, during periods when work is suspended, or subsequent to the contract completion date. ARTICLE 9 ADDITIONAL WORK If the Engineer is of the opinion that any work it has been directed to perform is beyond the scope of this Contract and constitutes extra work, it shall promptly notify the City in writing. In the event the City finds that such work does constitute extra work and exceeds the maximum amount payable, the City shall so advise the Engineer and a written supplemental agreement will be executed between the parties as provided in Article 11. The Engineer shall not perform any proposed additional work or incur any additional costs prior to the execution, by both parties, of a supplemental agreement. The City shall not be responsible for actions by the Engineer or any costs incurred by the Engineer relating to additional work not directly associated with the performance of the work authorized in this Contract or as amended. Page 4 of 12 ARTICLE 10 CHANGES IN WORK If the City finds it necessary to request changes to previously satisfactorily completed work or parts thereof which involve changes to the original scope of services or character of work under the Contract, the Engineer shall make such revisions if requested and as directed by the City. This will be considered as additional work and paid for as specified under Article 9-Additional Work. The Engineer shall make such revisions to the work authorized in this Contract which has been completed as are necessary to correct errors appearing therein, when required to do so by the City. No additional compensation shall be paid for this work. ARTICLE 11 SUPPLEMENTAL AGREEMENTS The terms of this Contract may be modified by supplemental agreement if the City determines that there has been a significant change in(1)the scope, complexity or character of the service to be performed; or(2)the duration of the work. Additional compensation, if appropriate, shall be identified as provided in Article 4. Any supplemental agreement must be executed by both parties within the contract period specified in Article 3 - Contract Period. It is understood and agreed that no claim for extra work done or materials furnished shall be made by the Engineer until full execution of the supplemental agreement and authorization to proceed is granted by the City. The City reserves the right to withhold payment pending verification of satisfactory work performed. ARTICLE 12 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 the City and shall be furnished to the City upon request. All documents prepared by the Engineer and all documents furnished to the Engineer by the City shall be delivered to the City upon completion or termination of this Contract. The Engineer, at its own expense, may retain copies of such documents or any other data which it has furnished the City under this Contract. Release of information shall be in conformance with the Texas Open Records Act. Page 5 of 12 ARTICLE 13 PERSONNEL, EQUIPMENT AND MATERIAL The Engineer shall furnish and maintain, at its own expense, quarters for the performance of all services, and adequate and sufficient personnel and equipment to perform the services as required. All employees of the Engineer shall have such knowledge and experience as will enable them to perform the duties assigned to them. Any employee of the Engineer who, in the opinion of the City, is incompetent, or whose conduct becomes detrimental to the work, shall immediately be removed from association with the project when so instructed by the City. The Engineer certifies that it presently has adequate qualified personnel in its employment for performance of the services required under this Contract, or will be able to obtain such personnel from sources other than the City. The Provider may not change the Project Manager without prior consent of the City. ARTICLE 14 SUBCONTRACTING The Engineer shall not assign, subcontract or transfer any portion of the work under this Contract without prior written approval from the City. All subcontracts shall include the provisions required in this Contract and shall be approved as to form, in writing, by the City prior to work being performed under the subcontract. No subcontract relieves the Engineer of any responsibilities under this Contract. ARTICLE 15 EVALUATION OF WORK The City and any authorized representatives, shall have the right at all reasonable times to review or otherwise evaluate the work performed or being performed hereunder and the premises in which it is being performed. If any review or evaluation is made on the premises of the Engineer or a subprovider, the Engineer shall provide and require its subproviders to provide all reasonable facilities and assistance for the safety and convenience of the City or USDOT representatives in the performance of their duties. ARTICLE 16 SUBMISSION OF REPORTS All applicable study reports shall be submitted in preliminary form for approval by the City before final report is issued. The City's comments on the Engineer's preliminary report will be addressed in the final report. Page 6 of 12 ARTICLE 17 VIOLATION OF CONTRACT TERMS/BREACH OF CONTRACT Violation of Contract terms or breach of contract by the Engineer shall be grounds for termination of the Contract and any increased cost arising from the Engineer's default, breach of contract or violation of contract terms shall be paid by the Engineer. ARTICLE 18 TERMINATION The Contract may be terminated before the stated termination date by any of the following conditions. (1) By mutual agreement and consent, in writing of both parties. (2) By the City by notice in writing to the Engineer as a consequence of failure by the Engineer to perform the 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 the City for reasons of its own and not subject to the mutual consent of the Engineer upon not less than thirty (30) days written notice to the Engineer. (5) By satisfactory completion of all services and obligations described herein. Should the 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 the Engineer. In determining the value of the work performed by the Engineer prior to termination, the City shall be the sole judge. Compensation for work at termination will be based on a percentage of the work completed at that time. Should the City terminate this Contract under (4) of the paragraph identified above, the amount charged during the thirty (30) day notice period shall not exceed the amount charged during the preceding thirty (30) days. If the Engineer defaults in the performance of this Contract or if the City terminates this Contract for fault on the part of the Engineer, the City will give consideration to the actual costs incurred by the Engineer in performing the work to the date of default, the amount of work required which was satisfactorily completed to date of default, the value of the work which is usable to the City, the cost to the City of employing another firm to complete the work required and the time required to do so, and other factors which affect the value to the City of the work 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 the City and the Engineer under this Contract, except the obligations set forth in Article 19 of this Contract. If the termination of this Page 7 of 12 Contract is due to the failure of the Engineer to fulfill its contract obligations, the City may take over the project and prosecute the work to completion. In such case, the Engineer shall be liable to the City for any additional cost occasioned the City. The Engineer shall be responsible for the settlement of all contractual and administrative issues arising out of the procurement made by the Engineer in support of the scope of services under this Contract. ARTICLE 19 COMPLIANCE WITH LAWS The 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, worker's compensation laws, minimum and maximum salary and wage statutes and regulations, and licensing laws and regulations. When required, the Engineer shall furnish the City with satisfactory proof of its compliance therewith. ARTICLE 20 INDEMNIFICATION The Engineer shall save harmless the City and its officers and employees from all claims and liability due to activities of itself, its agents, or employees, performed under this Contract and which are caused by or result from error, omission, or negligent act of the Engineer or of any person employed by the Engineer. The Engineer shall also save harmless the City from any and all expense, including, but not limited to, attorney fees which may be incurred by the City in litigation or otherwise resisting said claim or liabilities which may be imposed on the City as a result of such activities by the Engineer, its agents, or employees. ARTICLE 21 ENGINEER'S RESPONSIBILITY The Engineer shall be responsible for the accuracy of its work and shall promptly make necessary revisions or corrections resulting from its errors, omissions, or negligent acts without compensation. The Engineer's responsibility for all questions arising from design errors and/or omissions will be determined by the City. The Engineer will not be relieved of the responsibility for subsequent correction of any such errors or omissions or for clarification of any ambiguities until after the construction phase of the project has been completed. ARTICLE 22 ENGINEER'S SEAL The responsible Engineer shall sign, seal and date all appropriate engineering submissions to the City in accordance with the Texas Engineering Practice Act and the Rules of the State Board of Registration for Professional Engineers. Page 8 of 12 ARTICLE 23 NONCOLLUSION The Engineer warrants that it has not employed or retained any company or persons, other than a bona fide employee working solely for the Engineer, to solicit or secure this Contract and that 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, the City shall have the right to annul this Contract without liability or, in its discretion, to deduct from the contract price or compensation, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. ARTICLE 24 INSURANCE The Engineer shall furnish the City a properly completed Certificate of Insurance approved by the City prior to beginning work under this Contract and shall maintain such insurance through the contract period. The completed Certificate of Insurance shall be attached hereto and identified as Attachment G. ARTICLE 25 INSPECTION OF ENGINEER'S BOOKS AND RECORDS AND AUDIT REQUIREMENTS The City shall have the exclusive right to examine the books and records of the Engineer for the purpose of checking the amount of work performed by the Engineer at the time of contract termination. The Engineer shall maintain all books, documents, papers, accounting records and other evidence pertaining to cost incurred and shall make such materials available at its office during the contract period and for four(4)years from the date of final payment under this Contract or until pending litigation has been completely and fully resolved, whichever occurs last. The City or any of its duly authorized representatives, shall have access to any and all books, documents, papers and records of the Engineer which are directly pertinent to this Contract for the purpose of making audits, examinations, excerpts and transcriptions. ARTICLE 26 DEBARMENT, SUSPENSION AND DISCIPLINARY ACTION The Engineer warrants that the representations included in the Debarment Certification (Negotiated Contracts) submitted with the offer to provide services are current and still valid. Page 9 of 12 ARTICLE 27 COPYRIGHTS The 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 the Engineer for governmental purposes. ARTICLE 28 COMPUTER GRAPHICS FILES The Engineer agrees to comply with the Special Provision "Computer Graphics Files for Document and Information Exchange," if determined by the City to be applicable to this Contract and if so stated in Attachment B and attached hereto. ARTICLE 29 SUCCESSORS AND ASSIGNS The Engineer, and the City, do hereby bind themselves, their successors, executors, administrators and assigns to each other party of this agreement and to the successors, executors, administrators, and assigns of such other party in respect to all covenants of this Contract. The Engineer shall not assign, subcontract or transfer its interest in this Contract without the prior written consent of the City. ARTICLE 30 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, 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 31 PRIOR CONTRACT SUPERSEDED This Contract constitutes the sole and only agreement of the parties hereto and supersedes any prior understandings or written or oral contracts between the parties respecting the subject matter defined herein. Page 10 of 12 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 address: City of Round Rock Engineer: Alliance-Texas Engineering Company Attn.: City Manager Attn.: Brian D. Van De Walle, P.E. 221 E. Main St. 100 E. Anderson Lane, Suite 300 Round Rock, TX 78664 Austin, Texas 78752 with copy to: Stephan L. Sheets City Attorney 309 E. Main St. Round Rock, Texas 78664 Page 11 of 12 ARTICLE 33 SIGNATORY WARRANTY The undersigned signatory or signatories for the Engineer hereby represent and warrant that the signatory is an officer of the organization for which he or she has executed this Contract and that he or 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 the City to enter into this Contract. IN WITNESS HEREOF, the City and the Engineer have executed these presents in duplicate. THE ENGINEER By: C. Signature 31-10" 4-> 1 4n l.,/a//e rPPrinted Name 6-� "Cr 0� Title ! 8-27_Ul Date City oRock 7 By: ert Stluka, Mayor LIST OF ATTACHMENTS Attachment A - Services to be Provided by the City Attachment B - Services to be Provided by the Engineer Attachment C - Work Schedule, if applicable Attachment D - Fee Schedule Attachment E - Work Authorizations, if applicable Attachment F - Supplemental Work Authorizations, if applicable Attachment G - Certificate of Insurance, if applicable Page 12 of 12 ATTACHMENT A SERVICES TO BE PROVIDED BY THE CITY OF ROUND ROCK The City of Round Rock will furnish to the Engineer the following items/information: Provide all available written data pertinent to previous operation,reports and any other data affecting the two intersections. Provide all available electronic files of existing right-of-way, property maps, survey files, design plans, etc. within 400 feet of each intersection. Provide assistance in negotiating with public utilities,railroads, and others who will be affected by the installation of the traffic signals. Preparation of necessary permit applications. (Note: Alliance-Texas Engineering Company will provide graphical exhibits in support of the applications.) ATTACHMENT B SERVICES TO BE PROVIDED BY THE ENGINEER PROJECT PARAMETERS The following assumptions pertain to the provision of Basic Services: A. The PROJECT will consist of the following activities, as requested by the CLIENT: Task 1.0 Traffic Signal Warrant Studies for the following two intersections in Round Rock, Texas. Mays Street/Old Settler's Parkway; and Mays Street/Texas Avenue. Task 2.0 Surveying Services Task 3.0 Traffic signal layouts for the following two (2) intersections in Round Rock, Texas: Mays Street/Old Settler's Parkway; and Mays Street/Texas Avenue. Task 4.0 Traffic signal specifications and bid documents for the traffic signals designed under Task 3.0. Task 5.0 Meetings B. CLIENT will review approved plans and provide recommendations in a timely manner. C. PROJECT is located within the City of Round Rock, Texas. D. Electronic files of Survey Data will be collected and used as the basis for any designs associated with the PROJECT. E. Existing traffic signal specifications used by the Texas Department of Transportation (TxDOT) will be used for design plans. TASK 1.0 TRAFFIC SIGNAL WARRANT STUDIES 1.1 Gather existing 24 hour traffic counts for each intersection approach. 1.2 Gather historical accident data from the City of Round Rock Police Department. 1.3 Apply warrants from the Texas Manual on Uniform Traffic Control Devices (TMUTCD) to the traffic count and accident data provided by CLIENT'S representatives. 1.4 Determine the applicable traffic control device (traffic signal or flashing light) that is warranted at this intersection. 1.5 Prepare, for submittal and approval to the Texas Department of Transportation (TXDOT), a technical report detailing the study and recommending the appropriate traffic control device, if any, needed at this intersection. TASK 2.0 SURVEYING SERVICES The Surveying Services include those engineering services required to design the traffic signal layout. These services to be provided by the ENGINEER are as follows: 2.1 Prepare a preliminary base map based on record information to include right of way maps, tax maps, plats, deeds, topographic maps, and other available information. 2.2 Field survey the identified intersection to determine right of way, overhead utility, and underground utility location information, including the electrical service point. 2.3 Identify locations of the pavement, curb and gutter, islands, sidewalks, shoulders, and other structures within the right-of-way. 2.4 Identify the following traffic control features, where applicable: • Lane usages and dimensions • Parking restrictions • Location and message of existing signs • Location and operation of existing signals Existing speed limits Existing pavement markings • One-way streets • Bus stops and loading zones • Turn restrictions • Building lines 2.5 Identify locations of any railroads or emergency centers in the vicinity of the intersection. NOTE: All surveying services will be at the direction of the CLIENT or the CLIENT's representative(s) and will be performed on an hourly fee basis. Thus, for Task 2.0 the budget is strictly an estimate and does not include a not-to-exceed clause. TASK 3.0 TRAFFIC SIGNAL LAYOUTS 3.1 Collect all "as built" or design drawings of the intersection, in electronic format, from the CLIENT or his representatives. 3.2 Create base plan sheets for signal plans from "as built" drawings. 3.3 Inspect intersection, where applicable, to determine existing pavement widths, lane configurations and traffic control devices, and locate existing above ground utilities. 3.4 Transmit base sheets to utility service providers with request for identification and location of all utilities in and around the intersection. Request field location of utilities using One-Call system. 3.5 Add utilities identified by service providers to base sheets. 3.6 Develop construction plan sheets showing traffic signal poles, detector loops, conduit runs, wiring diagram, and signal face locations. 3.7 Develop plan view sheet showing elevations of traffic signal indications, poles, and any traffic control signs to be mounted on the traffic signal. 3.8 Develop wiring diagram sheet showing the number and type of electrical wire runs between the signal controller and indications. 3.9 Submit one (1)preliminary copy of the signal layout plans for review by City of Round Rock representatives. 3.10 Meet one (1) time with City of Round Rock representatives to review the preliminary traffic signal design. 3.11 Incorporate one (1) time any revisions to the preliminary plans based on City of Round Rock comments. 3.12 Provide one (1) set of reproducible mylar final drawings, sealed by a Professional Engineer to City of Round Rock. TASK 4.0 TRAFFIC SIGNAL SPECIFICATIONS AND BID DOCUMENTS 4.1 Obtain AM, Noon, and PM peak hour turning movement volumes at the intersections. For the intersection of Mays Street and Old Settler's Parkway, this includes the intersections of the IH-35 Frontage Roads with Old Settler's Parkway/FM 3406. 4.2 Develop traffic signal phasing sheet based on traffic volumes. For the intersection of Mays Street and Old Settler's Parkway, this includes a coordination plan between this intersection andthe intersections of the IH-35 Frontage Roads with Old Settler's Parkway/FM 3406. 4.3 Develop quantity estimate sheet. 4.4 Insert appropriate specification sheets from the Texas Department of Transportation (TxDOT). 4.5 Prepare packet of preliminary construction plans and bid documents. 4.6 Submit one (1) draft copy of the preliminary construction plans and preliminary bid documents for review by City of Round Rock representatives. 4.7 Meet one (1) time with City of Round Rock representatives to review any changes to the preliminary bid packet. 4.8 Incorporate, one (1) time, any changes to the construction plans and bid documents based on City of Round Rock comments. 4.9 Provide one (1) set of reproducible mylar final drawings and specifications and one (1) reproducible set of bid packet documents to the City of Round Rock . 4.10 Prepare one (1) time, an ENGINEER'S opinion of probable construction cost based on the approved drawings, specifications, and materials. TASK 5.0 MEETINGS 5.1 Meet one (1) time with City of Round Rock representatives to review the preliminary draft signal design as described in Task 3.10. 5.2 Meet one (1) time with City of Round Rock representatives to review the proposed bid packet as described in Task 4.7. NOTE: All meetings will be at the direction of the Client or the Client's representative(s) and will be performed on an hourly fee basis. Thus, for Task 5.0 the budget is strictly an estimate and does not include a not-to- exceed clause. TASK 6.0 CONSTRUCTION BASED SERVICES 6.1 Prior to beginning of construction for traffic signal foundations, meet one (1) time with contractor to review field staking of traffic signal at each intersection. 6.2 Prior to traffic signal turn on, meet one (1) time with contractor and City of Round Rock representative for final inspection of signal construction and assistance in preliminary input of timing data into traffic signal controller at each intersection. 6.3 Meet one (1) time with contractor and City of Round Rock representative for traffic signal turn on at each intersection. NOTE: All construction based services will be at the direction of the Client or the Client's representative(s) and will be performed on an hourly fee basis. For Task 6.0 the budget is estimated at 16 hours per intersection. For efforts beyond this estimate, prior written approval for additional services will be obtained from the Client. ATTACHMENT "D" FEESCHEDULE 1.1 FEE/COMPENSATION FOR SERVICES AND REIMBURSABLE EXPENSES Direct Labor: No retainer fee is required for this project. Direct labor to complete the transportation engineering services is described below, based on the assumption that signal designs will be provided at two intersections: Lump Sum Basis: Task 1.0 Traffic Signal Warrant Studies (Two Intersections) $ 4,500.00 Task 2.0 Surveying Mays Street/ Old Settler's Parkway $ 5,250.00 Mays Street/Texas Avenue $ 5,250.00 Task 3.0 Traffic Signal Layouts Mays Street/ Old Settler's Parkway $ 6,750.00 Mays Street/Texas Avenue $ 6,750.00 Task 4.0 Traffic Signal Specifications & Bid Documents Mays Street/ Old Settler's Parkway $ 5,600.00 Mays Street/Texas Avenue $ 3,100.00 Subtotal Mays Street/ Old Settler's Parkway (incl. Warrant) $ 22,100.00 Mays Street/ Texas Avenue $ 15,100.00 Hourly Basis (as shown in Attachment`B") Task 5.0 Meetings $ 950.00 Task 6.0 Construction Based Services $ 4,698.44 Subtotal $ 5,648.44 Total Budget Mays Street/ Old Settler's Parkway(incl. Warrant & Above Subtotal) $ 27,748.44 Mays Street/Texas Avenue $ 15,100.00 Grand Total $ 42,848.44