Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Agenda_GTEC_11.20.2013
Notice of Meeting for the Georgetown Transportation Enhancement Corp and the Governing Body of the City of Georgetown November 20, 2013 at 2:00 PM at the Georgetown Municipal Complex, 300-1 Industrial Ave, Georgetown, Texas 78626 The City of Georgetown is committed to compliance with the Americans with Disabilities Act (ADA). If you require assistance in participating at a public meeting due to a disability, as defined under the ADA, reasonable assistance, adaptations, or accommodations will be provided upon request. Please contact the City at least four (4) days prior to the scheduled meeting date, at (512) 930-3652 or City Hall at 113 East 8th Street for additional information; TTY users route through Relay Texas at 711. Regular Session (This Regular Session may, at any time, be recessed to convene an Executive Session for any purpose authorized by the Open Meetings Act, Texas Government Code 551.) A Call to Order The Board may, at any time, recess the Regular Session to convene in Executive Session at the re request of the President, a Board Member, the City Manager, Assistant City Manager, General Manager of Utilities, City Council Member, and/or legal counsel for any purpose authorized by the Open Meetings Act, Texas Government Code Chapter 551, and are subject to action in the Regular Session that follows. B Introduction of Visitors C Industry/CAMPO/TXDOT Updates D Discussion regarding the Project Progress Reports and Time Lines. – Bill Dryden, P.E., Transportation Engineer, and Edward G. Polasek, AICP, Transportation Services Director. E Presentation of Georgetown Transportation Enhancement Corporation monthly financial report for October 2013 and 2012/2013 Preliminary Year-End financial report. - Micki Rundell, Chief Financial Officer, COG, Finance Manager, GTEC Legislative Regular Agenda F Consideration and possible action to approve minutes from the regular GTEC Board meeting held October 16, 2013. - Paul E. Brandenburg - General Manger - GTEC G Consideration and possible action to approve Task Order SBE-14-001 with Steger Bizzell of Georgetown, Texas, for professional engineering services related to the design of the widening of Snead Drive from Southeast Inner Loop to Airborn Circle, and additional wastewater improvements in the amount of $177,000.00. – Bill Dryden, P.E., Transportation Engineer, Edward G. Polasek, AICP, Transportation Services Director, and Wesley Wright, P.E., Systems Engineering Director. H Consideration and possible action to approve Task Order No. KAI-14-001 with Klotz Associates, of Austin, Texas, for professional engineering services to develop final construction plans, specifications and estimate for the construction of Northwest Boulevard Bridge Project (Fontana Drive to Austin Avenue) in the amount of $479,588. – Bill Dryden, P.E., Transportation Engineer and Edward G. Polasek, AICP Transportation Services Director. I Consideration and possible action to approve Task Order No. KAI-14-002 with Klotz Associates, of Austin, Texas, for professional engineering services related to the final schematic design for the IH 35 Northbound Frontage Road from Williams Drive to Lakeway Drive with final construction plans, specifications and estimate for the portion from Williams Drive to north of Northwest Boulevard in the amount of $382,822. – Bill Dryden, P.E., Transportation Engineer and Edward G. Polasek, AICP Transportation Services Director. J A. Staff report regarding The Summit at Rivery Park Development -- Bridg Chapman, City Attorney; Micki Rundell, Finance Manager B. Consideration and possible action to approve financing participation and a Performance Agreement for The Summit at Rivery Park Development – Bridget Chapman, City Attorney; Micki Rundell, Finance Manager Adjournment CERTIFICATE OF POSTING I, Jessica Brettle, City Secretary for the City of Georgetown, Texas, do hereby certify that this Notice of Meeting was posted at City Hall, 113 E. 8th Street, a place readily accessible to the general public at all times, on the ______ day of __________________, 2013, at __________, and remained so posted for at least 72 continuous hours preceding the scheduled time of said meeting. ____________________________________ Jessica Brettle, City Secretary City of Georgetown, Texas SUBJECT: Call to Order The Board may, at any time, recess the Regular Session to convene in Executive Session at the re request of the President, a Board Member, the City Manager, Assistant City Manager, General Manager of Utilities, City Council Member, and/or legal counsel for any purpose authorized by the Open Meetings Act, Texas Government Code Chapter 551, and are subject to action in the Regular Session that follows. ITEM SUMMARY: FINANCIAL IMPACT: SUBMITTED BY: City of Georgetown, Texas SUBJECT: Introduction of Visitors ITEM SUMMARY: FINANCIAL IMPACT: SUBMITTED BY: City of Georgetown, Texas SUBJECT: Industry/CAMPO/TXDOT Updates ITEM SUMMARY: FINANCIAL IMPACT: SUBMITTED BY: City of Georgetown, Texas SUBJECT: Discussion regarding the Project Progress Reports and Time Lines. – Bill Dryden, P.E., Transportation Engineer, and Edward G. Polasek, AICP, Transportation Services Director. ITEM SUMMARY: GTEC Projects: FM 1460 ROW & Utility Relocations – Project No. 5RB Lakeway Drive Overpass – Project No. 5QL NB Frontage Road (RM 2338 to Lakeway Dr.) – Project No. 5QY Northwest Blvd Overpass – Project No. 5QX Sam Houston Avenue (GTEC) – Project No. 5QG Southwest Bypass – Project No. 5QC Wolf Ranch Pkwy Extension – Project No. 5QW GTEC Project Update & Status Report GTAB Projects: DB Wood Road Improvements @ Proposed Public Safety Training Center FM 971 Realignment at Austin Avenue FM 1460 Improvements Project N Austin Avenue Sidewalk Improvements Safe Routes to School Project Sam Houston Avenue Project (Bond) Southeast Inner Loop Corridor Study (IH 35 to Rockride Lane) Southwest Bypass Project (TIP #14C) Transit Study as Requested by City Council Transportation Services Operations – CIP Maintenance FINANCIAL IMPACT: SUBMITTED BY: Bill Dryden ATTACHMENTS: Description Type GTEC Projects Cover Memo GTAB Projects Cover Memo FM 1460 (Quail Valley Drive to University Drive) Project No. 5RB TIP No. EEa, EEb & EEc Rights‐of‐Way Acquisition and Utility Relocation November 2013 Project Description Acquisition of ROW and relocation of utilities for the FM 1460 Project (Quail Valley Drive to University Drive). Purpose To have all ROWs cleared and utilities prior to TxDOT letting the project foe construction. Project Managers Ed Polasek, AICP and Bill Dryden, P.E. Engineer Brown and Gay Engineers, Inc. Element Status / Issues Design Engineer has completed and has held 60% review with TxDOT; proceeding with 95% construction plans, specifications and estimate. Environmental/ Archeological Environmental approved with Project Schematic. Rights of Way All appraisals are complete. Final offers have been made for all ROW parcels. We have reached agreement with the property on several others and are awaiting completion of the paperwork. North Section Total Parcels: 36 Parcels Acquired:19 South Section Total Parcels: 8 Parcels Acquired: 8 Utility Relocations TxDOT held the second round of utility coordination meetings with the owners later this month. Construction Construction PS&E will be ready for a June/July 2014 TxDOT letting. The remainder of the unconstructed FM 1460 will be let as a single contract. Other Issues None outstanding at this time. Lakeway Drive Overpass Project No. 5QL TIP No. 10 November 2013 Project Description Realignment of Lakeway Drive from Airport Road to Austin Avenue (Spur 158), and realignment of the North Bound exit ramp and its access to Austin Avenue. Purpose This TxDOT project is designed to construct a new overpass from Austin Avenue to Airport Road with a realigned Lakeway Drive and moving and realigning the North Bound IH 35 Exit Ramp approximately 1000 feet to the south. All of these improvements will increase the safety and yield greater access for continued development in this industrial area. Project Manager TxDOT Engineer Chang, Patel and Yerby, Inc. Element Status / Issues Design Complete Environmental/ Archeological Complete Rights of Way Complete Utility Relocations Utility relocations either complete or are part of the construction contract. Construction Contractor is working and the schedule estimates a April 2014 completion. Contractor has closed NE Inner Loop (N Austin Ave. to Sudduth Dr.) to construct the new roadway approach to the bridge. TxDOT has switched Austin Avenue traffic to the new portion of the roadway; Northeast Inner Loop remains closed. Contractor is currently 2 months behind schedule. Other Issues City has paid TxDOT $2,500,000 as its share of the construction costs. (09/16/2008) NB Frontage Road (RM 2338 to Lakeway Drive) Project No. 5QX TIP No. QQ November 2013 Project Description Design and construct a portion of an IH‐35 NB Frontage Road from Williams Drive to Northwest Boulevard Bridge of a proposed NB FR which would ultimately extend to Lakeway Drive. Purpose To relieve congestion in the Williams Drive/Austin Avenue intersection by providing a NB alternate, interim route to FM 971 and Georgetown High School. This project is the only remaining portion of IH 35 in Central Texas without a frontage road existing, under construction or being designed. Project Manager Bill Dryden Engineer Klotz Associates Element Status / Issues Design Engineer has made the revisions as requested by TxDOT and is preparing to resubmit to TxDOT for it forwarding to FHWA. A new Task Order is on today’s Agenda for the PS&E work. Environmental/ Archeology TBD Rights of Way TBD Utility Relocations TBD Construction TBD Other Issues None Northwest Boulevard Overpass (Fontana Drive to Austin Avenue) Project No. 5QX TIP No. QQ November 2013 Project Description Construction of overpass and surface roads to connect Northwest Boulevard with Austin Avenue and FM 971. Purpose This project will relieve congestion at the Austin Avenue/Williams Drive intersection and provide a more direct access from the west side of IH 35 corridor to Georgetown High School and SH 130 via FM 971. Project Manager Bill Dryden, P.E. Engineer Klotz Associates Element Status / Issues Design Engineer is conducting boundary and design surveying, field investigations for environmental issues and schematic design is 90% complete. A new Task Order is on today’s Agenda for this PS&E work. Environmental/ Archeological Concurrent with preliminary engineering and schematic design. Rights of Way Concurrent with preliminary engineering and schematic design. Utility Relocations TBD Construction Future Other Issues None at this time. Sam Houston Avenue (Southwestern Boulevard to CR 104) Project No. 5QG TIP No. 12 November 2013 Project Description This project is part of the overall SH 29 Bypass Project from SH 29 West to SH 29 East. This segment will include construction of the section from Southwestern Boulevard eastward to CR 104/SH 130 as a two‐lane roadway. A Bond funded portion connects from Maple Street to Southwestern, completing that portion of SE‐1. Purpose To provide a direct west‐east link from IH 35 to SH 130, and to the future Southwest Bypass. Project Manager Joel Weaver Engineer Kasberg Patrick and Associates Element Status / Issues Design Complete Environmental/ Archeological Complete Rights of Way Complete Utility Relocations All utility relocations are complete. Construction Contractor has completed the requirements for installation of the remaining vegetation. Other Issues None Southwest Bypass Project (SH 29 to RM 2243) Project No. 5QC TIP No. 14b November 2013 Project Description Develop a Design Schematic for the Southwest Bypass from Leander Road (RM 2243) to SH 29 and Construction Plans Specifications and Estimate (PS&E) for the construction of approximately 1.3 miles of 2‐lane interim roadway with bridges from Leander Road to its intersection with Wolf Ranch Parkway Extension (TIP Project No. 14A. Purpose This project is identified as needed in the OTP and GTEC TIP. This project, in coordination with Wolf Ranch Parkway Extension, will provide access from Leander Road to DB Wood Road south of SH 29, allowing alternate access from southwest to west areas of the City, relieving the increasing traffic demand along the IH 35 corridor. Project Manager Bill Dryden Engineer HDR Engineering, Inc Element Status / Issues Design Engineer has completed the project PS&E, less construction contract documents and environmental permitting required at time of actual construction. Environmental/ Archeological Draft Report detailing the environmental, geotechnical and historical issues has been completed and submitted to the Williamson County Conservation Foundation for determination of issues to be mitigated. Rights of Way ROW Acquisition process has begun; negotiations on‐going for the Weir and Guy properties. Wolf property – Acquisition complete, fencing to begin as soon as practicable. Utility Relocations None identified at this time. Construction Future Other Issues None Wolf Ranch Parkway Extension Project (SW Bypass to DB Wood Road) Project No. 5QV TIP No. 14a November 2013 Project Description Design Schematic and Plans Specifications & Estimate for the construction of a roadway from Southwest Bypass (TIP Project # 14B) to DB Wood Road south of SH 29. The project is planned as a major arterial. Purpose This project is identified as needed in the OTP and the TIP. This project, in coordination with Southwest Bypass (#14B), will provide access from Leander Road to DB Wood Road south of SH 29, allowing alternate access from southwest to west areas of the City, relieving the increasing traffic demand along the IH‐35 corridor. Project Manager Bill Dryden, P.E. Engineer HDR, Engineering, Inc. Element Status / Issues Design Engineer has completed fencing plans, and is working on mitigating potential environmental issues. Engineer has completed the project PS&E, less construction contract documents and environmental permitting required at time of actual construction. Environmental/ Archeological Final report concerning the environmental, geotechnical and historical issues has been submitted for review. Rights of Way Acquisition complete. Utility Relocations None identified at this time. Construction Future Other Issues None Current Capital Improvement Projects TIP No. Project No. Update On Schedule/ Or Behind Project Budget Project Cost Available Current Year Projected Current Year Cost Current Year Available Lakeway Drive Overpass #10 5QL Contractor is working and the schedule estimates a April 2014 completion. Contractor has closed NE Inner Loop (N Austin Ave. to Sudduth Dr.) to construct the new roadway approach to the bridge. It will be closed until December ’13. Contractor is currently 2 months behind schedule. PAID TxDOT $2,500,000 on 9/16/2008. Behind Schedule (April 2014) Under Construction 2,500,000 2,500,000 0 0 0 Southeast Arterial 1 (Sam Houston Avenue) #12 5QG ROW Complete. Construction Complete. City has contracted for the installation of the remaining vegetation. Installation approximately 90%, watering to begin 9-9-13. Behind Schedule Under Construction 12,677,064 10,478,499 2,198,565 318,561 554,229 -235,668 Wolf Ranch Parkway Extension (SW Bypass to DB Wood Road) #14A 5QW ROW has been acquired. Staff has reviewed the 90% plans and returned comments to Engineer. Engineer has completed fencing plans, inclusive of potential environmental mitigation issues. Engineer has completed the project PS&E, less actual permitting required at time of construction. On Schedule Unchanged 1,330,000 1,111,233 218,767 239,600 21,250 218,350 Southwest Bypass (SH29 to RR2243)#14B 5QC ROW Acquisition process has begun; negotiations on-going for the Weir and Guy properties. Wolf property – Acquisition complete. Engineer has completed the project PS&E, less actual permitting required at time of construction. On Schedule Unchanged 6,256,432 3,219,345 3,037,087 3,059,299 3,667 3,055,632 Northwest Blvd Overpass #QQ 5QX Engineer is conducting boundary and design surveying, field investigations for environmental issues and schematic design is 50% complete. On Schedule Unchanged 565,000 619,488 -54,488 0 1,593 -1,593 NB Frontage Road (2338 to Lakeway)#QQ 5QY Subsequent to a preliminary review with FHWA, TxDOT has requested additional scope of services for the project to fully connect with the Lakeway Drive off-ramp. In addition they are requesting the design include a potential driveway into the back side of the Southwestern Plaza Property and safety improvements along Williams Drive between IH 35 and N. Austin Avenue. In-process Unchanged 250,000 231,000 19,000 19,000 19,000 GTEC PROJECT UPDATE AND STATUS REPORT November 2013 Project to Date Current Year Budget (12/13) L:\Global\CIP Agenda Form\GTEC Status Report\2013\GTEC - Project Status - 2013-11.xlsx Page 1 of 2 11/12/2013 GTEC PROJECT UPDATE AND STATUS REPORT November 2013 ROW - 1460 #EEa #EEb #EEc 5RB Engineer has completed and has held 60% review with TxDOT; proceeding with 95% construction plans, specifications and estimate. Engineer and Staff met with the utility owners April 24th to begin utility coordination and relocation scheduling. All appraisals are complete. Final offers have been made for all ROW parcels. We have reached agreement with the property on several others and are awaiting completion of the paperwork. 18 of 36 Parcels have been acquired On Schedule 1,500,000 3,032,574 -1,532,574 1,500,000 3,031,624 -1,531,624 TCS/RR Easement 5RD 1,500,000 1,503,148 -3,148 0 FM 971 / Washam 5RE 100,000 0 100,000 100,000 100,000 Rivery Road 5RF Alignment adopted by Council. Complete 750,000 29,000 721,000 750,000 29,000 721,000 Current Economic Development Projects Project Type Update On Schedule/ Or Behind Project Budget Project Cost Available Current Year Budget Current Year Cost Current Year Available 100 S. Austin Ave Eco Devo Project 5RA In-process 507,000 507,000 0 Williams Drive Gateway 5RC Engineer working on schematic design alternatives and preliminary cost estimates. On Schedule 65,000 61720 3,280 3,280 0 3,280 Economic Development Projects 1,012,500 1,012,500 1,012,500 1,012,500 7,002,240 3,641,363 3,360,877 Project to Date Current Year Budget (12/13) L:\Global\CIP Agenda Form\GTEC Status Report\2013\GTEC - Project Status - 2013-11.xlsx Page 2 of 2 11/12/2013 DB Wood Road Improvements Project at Public Safety Training Center Project No. 1CI Continuation of TIP No. AH November 2013 Project Description Design of roadway widening to accommodate left and right turn lanes at the proposed Public Safety Training Center and at Lake Overlook Drive. Services include data collection and/or verification, field surveying, environmental investigations, utility coordination, WPAP modification and report preparation, PS&E development, bid / construction phase services, and construction materials testing. Purpose To extend DB Wood Road southward to accommodate additional traffic for the proposed Public Safety Training Center. Project Manager Joel Weaver Engineer Kennedy Consulting, Ltd. Element Status / Issues Design Complete Surveying Complete Environmental/ Archeological None Rights of Way Existing Utility Relocations None Construction Construction ongoing. Other Issues None. FM 971 at Austin Avenue Realignment Intersection Improvements Project No. 1BZ TIP No. QQ1 November 2013 Unchanged Project Description Design and preparation of final plans, specifications and estimates (PS&E) for the widening and realignment of FM 971 at Austin Avenue, eastward to Gann Street. Purpose To provide a new alignment consistent with the alignment of the proposed Northwest Boulevard Bridge over IH 35; to allow a feasible, alternate route from the west side go IH 35 to Austin Avenue, to Georgetown High School and a more direct route to SH 130. Project Managers Bill Dryden, P.E. Engineer Klotz Associates, Inc. Element Status / Issues Design Engineer is working toward completing the schematic and 30% plans for submittal to TxDOT’s pending finalization of the land swap with Parks Department. Environmental/ Archeological TBD Rights of Way Parks Department has submitted the required land swap paperwork to TP&W. Parks has informed us that TP&W is currently reviewing the paperwork. Utility Relocations TBD Construction Construction will be by TxDOT; schedule yet TBD. Other Issues Staff and Engineer met with Parks Board in February. Received unanimous support for the proposed alignment. FM 1460 Quail Valley Drive to University Drive Project No. 5RB TIP No. EEa, EEb & EEc November 2013 Unchanged Project Description Design and preparation of plans, specifications and estimates (PS&E) for the widening and reconstruction of FM 1460. Project will include review and update to existing Schematic, Right‐of‐Way Map and Environmental Document and completion of the PS&E for the remaining existing roadway. Purpose To keep the currently approved environmental documents active; purchase ROW, effect utility relocations/clearance and to provide on‐the‐shelf PS&E for TxDOT letting not later than August 2013, pending available construction funding. Project Managers Ed Polasek, AICP and Bill Dryden, P.E. Engineer Brown and Gay Engineers, Inc. Element Status / Issues Design Engineer is working on the 90% construction plans. Awaiting 60% submittal comments from Bridge Division of TxDOT. Environmental/ Archeological Complete. Rights of Way 36 Total Parcels; several in negotiations and pending. 19 Acquired/Closed Utility Relocations TxDOT has scheduled the second round of utility coordination meeting with the owners in June. Construction Construction PS&E will be ready for a June/July 2014 TxDOT letting. The remainder of the unconstructed FM 1460 will be let as a single contract. Other Issues None Pending N Austin Avenue Sidewalk Improvements Rec Center to Georgetown High School Project No. 1CV TIP No. None November 2013 Project Description Design and preparation of final plans, specifications and estimates (PS&E) for the sidewalk improvements along N. Austin Avenue between the Georgetown Recreational Center and Georgetown High School. Purpose To provide a safe pedestrian route along North Austin avenue. Project Managers Bill Dryden, P.E. Engineer URS Corporation Element Status / Issues Design Engineer has submitted the completed schematic to Staff; Engineer and Staff have submitted to TxDOT for its review. 60% Review with TxDOT was held Friday October 4th. Environmental/ Archeological TBD Rights of Way None Utility Relocations TBD Construction April 2014 Other Issues Due to the FM 971 Re‐alignment Project, there will be a gap in this project to avoid installing permanent sidewalk which would only be demolished with future construction. Further, TxDOT is requiring signal modifications for this project in advance of the FM 971 construction. The Engineer is adding that design into this project as a Task Order Amendment. Safe Routes to School Churchill Farms to Mitchell Elementary Project No. 1CK TIP No. None November 2013 Project Description Design and preparation of Plans, Specifications and Estimate for the construction of sidewalk and related safety improvements along Southeast Inner Loop between Belmont Drive and Mitchell Elementary School, to include grant and construction administration. Purpose To provide a Safe Route to School between the Churchill Farms Subdivision and Mitchell Elementary Project Manager Bill Dryden, P.E. Engineer Huitt‐Zollars, Inc. Element Status / Issues Design Complete Surveying Complete Environmental/ Archeological None Rights of Way Existing along Inner Loop. Utility Relocations None Construction Sidewalk easement has been obtained; contractor is returning to work. Other Issues Sidewalk Easement has been obtained (and filed for record) from Williamson County. Sam Houston Avenue Bond Portion (Maple Street to Southwest Boulevard) Project No. 1BP TIP No. 12c November 2013 Unchanged Project Description This project is part of the overall SH 29 Bypass Project from SH 29 West to SH 29 East. This segment will include construction of the section from Southeast Inner Loop to Southwestern Boulevard as a two‐lane roadway, connecting with the GTEC portion which extends eastward to Patriot Way (CR 104)/SH 130. Purpose To provide a direct west‐east link from IH 35 to SH 130, and to the future Southwest Bypass. Project Manager Joel Weaver Engineer Kasberg Patrick and Associates Element Status / Issues Design Complete. Environmental/ Archeological Complete. Rights of Way Complete. Utility Relocations Complete. Construction City has contracted for the installation of the remaining vegetation. Installation approximately 90%, watering to begin 9/9/13. Other Issues None Southeast Inner Loop Corridor Study (IH 35 to Rockride Lane) Project No. None Project No. None November 2013 Project Description Develop a preliminary design schematic, perform preliminary engineering and report preparation for the Southeast Inner Loop Schematic Design from IH 35 to Rockridge Lane (CR 110) and Sam Houston Avenue. Purpose To determine ultimate alignment, interim and ultimate engineer’s estimates of probable project costs and ROW needs for the future SH 29 Bypass, connecting the westerly route (SH 29 to IH 35) with Southeast Inner Loop and Sam Houston Avenue. Project Manager Bill Dryden, P.E. Engineer Kasberg Patrick and Associates Element Status / Issues Design Engineer is in preliminary engineering and schematic design phase of the facility. Drafts of proposed phasing have been presented to staff and management. Surveying TBD Environmental/ Archeological TBD by preliminary engineering design phase. Rights of Way To be conceptually established during the preliminary schematic phase and further refined through the design phase. Utility Relocations TBD (future) Construction TBD (future) Other Issues None at this time. Southwest Bypass Project (RM 2243 to IH 35) Project No. 1CA Project No. 14c November 2013 Unchanged Project Description Develop a Design Schematic for the Southwest Bypass from Leander Road (RM 2243) to IH 35 in the ultimate configuration and Construction Plans, Specifications and Estimate (PS&E) for construction of approximately 1.5 miles of interim 2‐lane roadway from Leander Road (RM 2243) to its intersection with the existing Inner Loop underpass at IH 35. The portion from Leander Road to the east property line of Texas Crushed Stone is a GTAB Project; from the east line to the existing Inner Loop underpass at IH 35 is being funded by GTEC. Purpose To extend an interim portion of the SH 29 Bypass, filling in between Leander Road (RM 2243) to IH 35 Southbound Frontage Road. Project Manager Bill Dryden, P.E. Engineer HDR Engineering, Inc. Element Status / Issues Design Engineer is in preliminary engineering and schematic design phase of the facility. Alignment has been presented to staff and management. Surveying City stall met with the Surveyor to resolve a conflict in the proposed ROW to be acquired from Texas Crushed Stone. Environmental/ Archeological TBD by preliminary engineering phase. Rights of Way Conceptually established by the Industrial Agreement; will be refined through the schematic design phase. Utility Relocations TBD by preliminary engineering phase. Construction Future Other Issues Williamson County has included a project in its proposed 2013 Bond Program to construct 2 lanes of this roadway. Transit Study as Requested by City Council Project No. None Project No. None November 2013 Unchanged Project Description Council Motion: Discussion and possible direction to the City of Georgetownʹs Transportation Advisory Board (GTAB) to conduct an analysis and make a recommendation to the City Council no later than June 24, 2014 ,regarding the Cityʹs potential future participation in State and Regional Transportation Organizations including the benefits, conditions, and justification which would prompt the Cityʹs participation in Project Connect, Lone Star Rail and any other relevant State and Regional Transportation Organizations that the City should be involved with ‐‐ Steve Fought, Councilmember, District 4 Amended Motion: 1. The City Manager to determine what time and effort staff have available to conduct this type of study over the next year. If it is not in the Transportation Division, Planning Department, Finance Department and/or City Manager’s Office work program, as outlined in the current draft budget, can it be adequately staffed to complete this level of work over the next year? 2. Is the challenge to research Federal, State and Regional transportation organizations or is it transit programs? This direction to staff is assuming it is transit programs. 3. Narrow the specific analysis to programs that are actually authorized to receive Federal formula and discretionary funding programs found within the current Federal Transit Administration. However, that would narrow the field down to three agencies or programs. Capital Metro, Lone Star Rail and the State of Texas through the Texas Department of Transportation. CARTS is only a contractor to Capital Metro and provides certain 5310 transit opportunities to persons outside of the Capital Metro Service Area in our jurisdiction. CAMPO, Project Connect, Project Connect North and My35 are simply planning programs that include staff from Capital Metro, Lone Star Rail District, and TxDOT and representatives from local governments. 4. The analysis should be based on how those planning programs will lead to funding through the project delivery agencies. (Fought amended to include financial risk and benefits to the City) 5. The Council should provide the Board and staff specifics on what type of economic analysis data will lead to an ultimate decision by the City Council. 6. Finally, some people ‘can’t see what the final project would look like’ or ‘can’t see what a Transit Oriented Development would look like.’ Years ago, when the City was looking at transportation options and creating a TOD ordinance, there was a field trip to perform some on the ground research. Members of the City Council, Planning and Zoning, and staff (GTAB was not in existence at the time) went and stayed at a TOD to see for themselves. We should have at least one field trip during this study. Since it has been about 8 years or so since that first and only field trip, it should be extremely informative to do it again and see what a TOD looks like today and how the project has performed over the years. Vote on the original motion as amended: Approved (6‐1) (Hesser opposed) Project Manager Ed Polasek, AICP Engineer TBD Project Status Workplan Under Development Transportation Services Operations CIP Maintenance November, 2013 Project Description 2012‐2013 CIP Maintenance of roadways including, Chip seal, Cutler Overlays, TMRSS applications and Engineering design of future rehabilitation projects. Purpose To provide protection and maintain an overall pavement condition index of 85%. Project Manager Mark Miller Engineer/Engineers KPA, Steger Bizzell, Halff Task Status / Issues 2nd and 6th Street Engineering (Halff) 2nd Street engineering has been added to the 2013‐14 engineering of phase two 2nd Street (Myrtle to College). Construction of all of 2nd will move to 2015 during VFW renovation. Initial designs were reviewed on Monday, Oct. 28th by Parks, Engineering and Transportation Services. 6th Street under design. Staff is soliciting input from property owners on south side for possible sidewalk improvements. 9th Street (Main to Rock) (KPA) A conceptual schematic is complete. Staff is currently meeting with affected businesses to solicit input and to discuss possible issues. Construction should proceed in 2014. In‐house services will install splash pad drain as soon as possible. Staff is waiting for the electric engineer to identify and approve future conduit assignments. Chip seal Sun City Blvd. is complete. Complaints about noise and fears of the road failing has prompted staff to fog seal the road to help quite the road noise. Williams Drive (Riverbend to Serenada), Shell Road (Sycamore to Verde Vista) and Inner Loop (Austin Avenue to 971) are complete and striped. Austin Avenue (2243 to SG Village) and Del Webb Blvd experienced failures. A large scale loss of rock on these roadways leaving tons of loose gravel, washboard effect and exposed oil. Conditions have been deemed as hazardous and an emergency has been declared to correct the situation using Cutler Recycle process. The contractor has been dismissed from the project. Chip seal scheduled for DB Wood has been postponed until Spring. TMRSS Survey underway to determine what has not been completed: (Majority of scheduled work completed) Unfinished streets will be performed in Spring 2014. Pavement Evaluation Staff is negotiating with KPA for Engineering services related to pavement evaluation/scoring and update of 5 year CIP reflecting changes and updates. Staff is working on a Task Order to bring before GTAB for consideration. 2013‐14 CIP Maintenance Projects Staff is negotiating with KPA for engineering services related to the 2014 maintenance projects. Staff is working on a Task Order to bring before GTAB for consideration. City of Georgetown, Texas SUBJECT: Presentation of Georgetown Transportation Enhancement Corporation monthly financial report for October 2013 and 2012/2013 Preliminary Year-End financial report. - Micki Rundell, Chief Financial Officer, COG, Finance Manager, GTEC ITEM SUMMARY: The Bylaws of GTEC (Article V, Section 6.02) require the Finance Manager to report the financial activity of the Corporation to the Board. Budgetary report Sales Tax revenues Any other relevant financial information Sales tax is received two months in arrears; therefore the revenues reflect only the amount received, not actually earned, as of the report date. A report on payments made to vendors for the month of October is also included. FINANCIAL IMPACT: SUBMITTED BY: Jana Kern for Finance ATTACHMENTS: Description Type reports Backup Material City of Georgetown, Texas SUBJECT: Consideration and possible action to approve minutes from the regular GTEC Board meeting held October 16, 2013. - Paul E. Brandenburg - General Manger - GTEC ITEM SUMMARY: Board to review the minutes from the meeting held on October 16, 2013 and revise or approve. FINANCIAL IMPACT: SUBMITTED BY: Jana Kern ATTACHMENTS: Description Type Draft Minutes Backup Material City of Georgetown, Texas SUBJECT: Consideration and possible action to approve Task Order SBE-14-001 with Steger Bizzell of Georgetown, Texas, for professional engineering services related to the design of the widening of Snead Drive from Southeast Inner Loop to Airborn Circle, and additional wastewater improvements in the amount of $177,000.00. – Bill Dryden, P.E., Transportation Engineer, Edward G. Polasek, AICP, Transportation Services Director, and Wesley Wright, P.E., Systems Engineering Director. ITEM SUMMARY: At the May 2013 GTEC Board Meeting the Board voted: Motion by Gonzalez, seconded by Connor, to move this project forward and extend Snead Drive to four lanes. Also, to have staff bring back to this Board a final dollar amount that will be added to the 2013/2014 Budget. Approved 7-0 The Snead Drive project received eligibility findings in 2009 and has been included as a project in the GTEC Budget for FY 2013-2014. The proposed roadway will be widened from Southeast Inner Loop to Airborn Circle. Additionally, as part of the project, it has been determined a need for wastewater improvements in the area, a portion of which will be located under Snead Drive. Steger Bizzell has proposed to complete this work and develop final PS&E for the road widening and the wastewater improvements (in 2 phases). Attached is the Proposed Task Order SBE-14-001 with Steger Bizzell of Georgetown, Texas, for professional engineering services related to the design of the widening of Snead Drive from Southeast Inner Loop to Airborn Circle in the amount of $87,000 (GTEC funding) and additional wastewater improvements in the amount of $90,000.00 (Wastewater CIP Budget), for a Task Order total of $177,000.00. STAFF RECOMMENDATION: Staff recommends approval of Task Order SBE-14-001 with Steger Bizzell of Georgetown, Texas, for professional engineering services related to the design of the widening of Snead Drive from Southeast Inner Loop to Airborn Circle and additional wastewater improvements in the amount of $177,000.00. FINANCIAL IMPACT: Attached is the project GTEC Budgetary Worksheet. SUBMITTED BY: Bill Dryden ATTACHMENTS: Description Type GTEC Financial Worksheet Backup Material TO SBE-14-001 Backup Material PROJECT No. PROJECT NAME:5QZ DATE: 11/7/2013 Division/Department: Director Approval Prepared By: Finance Approval TOTAL ANNUAL BUDGET 925,100.00 (Current year only) Actual Cost Agenda Total Spent Encumbrance Item & Encumbered % Annual (A) before agenda item (B)(A + B) Budget Consulting 177,000.00 177,000.00 19% Right of Way 0.00 0% Construction 0.00 0% Other Costs 0.00 0% Total Current Year Costs 0.00 177,000.00 177,000.00 Approved GENERAL LEDGER ACCOUNT NUMBER CY Budget DESIGN 400-9-0980-90-050 825,100.00 87,000.00 660-9-0581-90-150 20,000.00 18,000.00 Proj Related 660-9-0581-90-150 80,000.00 72,000.00 Off-site Total Budget 925,100.00 177,000.00 TOTAL PROJECT BUDGET 925,100.00 (includes all previous yrs) Prior Years Current Year Total Project % Total Spent/Encumbered Costs Costs Budget Consulting 0.00 177,000.00 177,000.00 19% Right of Way 0.00 0.00 0.00 0% Construction 0.00 0.00 0.00 0% Other Costs 0.00 0.00 0.00 0% Total Project Costs 0.00 177,000.00 177,000.00 GTEC & CIP- Budgetary and Financial Analysis Worksheet Water Services Comments: Joint project with GTEC and Water Services. SNEAD DRIVE Paving Improvements Snead Drive WW - Street Rehab WW - Street Rehab Engineering Street Widening Wastewater Improvements Bill Dryden, Transportation Engineer Wesley Wright, Systems Eng'r Director Transportation Services TASK ORDER Georgetown – Revised 3.11 EJCDC E-505 Standard Form of Agreement Between Owner and Engineer Professional Services—Task Order Edition Copyright ©2004 National Society of Professional Engineers for EJCDC. All rights reserved. Attachment 1 – Task Order Form Page 1 of 4 Task Order In accordance with paragraph 1.01 of the Master Services Agreement between Owner and Steger Bizzell (“Engineer”) for Professional Services – Task Order Edition, dated April 11, 2011 ("Agreement"), Owner and Engineer agree as follows: 1. Specific Project Data A. Title: Snead Drive Roadway and Utility Improvements B. Description: Design of widening of Snead Drive from S.E. Inner Loop to 600 feet north of Cooperative Way, including subgrade preparation, base, asphalt, curb, driveway reconstruction, culvert replacement, metal beam guard fence installation, sidewalk installation, and drainage ditch reconfiguration; and design of wastewater line extension beneath Snead Drive and from Airborn Circle to the 21" interceptor north of Madison Oaks Avenue, and wastewater line relocations along S.E. Inner Loop from Snead Drive to Austin Avenue. C. City of Georgetown Project Number: 5QZ D. City of Georgetown General Ledger Account No.: 400-9-0980-90-050 660-9-0581-90-150 E. City of Georgetown Purchase Order No.: 3400569 (GTEC) 3400571 (Water Services) F. Master Services Agreement, Contract Number: 2013-711-MSA 2. Services of Engineer See the attached Scope of Services for a detailed description of services to be provided to Owner by Engineer. 3. Owner's Responsibilities Owner shall have those responsibilities set forth in the Agreement subject to the following: • Provide timely review comments to plan reviews and project scope changes. • Estimated third-party fees for this project are listed below, and are included in the compensation amount detailed in Section 5. The City shall be responsible for any permitting and third-party review fees not listed below. o TCEQ Water Pollution Abatement Plan (Non-Residential, < 5 ac) = $3,000.00. o TCEQ Sewage Collection System Plan = $4,000.00. 4. Times for Rendering Services Engineer shall perform the work stated above according to the schedule below. All times are from the date Notice to Proceed from Owner, or the previous phase, as appropriate. Task Order No. SBE-14-001, consisting of 16 pages. W e s t F o r k S m it h B r a n c h Smith Branch F M 1 4 6 0 S I H 3 5 S B S I H 3 5 F W Y S B S I H 3 5 F W Y N B S AUSTIN AVE S E I N N E R L O O P L E A N D E R R D S IH 35 NB S N E A D D R E N T R 2 6 1 S B W 22ND ST L U T H E R D R EXIT 260 NB W 21ST ST R A B B I T H O L L O W L N S C E N I C DR B L U E S P R INGS BLV D E 21ST ST P L E A S A N T V A L L E Y D R M A D I S O N O A K S A V E R A B B I T R U N INDUSTRIAL AVE PRI V A T E DV RAILROAD AVE E X IT 2 5 9 S B E N T R 2 6 0 S B T E X S T A R D R V A L L E Y D R L E A N D E R S T KEN DALL ST PINEST S U N R I S E V A L L E Y L N E N T R 2 5 9 S B C O T T O N T A I L L N RO C K M O O R D R S MA IN ST E 2 0TH ST BLUE RIDGED R COOPERATIVE WAY W 24TH ST T O W E R D R T H U N D E R V A L L E Y T R L BRUSHY ST TASUS WAY M O U R N I N G D O V E L N S C H U R C H S T E NTR2 6 0 N B C L O V E R V A L L E Y L N H I G H T E C H D R H I G H L A N D D R Q U A I L V A L L E Y D R V ALLEY OAK S L O O P S CE N I C D R B L U E S P R I N G S BLVD M O U R N I N G D O V E L N I 0 500 1,000 1,500 2,000 Feet PROJECT LOCATION MAP Snead Drive, Georgetown, TX Roadway and Wastewater Improvements Roadway Widening Proposed WW Lines under roadway Existing WW Lines City Limits Proposed WW Lines outside of roadway Prepared by: October 30, 2013 1/3 Attachment B1 Scope of Services (Roadway) Task Order No. SBE‐14‐001 Snead Drive Roadway and Utility Improvements 1. General Description of Project: Design of widening to Snead Drive from S.E. Inner Loop to 600 feet north of Cooperative Way, including subgrade preparation, base, asphalt, curb, driveway reconstruction, culvert replacement, metal beam guard fence installation, sidewalk installation, and drainage ditch reconfiguration. The proposed roadway will conform to the City’s 45‐foot‐wide roadway section, with ribbon curb on both sides. North of Cooperative Way, the proposed roadway will taper to the City's 28‐foot‐wide roadway section and terminate at the existing turnaround at Airborn Circle. Metal beam guard fence will be provided for the entire length of the modified drainage channel. The drainage ditch on the west side of the existing road will be narrowed and concrete lined. Street intersections and driveways will have culverts replaced with three 8'x4' concrete boxes (or similar) to convey the 100‐year storm water volume. The existing ditch on the east side will remain unmodified. A 6‐foot‐wide concrete sidewalk will be included for a portion of the roadway on the east side (this portion concurrent with the development being coordinated by the Economic Development office.) No sidewalk is planned for the west side of the roadway. Some utility adjustments may be required for this project. 2. Design Phase Services: This phase of the project will commence after the Owner has signed and executed this Task Order. The basic services for the Design Phase include: a. Establish survey control through the project and survey existing features, including existing pavement, above‐ground utilities, property boundaries, drainage features, and driveways. Perform a topographical survey of the entire project limits within the right‐ of‐way. b. Prepare construction drawings and specifications in accordance with the latest City of Georgetown Construction Specifications and generally accepted engineering practices. Unless otherwise directed, basic design criteria (design speed, roadway widths, hydrologic & hydraulic data, etc.) shall conform to the Snead Drive feasibility study prepared by Steger Bizzell and as contained within this attachment. c. Identify water quality control measures. Determine additional structures (e.g. water quality ponds), if any, required to meet TCEQ requirements. Prepare and submit a Water Pollution Abatement Plan to the TCEQ. A Geologic Assessment (a required component of a WPAP) will be performed for the wastewater portion of the project, in conjunction with the SCS Plan. Since the wastewater project limits are greater than the roadway limits, a separate Geologic Assessment will not be required for the roadway. d. Use the best available data to determine conflicts with existing utilities, and identify the limits of utility adjustments, if applicable. Prepared by: October 30, 2013 2/3 e. Prepare construction contract documents for review and approval by the Owner. The most recent version of the City's standard construction contract documents shall be used. These may include contract agreement forms, general conditions and supplementary conditions, invitations to bid, instructions to bidders, insurance and bonding requirements, and preparation of other contract‐related documents. 3. Bidding Phase Services: This phase of the project will commence after the Owner has completed final review and approval of the construction plans, specifications, and contract documents. The basic services for the Bidding Phase include: a. Assist Owner in advertising for and obtaining bids for the construction contract and responding to questions from prospective Bidders. b. Issue addenda as appropriate to interpret, clarify, or expand the bidding documents. c. Attend and conduct pre‐bid meeting and bid opening meeting. d. Compile and tabulate bid results. Provide a recommendation of contract award to Owner after careful consideration and research of responsible and responsive bidders. 4. Construction Phase Services: This phase of the project will commence after the Owner has awarded and executed a construction contract. The basic services for the Construction Phase include: a. Attend and conduct pre‐construction conference. b. Review shop drawings and submittals turned in by the contractor for compliance with design concepts. c. Review field materials testing and laboratory reports for compliance with design concepts. d. Review contractor pay requests and provide concurrence for City review and payment. e. Visit the project site at least twice monthly during construction to observe and document the progress and quality of the executed work. f. Issue necessary interpretation and clarifications of the contract documents, prepare change orders and make recommendations to the acceptability of the work, as required. g. Prepare record (‘as‐built’) drawings from information submitted by the contractor. 5. Exclusions: The following services are specifically excluded from this Task Order. Steger Bizzell would be pleased to provide an additional fee estimate to provide these services. a. Utility relocation design (refer to the associated wastewater services attachment). b. Surveying of subsurface utilities, except where uncovered by others. c. Geotechnical investigation. A geotechnical investigation will not be performed solely for the roadway design as the proposed pavement widening section matches the existing pavement section. However, it is anticipated that a geotechnical investigation will be performed for the wastewater design portion of the project, and will be briefly reviewed with respect to the proposed pavement section. d. Traffic Impact Analysis or any traffic counts Prepared by: October 30, 2013 3/3 e. Underground storm sewer design f. Tree survey g. Environmental documentation or permitting, except as specifically mentioned above h. Re‐bidding of the project i. Construction Inspection j. Coordination of materials testing services (typically provided by Contractor) k. Right‐of‐way or easement acquisition, including preparation of field notes and legal descriptions 6. Reimbursables: Reimbursable expenses up to $1,019.00 are included in the total compensation amount listed in Section 5A of the Task Order. Any reimbursable expenses beyond this amount are not included in the stated compensation amount and will be billed to Client at Engineer’s cost. Reimbursable expenses may include, but are not limited to: postage or other delivery charges, document reproductions, third party contractors or consultants (if applicable). Prepared by: October 31, 2013 1/4 Attachment B2 Scope of Services (Wastewater) Task Order No. SBE‐14‐001 Snead Drive Roadway and Utility Improvements 1. General Description of Project: Design of new and replacement wastewater lines, primarily in the vicinity of Snead Drive. The proposed alignment of the new wastewater line follows Snead Drive starting on the north side of Inner Loop, at Airborn Circle turns east and generally follows property lines behind Airborn, across Madison Oaks Avenue, and connects to the existing 21" interceptor behind TxDOT's facility. This size of the proposed line is 15" diameter. In addition, work will include design of replacement 10" and 6" wastewater lines along the north side of Inner Loop from Snead Drive to Austin Avenue with identically‐sized lines closer to the north Inner Loop right‐of‐way. Additional services provided will include preliminary alignment design, surveying, and easement field notes preparation. Bidding phase services and construction phase services will primarily be covered under the Snead Drive roadway work (Task Order SBE‐13‐003), but some nominal fees are included in this Task Order to cover the increased project scope. 2. Preliminary Alignment Design Phase Services: This phase of the project will commence after the Owner has signed and executed this Task Order. The basic services for the Preliminary Alignment Design Phase include: a. Host a project design kick‐off meeting with City staff. Design criteria such as pipe size and material, minimum cover requirements, and easement widths will be established. Preliminary alignments will be reviewed. b. Deed research to identify existing landowners along the preliminary alignments, including research of possible existing easements. c. Preparation of up to four alignment alternatives. Up to five copies of exhibits will be provided to City staff for review and selection of preferred alignment. d. Preparation of preliminary opinions of probable total project cost based on the alignment alternatives. e. Geotechnical field investigation and laboratory analysis, by a qualified subconsultant. The attached proposal includes eight bores up to 20 feet deep along the preliminary route. 3. Detailed Design & Surveying Phase Services: This phase of the project will commence after the Owner has selected a preferred alignment, but certain tasks may be initiated during the Preliminary Alignment Design Phase. The basic services for the Detailed Design & Surveying Phase include: a. Establish survey control throughout the project and survey existing features, including existing pavement, above‐ground utilities, property boundaries, drainage features, and driveways. Perform a topographic survey of a minimum 25' wide swath for the entire Prepared by: October 31, 2013 2/4 length of the preferred alignment. (This work does not duplicate surveying already contained in the Snead Drive roadway task order.) b. Prepare parcel plats and field notes for easement acquisition. This scope includes preparation of up to 10 individual parcels (the maximum estimated based on the conceptual route shown on the attached project location map). c. Prepare construction drawings and specifications in accordance with the latest City of Georgetown Construction Specifications and generally accepted engineering practices. Drawings shall include cover sheet, general notes, project layout/overview, wastewater line plan & profiles, erosion & sedimentation control, traffic control plan, and standard details. Construction plans shall be developed in two separate sets so that the construction may be phased. i. The first plan set will include all wastewater improvements associated directly with the accompanying Snead Drive roadway improvements (i.e. any installation necessary so that the roadway will not need to be disturbed when the second wastewater phase is constructed). It is anticipated that this first set will be incorporated into the Snead Drive roadway plans and bid together. However, quantities shall be broken out such that the wastewater and roadway work can be priced separately for the purposes of the City's internal use. ii. The second plan set will include all remaining wastewater improvements. This includes the extension of the Snead Drive line to the 21" interceptor as well as the 10" and 6" wastewater line relocations. This plan set will be formatted such that it can be bid independently of the other work. d. Use the best available data to determine conflicts with existing utilities, if any, and identify the limits of utility adjustments, if applicable. e. Prepare construction contract documents for review and approval by the Owner. Two separate sets of contract documents will be prepared (one for each set of plans) so that the two phases can be bid independently, but they shall be substantially identical. The most recent version of the City's standard construction contract documents shall be used. These may include contract agreement forms, general conditions and supplementary conditions, invitations to bid, instructions to bidders, insurance and bonding requirements, and preparation of other contract‐related documents. f. Prepare a final opinion of total project cost based on the final plan quantities. g. Furnish to the Owner a maximum of five copies of each of the two final plan sets (drawings and contract documents). h. Preparation of an Organized Sewage Collection System Plan and submittal to TCEQ. i. Preparation of an Engineering Design Report for inclusion in the SCS. ii. Preparation of a Geologic Assessment by a qualified subconsultant, for inclusion in the SCS. 4. Bidding Phase Services: This phase of the project will commence after the Owner has completed final review and approval of the construction plans, specifications, and contract documents. Since it is anticipated that the first bid package (work coincident with Snead Drive) will be incorporated Prepared by: October 31, 2013 3/4 into the roadway bid package, the services listed below are to be provided for the second independent wastewater bid package. The basic services for the Bidding Phase include: a. Assist Owner in advertising for and obtaining bids for the construction contract and responding to questions from prospective Bidders. b. Issue addenda as appropriate to interpret, clarify, or expand the bidding documents. c. Attend and conduct pre‐bid meeting and bid opening meeting. d. Compile and tabulate bid results. Provide a recommendation of contract award to Owner after careful consideration and research of responsible and responsive bidders. e. Prepare updated contract documents, incorporating the bidder's responses and bid schedule, as well as any addenda. Coordinate execution of the contract documents by the Contractor and the City. f. Prepare the Notice of Award. 5. Construction Phase Services: This phase of the project will commence after the Owner has awarded and executed a construction contract. The basic services for the Construction Phase include: a. Attend and conduct pre‐construction conference. b. Prepare Notice to Proceed. c. Review shop drawings and submittals turned in by the contractor for compliance with design concepts. d. Review field materials testing and laboratory reports for compliance with design concepts. e. Review contractor pay requests and provide concurrence for City review and payment. f. Visit the project site at least twice monthly during construction to observe and document the progress and quality of the executed work. g. Issue necessary interpretation and clarifications of the contract documents, prepare change orders and make recommendations to the acceptability of the work, as required. h. Prepare record "as‐built" drawings from information submitted by the Contractor. i. Coordinate and participate in a final inspection walkthrough with the Contractor and Owner's representative(s), reporting on completion of the project including recommendations concerning final payment to Contractor and release of retainage. 6. Exclusions: The following services are specifically excluded from this Task Order. Steger Bizzell would be pleased to provide an additional fee estimate to provide these services. a. Surveying of subsurface utilities, except where uncovered by others. b. Tree survey, except within the defined project limits identified above. c. Environmental documentation or permitting, except as noted above (a WPAP will be prepared and filed for the roadway improvements) d. Construction Inspection Prepared by: October 31, 2013 4/4 e. Coordination of materials testing services (typically provided by Contractor) f. Right‐of‐way or easement acquisition services 7. Reimbursables: Reimbursable expenses up to $642.00 are included in the total compensation amount listed in Section 5A of the Task Order. Any reimbursable expenses beyond this amount are not included in the stated compensation amount and will be billed to Client at Engineer’s cost. Reimbursable expenses may include, but are not limited to: postage or other delivery charges, document reproductions, third party contractors or consultants (if applicable). Prepared by Attachment C1 Task Order SBE‐14‐001 Snead Drive (Road Widening Services) Printed: 11/13/2013 Estimated Fee Schedule Task and Description Senior Engineer Engineer (PE) Registered Surveyor Project Manager Engineer in Training Clerical CADD Technician GPS Survey Party Subs, Misc. Fees, etc. Total Estimate Hourly Rate:210 156 130 127 129 70 97 175 Design Phase 1. Establish surveying control 2 2 2 6 1,822 2. Topo survey of existing roadway and driveways 2 2 20 4,018 3. Locate utilities, fences, drainage structures, etc.2 4 20 4,276 4. Identify water quality control measures 4 2 4 1,668 5. Prepare & submit WPAP to TCEQ 4 4 8 2 8 3,296 a. Submittal Fee 3,000 3,000 6. Determine utility conflicts 2 2 2 8 8 2,742 7. Develop plans a. Project layout and benchmark data 2248 12 3,276 b. Typical sections and pavement design details 2 8 10 16 4,170 c. Traffic Control Plan 4 8 10 16 4,482 d. Plan & Profile sheets 2 4 16 12 24 6,952 e. Drainage modification details 8 16 8 20 6,252 f. Erosion and sedimentation control details 1 8 8 16 3,756 g. Quantities and cost estimate 2 8 10 2 4 3,146 h. Specifications and Contract documents 1 2 16 12 2 4 4,630 i. City review and revisions 4 1 1 8 12 12 4,854 Subtotal Hours: 17 28 11 100 118 6 140 46 466 Subtotal Fees: $3,570 $4,368 $1,430 $12,700 $15,222 $420 $13,580 $8,050 $3,000 $62,340 Bidding Phase Services 1. Bidding document preparation 1 2 4 2 1,066 2. Bid advertisement and management 2 4 8 4 2,132 3. Pre‐bid meeting, bid opening, and bid tabulation 2 1 4 2 1,095 4. Bidder research and award recommendation 1 2 2 722 5. Assist with award procedures 2 2 4 2 1,498 Subtotal Hours: 3 7 0 13 20 8 0 0 51 Subtotal Fees: $630 $1,092 $0 $1,651 $2,580 $560 $0 $0 $0 $6,513 Page 1 of 2 Prepared by Attachment C1 Task Order SBE‐14‐001 Snead Drive (Road Widening Services) Printed: 11/13/2013 Estimated Fee Schedule Task and Description Senior Engineer Engineer (PE) Registered Surveyor Project Manager Engineer in Training Clerical CADD Technician GPS Survey Party Subs, Misc. Fees, etc. Total Estimate Hourly Rate:210 156 130 127 129 70 97 175 Construction Phase Services 1. Pre‐construction conference 2 4 4 1,336 2. Site visits and construction reviews 4 4 4 24 20 7,612 3. Review pay requests, change orders, RFIs, & submittals 2 4 20 16 6 6,068 4. Prepare "as‐built" drawings 2 4 4 8 2,112 Subtotal Hours: 6 12 4 52 44 6 8 0 132 Subtotal Fees: $1,260 $1,872 $520 $6,604 $5,676 $420 $776 $0 $0 $17,128 TOTAL HOURS: 26 47 15 165 182 20 148 46 649 TOTAL FEES: $5,460 $7,332 $1,950 $20,955 $23,478 $1,400 $14,356 $8,050 $3,000 $85,981 Included Reimbursables: $1,019 Total Compensation: $87,000 Page 2 of 2 Prepared by Attachment C2 Task Order SBE‐14‐001 Snead Drive (Wastewater Line Services) Printed: 11/13/2013 Estimated Fee Schedule Task and Description Senior Engineer Engineer (PE) Registered Surveyor Project Manager Engineer in Training Clerical CADD Technician GPS Survey Party Subs, Misc. Fees, etc. Total Estimate Hourly Rate:210 156 130 127 129 70 97 175 Preliminary Alignment Design Phase 1. Host project design kick‐off meeting 2 2 2 4 1,502 2. Deed & easement research 6 2 920 3. Prepare & update alignment alternatives 4 8 16 3,208 4. Geotechnical field investigation (by subconsultant)5,000 5,000 Subtotal Hours: 2 6 6 2 12 2 16 0 46 Subtotal Fees: $420 $936 $780 $254 $1,548 $140 $1,552 $0 $5,000 $10,630 Detailed Design & Surveying Phase 1. Establish surveying control 2 4 960 * 2. Topo survey of proposed line route 1 60 10,630 * 3. Locate utilities, fences, drainage structures, etc.1 16 2,930 * 4. Prepare parcel plats & field notes of easements 8 16 40 6,984 5. Develop plans a. Cover sheet, index & General Notes 1 4 8 1,448 b. Project layout overview 2 8 8 2,120 c. Traffic Control Plan 4 16 8 3,464 d. Plan & Profile sheets 8 8 20 40 8,724 e. Erosion and sedimentation control details 2 8 16 2,896 f. Standard details 2 8 8 2,120 6. Determine utility conflicts 4 2 8 8 2,686 7. Quantity take‐offs and cost estimate preparation 2 8 1,344 8. Prepare specifications and contract documents 2 8 16 4 3,672 9. City review and revisions 4 8 16 3,208 10. Prepare SCS Plan & submit to TCEQ 2 4 8 20 8 5,416 a. Prepare Engineering Design Report 8 4 8 2,788 b. Prepare Geologic Assessment (by subconsultant)500 500 c. SCS Submittal Fee 4,000 4,000 Subtotal Hours: 2 43 12 30 148 4 160 80 479 Subtotal Fees: $420 $6,708 $1,560 $3,810 $19,092 $280 $15,520 $14,000 $4,500 $65,890 Page 1 of 2 Prepared by Attachment C2 Task Order SBE‐14‐001 Snead Drive (Wastewater Line Services) Printed: 11/13/2013 Estimated Fee Schedule Task and Description Senior Engineer Engineer (PE) Registered Surveyor Project Manager Engineer in Training Clerical CADD Technician GPS Survey Party Subs, Misc. Fees, etc. Total Estimate Hourly Rate:210 156 130 127 129 70 97 175 Bidding Phase Services 1. Bid advertisement and management 2 4 828 2. Pre‐bid meeting, bid opening, and bid tabulation 2 8 1,344 3. Bidder research and award recommendation 1 2 4 1,038 4. Assist with award procedures 4 516 Subtotal Hours: 1 6 0 0 20 0 0 0 27 Subtotal Fees: $210 $936 $0 $0 $2,580 $0 $0 $0 $0 $3,726 Construction Phase Services 1. Pre‐construction conference 2 4 828 2. Site visits and construction reviews 2 4 16 3,108 3. Review pay apps, change orders, RFIs, & submittals 2 4 16 3,108 4. Prepare record drawings 4 16 2,068 Subtotal Hours: 4 10 0 0 40 0 16 0 70 Subtotal Fees: $840 $1,560 $0 $0 $5,160 $0 $1,552 $0 $0 $9,112 TOTAL HOURS: 9 65 18 32 220 6 192 80 622 TOTAL FEES: $1,890 $10,140 $2,340 $4,064 $28,380 $420 $18,624 $14,000 $9,500 $89,358 Included Reimbursables: $642 Total Compensation: $90,000 Est. length of pipe 1800 ft 5800 ft Project weighting Approx. prorated expense * Tasks associated exclusively with work outside of Snead Drive Roadway limits Within Snead Drive Roadway limits Outside of Snead Drive Roadway limits $18,000 20% 80% $72,000 Page 2 of 2 City of Georgetown, Texas SUBJECT: Consideration and possible action to approve Task Order No. KAI-14-001 with Klotz Associates, of Austin, Texas, for professional engineering services to develop final construction plans, specifications and estimate for the construction of Northwest Boulevard Bridge Project (Fontana Drive to Austin Avenue) in the amount of $479,588. – Bill Dryden, P.E., Transportation Engineer and Edward G. Polasek, AICP Transportation Services Director. ITEM SUMMARY: In January 2010 Council approved a Task Order KAI-10-001 with Klotz Associates for professional engineering services to produce the schematic, preliminary construction plans, environmental documents and ROW acquisition documents for a bridge connecting Northwest Boulevard, near Fontana Drive, with Austin Avenue. That Task Order was amended in February 2012 to include completing a schematic for the IH 35 corridor to adequately locate proposed access ramps with IH 35, at the request of TxDOT. The project is ready to begin final construction plans, specifications and estimate, inclusive of contract documents, for the Northwest Boulevard Bridge from Fontana Drive to Austin Avenue. Klotz has proposed to complete this work and to have on the shelf, construction-ready PS&E for the project at such time funding is available for the project. Attached is the Proposed Task Order KAI-14-001 with Klotz Associates, Inc., for professional engineering services to develop final construction plans, specifications and estimate for the construction of Northwest Boulevard Bridge Project (Fontana Drive to Austin Avenue) in the amount of $479,588. STAFF RECOMMENDATION: Staff recommends approval of Task Order No. KAI-14-001 with Klotz Associates, of Austin, Texas, for professional engineering services to develop final construction plans, specifications and estimate for the construction of Northwest Boulevard Bridge Project (Fontana Drive to Austin Avenue) in the amount of $479,588. FINANCIAL IMPACT: Attached is the project GTEC Budgetary Worksheet. SUBMITTED BY: Bill Dryden ATTACHMENTS: Description Type GTEC Budgetary Worksheet Backup Material TO KAI-14-001 Backup Material PROJECT No. PROJECT NAME: 5QX DATE: 11/13/2013 Division/Department: Director Approval Prepared By:Finance Approval TOTAL ANNUAL BUDGET 635,000.00 (Current year only) Actual Cost Agenda Total Spent Encumbrance Item & Encumbered % Annual (A) before agenda item (B)(A + B) Budget Consulting (KAI-14-001)479,588.00 479,588.00 76% Right of Way 0.00 0% Construction 0.00 0% Other Costs 0.00 0% Total Current Year Costs 0.00 479,588.00 479,588.00 Approved GENERAL LEDGER ACCOUNT NUMBER CY Budget 400-9-0980-90-044 635,000.00 Total Budget 635,000.00 TOTAL PROJECT BUDGET 635,000.00 (includes all previous yrs) Prior Years Current Year Total Project % Total Spent/Encumbered Costs Costs Budget Consulting 0.00 479,588.00 479,588.00 76% Right of Way 0.00 0.00 0.00 0% Construction 0.00 0.00 0.00 0% Other Costs 0.00 0.00 0.00 0% Total Project Costs 0.00 479,588.00 479,588.00 Bill Dryden, Transportation Engineer Transportation Services GTEC - Budgetary and Financial Analysis Worksheet Comments: Northwest Boulevard Bridge Paving Improvements NW Blvd Bridge Engineering TASK ORDER Georgetown – Revised 3.11 EJCDC E-505 Standard Form of Agreement Between Owner and Engineer Professional Services—Task Order Edition Copyright ©2004 National Society of Professional Engineers for EJCDC. All rights reserved. Attachment 1 – Task Order Form Page 1 of 4 Task Order In accordance with paragraph 1.01 of the Master Services Agreement between Owner and Klotz Associates, Inc. (“Engineer”) for Professional Services – Task Order Edition, dated October 21, 2011 ("Agreement"), Owner and Engineer agree as follows: 1. Specific Project Data A. Title: Northwest Boulevard Bridge over IH 35 (Fontana Drive to Austin Avenue) B. Description: Design of the reconstruction and extension of Northwest Boulevard from Fontana Drive to Austin Avenue over IH 35, including subgrade preparation, base, asphalt, curb, driveway reconstruction, roundabout, retaining walls, bridge, culvert extension, pedestrian and bicycle facilities, signing and pavement markings and drainage ditch reconfiguration; and design of the relocation of water and wastewater line adjacent to Northwest Boulevard west of IH 35. C. City of Georgetown Project Number: 5QX D. City of Georgetown General Ledger Account No.: 400-9-0980-90-044 E. City of Georgetown Purchase Order No.: 3400577 F. Master Services Agreement, Contract Number: 2011-717-MSA 2. Services of Engineer See the attached Scope of Services for a detailed description of services to be provided to Owner by Engineer. 3. Owner's Responsibilities Owner shall have those responsibilities set forth in the Agreement subject to the following: • Provide timely review comments to plan reviews and project scope changes. • Estimated third-party fees for this project are listed below, and are included in the compensation amount detailed in Section 5. The City shall be responsible for any permitting and third-party review fees not listed below. o TCEQ Water Pollution Abatement Plan (Non-Residential, < 5 ac) = $3,000.00 4. Times for Rendering Services Engineer shall perform the work stated above according to the schedule below. All times are from the date Notice to Proceed from Owner, or the previous phase, as appropriate. Task Order No. KAI-14-001, consisting of 22 pages. TASK ORDER Georgetown – Revised 3.11 EJCDC E-505 Standard Form of Agreement Between Owner and Engineer Professional Services—Task Order Edition Copyright ©2004 National Society of Professional Engineers for EJCDC. All rights reserved. Attachment 1 – Task Order Form Page 2 of 4 Phase Completion Date Design Phase Six (6) Months Bidding Phase Three (3) Months Construction Phase Six (6) Months 5. Payments to Engineer A. Owner shall pay Engineer for services rendered as shown below. Fees listed for each category are approximations, and only the sum of all fees shall be the "Not to Exceed Amount". Category of Services Compensation Method Not to Exceed Amount of Compensation for Services Roadway-Related Services Standard Hourly Rates (See Attached Fee Schedule) $479,588.00 ALL PHASES $479,588.00 B. The terms of payment are set forth in Article 4 of the Agreement unless modified in this Task Order. 6. Consultants: Prime consultant is Klotz Associates, Inc. Subconsultants include: · Cox|McClain · MLA Labs · Inland Geodetics 7. Other Modifications to Agreement: None. 8. Attachments: A. Project Location Map B. Scope of Services C. Estimated Fee Schedule D. Project Schedule 9. Documents Incorporated By Reference: The Agreement dated October 21, 2011. TASK ORDER Georgetown – Revised 3.11 EJCDC E-505 Standard Form of Agreement Between Owner and Engineer Professional Services—Task Order Edition Copyright ©2004 National Society of Professional Engineers for EJCDC. All rights reserved. Attachment 1 – Task Order Form Page 4 of 4 Owner: Engineer: Designated Representative For Task Order: Designated Representative For Task Order: Name: Bill Dryden Name: Zach Ryan, P.E. Title: Transportation Engineer Title: President Address: P.O. Box 409 Address: 901 S. MoPac Expressway Georgetown, TX 78627 Building V, Suite 220 Austin, TX 78746 E-Mail: Bill.Dryden@georgetown.org E-Mail: zach.ryan@klotz.com Phone: (512) 930-8096 Phone: (512) 328-5771 Fax: (512) 930-3559 Fax: (512) 328-5774 Fontana Dr Austin Ave §¨¦35 UV158 971 Northwest Blvd LegendLIMITS OF WORK ³ 0 200 400 600 800 Feet EXHIBITA NORTHWEST BOULEVARDBRIDGE OVER IH 35(FONTANA DR. TO AUSTIN AVE.) LOCATION MAP KLOTZ PROJ. NO.: 0573.004.00 SCALE: 1" = 400 ' DATE: NOVEMBER 2013Path: G:\0573.004.000 NW Blvd TO1\07.00 CADD\GIS_Exhibits\NW_BLVD.mxd Northwest Blvd Exhibit B Georgetown, TX Page 1 of 10 November 2013 EXHIBIT B SERVICES TO BE PROVIDED BY ENGINEER KLOTZ ASSOCIATES, INC. Northwest Boulevard Improvements From Fontana Drive to Austin Avenue – 0.48 miles CITY OF GEORGETOWN, TEXAS PROJECT STATEMENT The project involves Preliminary Engineering, preparation of Plans, Specifications & Estimates, and bidding and construction phase services for the extension of Northwest Boulevard from Fontana Drive over IH 35 east to Austin Avenue in Georgetown, Texas. PROJECT DESCRIPTION Existing Facility The existing facility is a two-lane curb and gutter collector roadway that extends east from Serenada Drive to the IH 35 Southbound Frontage Road. Proposed Facility The proposed facility will extend Northwest Blvd from Fontana Drive (formerly Washam Drive) over IH 35 east to Austin Avenue. The facility will be a four-lane urban roadway with bicycle and pedestrian facilities. The design schematic previously submitted by Klotz Associates to the City of Georgetown (City) for final approval will serve as the guide for the detailed design. I. PRELIMINARY ENGINEERING The scope of services for the Preliminary Engineering phase by the ENGINEER include environmental studies, schematic involvement, basic drainage studies, right of way determination and coordination with the City and other agencies as needed. The Preliminary Engineering phase detailed herein will complete the preliminary engineering started in the original contract (Task Order KAI-10-001) and its first amendment. The engineering services for the Preliminary Engineering phase include the following: ROUTE AND DESIGN STUDIES (Function Code 110) Preliminary Engineering Report The ENGINEER shall develop a Preliminary Engineering Report (PER) providing an overview of the project and the proposed design recommendations. The PER will incorporate previous reports and studies performed for the project area, including those from Steger & Bizzell, and will explore roadway, drainage, utility, right of way, water quality and environmental issues. The PER will provide recommended solutions to these issues with the use of the approved schematic as the basis for its recommendations. Northwest Blvd Exhibit B Georgetown, TX Page 2 of 10 November 2013 II. PLANS, SPECIFICATIONS & ESTIMATES ROUTE AND DESIGN STUDIES (Function Code 110) Geotechnical Report The ENGINEER will supplement the report completed during the schematic phase to incorporate 6 borings for the retaining walls. The borings will be 25 feet deep, as allowed by subsurface layers, and obtained within the project limits at preliminary wall locations identified in the schematic. The report will address cast-in-place walls on spread footings, soil/rock nail, and MSE walls, including bearing pressure and global stability for each type of wall. RIGHT OF WAY DATA (Function Code 130) A. Utility Layouts – The ENGINEER will prepare utility layouts showing all known existing utilities. The ENGINEER shall prepare drawings early in the design phase (30%) to be used as exhibits in utility agreements. The layouts shall be prepared using English units at 1” = 100’ scale. The ENGINEER will use information from the survey data, as well as record drawings provided by the City to develop the existing utility layouts. The ENGINEER shall show existing utilities, including those in conflict with construction on this project. The ENGINEER shall prepare plans to avoid or minimize utility adjustments where feasible. B. Right of Way Acquisition List - The ENGINEER shall compile, maintain and update a Right of Way Acquisition List. The ENGINEER shall provide the most current copy of the list to the City at each milestone submittal, and shall assist the City in meeting right of way acquisition needs. C. Utility Conflict List and Coordination - The ENGINEER will compile and maintain a Utility Conflict List and assist the City in the utility coordination effort, including attendance at utility coordination meetings, preparing exhibits, and preparing a Utility Tracking Report. ROADWAY DESIGN (Function Code 160) A. Finalize Horizontal and Vertical Alignments - The ENGINEER shall review the schematic and finalize the horizontal and vertical alignment for the project. Minor modifications in the alignment will be considered to provide optimal design. Modifications must be coordinated with the City. B. Typical Sections - Typical sections shall be prepared for all proposed and existing roadways. Typical sections shall include width of travel lanes, shoulders, outer separations, border widths, curb offsets, medians, and ROW. The typical section shall also include PGL, centerline, pavement design, side slopes, sod/seeding limits, sidewalks, station limits, and common proposed/existing structures including retaining walls, riprap, limits of embankment and excavation. Northwest Blvd Exhibit B Georgetown, TX Page 3 of 10 November 2013 C. Roadway Design - The ENGINEER shall provide the design of Northwest Boulevard as described in the project limits and as shown on the schematics. The ENGINEER shall provide roadway plan and profile drawings using CADD standards as required by the City. The drawings shall consist of a planimetric file of existing features and files of the proposed improvements. The roadway base map shall contain line work that depicts existing surface features obtained from the topographic file updated by the ENGINEER. Existing subsurface and surface utilities shall be shown. Existing and proposed right-of-way lines shall be shown. D. Roundabout Layout/Grading - The ENGINEER shall provide a layout detailing the radii, dimensions, elevations and geometrics of the roundabout at the intersection of Northwest Blvd, Rivery Blvd and Fontana Dr. The roundabout will have a design speed of 15 mph. E. Driveway Details – The ENGINEER will prepare Driveway Details for each driveway along the project corridor. The ENGINEER will develop Driveway Profiles to show tie-back slopes and limits of construction. F. Design Cross Sections/Cut and Fill Quantities - The ENGINEER shall develop an earthwork analysis to determine cut and fill quantities and provide final design cross sections at no greater than 50-foot intervals delivered on plan sheets. Annotation shall include, at a minimum, existing/proposed right of way, side slopes (front and back), PGL, etc. Cross sections and quantities shall consider existing pavement removals (if any). Cross sections shall be provided at each submittal. G. Plan Preparation - The ENGINEER shall prepare one set of roadway plans, profiles and typical sections for the proposed improvements. It is anticipated that the construction will be done in phases and should the plans need to be divided into multiple sets, additional plan preparation will be required as an additional service. H. Pavement Design - The ENGINEER shall incorporate the pavement design as recommended by the Preliminary Engineering Report and approved by the City. I. Pedestrian and Bicycle Facilities - The ENGINEER shall coordinate with the City to incorporate pedestrian and bicycle facilities as required. All pedestrian and bicycle facilities must be designed in accordance with the current Americans with Disabilities Act Accessibility Guidelines (ADAAG), the Texas Accessibility Standards (TAS), the AASHTO Guide for the Development of Bicycle Facilities, and the Texas Manual on Uniform Traffic Control Devices. DRAINAGE DESIGN (Function Code 161) A. Drainage Area Maps – The ENGINEER shall prepare drainage area maps that identify the offsite area that drains to each cross-drainage structure within the project limits. The drainage area maps shall include the acreage, calculated peak flows, and other pertinent hydrologic information. Northwest Blvd Exhibit B Georgetown, TX Page 4 of 10 November 2013 B. Provide Culvert and Hydraulic Tables – Hydrologic and hydraulic modeling using HY-8 will be performed in support of assessment of resulting flow conditions (frequency of overtopping, level of overtopping) for a culvert extension to be designed at one location south of the intersection of Austin Ave and Northwest Blvd. C. Parallel Ditch Grading and Hydraulic Tables – The ENGINEER will develop design flows and ditch cross-section configurations along the west side of Austin Ave between the existing cross culvert and Northwest Blvd. D. Drainage Plan & Profile Sheets – Drainage plan and profile sheets will include proposed drainage features such as trunk line, laterals, manholes, curb inlets, and proposed ditch profiles and pertinent existing ground profiles. Slopes, lengths, and flow lines at the bottom of RCP or ditch bottoms shall be provided. Horizontal locations will be based on stationing, offsets, or individual alignments. Structure ID numbers, naming conventions, and other pertinent information will also be provided. Existing utilities that intersect the storm sewer or proposed ditches shall be depicted in profile section, contingent upon receiving this data. Storm drain lateral profiles and details shall be shown on separate sheets. E. Culvert Layouts – Culvert design shall be performed in accordance with the current TxDOT’s Hydraulic Design Manual and the City of Georgetown Drainage Criteria Manual. The design shall be based upon drainage area information and runoff computations. Culvert Layout Sheets will be shown at a scale of 1”=20’ Horizontal; 1”=10’ Vertical. Plans will show the location of the culvert, roadway alignment, utilities, and channel improvements as required. Profile information for the culvert will include size, slope, proposed and existing ground lines above the culvert, and hydraulic data. One cross culvert layout is anticipated for this project. F. Storm Water Pollution Prevention Plans (SWPPP) and EPIC - A Stormwater Pollution Prevention Plan sheet and EPIC sheet will be developed for inclusion in the plans. G. Erosion and Sediment Control Specifications - The ENGINEER will develop comprehensive Erosion and Sediment Control Sheets meeting City of Georgetown formatting and control strategy configuration requirements for the entire project. H. Water Quality Pond Design and TCEQ Edwards Aquifer Protection Program (EAPP) Water Pollution Abatement Plan (WPAP) Application - The ENGINEER shall provide the necessary engineering and technical services to complete the water quality design and permitting determined during the schematic phase. The ENGINEER will submit a WPAP Application to the Texas Northwest Blvd Exhibit B Georgetown, TX Page 5 of 10 November 2013 Commission on Environmental Quality (TCEQ) for the Northwest Boulevard Extension. The ENGINEER will perform design services related to the design and plan production for water quality components of this project in accordance with the TCEQ Edwards Aquifer Protection Program Recharge Zone design guidelines. 1. Water Quality Design - The Northwest Boulevard project is located in the Recharge Zone and the ENGINEER will prepare water quality calculations in accordance with the TCEQ Edwards Aquifer Protection Program guidelines for this zone. The ENGINEER will design and provide details for two (2) water quality ponds located within the project limits. The pond layouts will be prepared at a scale of 1”=20’ Horizontal; 1”=10’ Vertical. One (1) sheet of details is assumed in addition to one (1) general details sheet at each location. 2. Application Preparation – The ENGINEER will prepare a Water Pollution Abatement Plan (WPAP) application for the entire project including the section within the Recharge Zone. The application shall include, but not be limited to: a. General Information Form (TCEQ-0587) 1. Attachment A - Road Map 2. Attachment B - USGS Quadrangle Map 3. Attachment C - Project Narrative b. Geologic Assessment Form (TCEQ-0585) - To be coordinated with the preparation of the environmental documents c. Water Pollution Abatement Plan Application (TCEQ-0584) 1. Attachment A - Factors Affecting Surface Water Quality 2. Attachment B - Volume and Character of Storm Water d. Temporary Storm Water Section (TCEQ-0602) 1. Attachment A - Spill Response Actions - To be coordinated with the SWPPP preparation 2. Attachment B - Potential Sources of Contamination 3. Attachment C - Sequence of Major Activities - To be coordinated with the SWPPP preparation 4. Attachment D - Temporary Best Management Practices and Measures - To be coordinated with the SWPPP preparation 5. Attachment E - Structural Practices 6. Attachment F - Drainage Area Map 7. Attachment G - Temporary Sediment Pond(s) Plans and Calculations - 8. Attachment H - Inspection and Maintenance for BMPs - To be coordinated with the SWPPP preparation 9. Attachment I - Schedule of Interim and Permanent Soil Stabilization Practices - To be coordinated with the SWPPP preparation Northwest Blvd Exhibit B Georgetown, TX Page 6 of 10 November 2013 e. Permanent Storm Water Section (TCEQ-0600) 1. Attachment A - BMPs for Up-gradient Storm Water 2. Attachment B - BMPs for On-site Storm Water 3. Attachment C - BMPs for Surface Streams 4. Attachment D - Construction Plans - To be provided by design team 5. Attachment E - Inspection, Maintenance, Repair and Retrofit Plan 6. Attachment F - Measures for Minimizing Surface Stream Contamination f. Storm Water Pollution Prevention Plan (SWPPP) Practices - To be coordinated with the SWPPP preparation g. Copy of Notice of Intent (NOI) Practices - To be coordinated with the SWPPP preparation h. Agent Authorization Form (TCEQ-0599) i. Application Fee Form (TCEQ-0574) j. Core Data Form (TCEQ-10400) 2. Processing - The ENGINEER will process the WPAP application through TCEQ including: a. Submittal meeting with TCEQ b. Address comments issued by TCEQ c. Resubmittal meeting with TCEQ SIGNING, MARKING AND SIGNALIZATION (Function Code 162) A. Signing - The ENGINEER shall prepare drawings, specifications, and details for all signs. Sign detail sheets shall be prepared showing dimensions, lettering, shields, borders and corner radii. The ENGINEER shall provide a summary of small signs. The proposed signs shall be illustrated and numbered on plan sheets. Sign foundation shall be selected from State Standards. 1. Signing – All signing will be shown on plan sheets in accordance with the current edition of the Texas Manual on Uniform Traffic Control Devices. 2. Inventory – The ENGINEER shall inventory existing roadway signs. 3. Summary of Small Signs Sheet – The ENGINEER shall complete the SOSS sheet. 4. Sign Details – The ENGINEER shall detail non-standard signs required for this project per TxDOT standards. B. Striping and Pavement Markings - The ENGINEER shall detail permanent and temporary pavement markings and channelization devices on plan sheets. Pavement markings shall be selected in accordance with the current edition of the Texas Manual on Uniform Traffic Control Devices. Northwest Blvd Exhibit B Georgetown, TX Page 7 of 10 November 2013 MISCELLANEOUS (Function Code 163) A. Title Sheet and Index of Sheets - The ENGINEER will prepare a Title Sheet and Index of Sheets. B. Traffic Control Plan, Detours, and Sequence of Construction - The ENGINEER shall prepare Traffic Control Plans (TCP) for the project. A detailed TCP shall be developed in accordance with the current edition of the Texas Manual on Uniform Traffic Control Devices. The ENGINEER shall implement the current TxDOT Austin District Barricade and Construction (BC) standards. 1. The ENGINEER shall provide a written narrative of the construction sequencing and work activities per phase and determine the existing and proposed traffic control devices (e.g., regulatory signs, warning signs, guide signs, route markers, construction pavement markings, barricades, flag personnel, and temporary traffic signals) to be used to handle traffic during each construction sequence. The ENGINEER shall show proposed traffic control devices at grade intersections during each construction phase (e.g., stop signs, flag person, and signals). The ENGINEER shall show temporary roadways, ramps, structures, and detours required to maintain lane continuity throughout the construction phasing. Where detours are required, the ENGINEER shall develop typical cross-sections, calculate quantities, and show horizontal and vertical alignment information. 2. The TCP shall provide for continuous, safe access to all properties during all phases of construction. 3. Temporary drainage shall be considered to replace existing drainage disturbed by construction activities. 4. The ENGINEER shall show all wetlands and ordinary high water marks shall be shown on the traffic control plan sheets. 5. The TCP shall provide for existing bike and pedestrian access during all phases of construction. 6. The TCP shall provide for continuous and all weather access to adjacent property owners during construction. Retaining Wall Layouts – The ENGINEER will determine the need for and length of the retaining walls as shown on the schematic. The ENGINEER shall submit proposed locations to the City for approval. The ENGINEER will provide retaining wall layouts at a 1” = 40’ Horizontal; 1” = 20’ Vertical scale as well as provide details. Aesthetic enhancement details will be provided by the City. Seven (7) retaining wall layouts are anticipated. The layouts will include the following: Plan View (1” = 40’) · Beginning and ending wall points by station, offset, and roadway alignment · Additional points as necessary to describe relationship of wall alignment to roadway alignment(s) Northwest Blvd Exhibit B Georgetown, TX Page 8 of 10 November 2013 · Indicate which side is the “Face of Wall” · Horizontal curve information, if applicable for wall alignment · Location of soil borings · Drainage, signing, etc. that is mounted on, or passing through wall · Subsurface drainage structures or utilities that could be impacted by wall construction Elevation View (1” = 20’) · Existing ground line along wall alignment · Finished grade line at face of wall · Top of retaining wall grade line · Soil boring information shown at the correct elevation and scale · Drainage, signing, lighting, etc. as noted above · Drainage structures and utilities as noted above · Groundwater levels for walls in cut sections C. Roundabout Illumination – The ENGINEER shall prepare plans for the illumination of the round-a-bout including details regarding: pole locations, electrical service, conduit and electrical schedule. D. Water Line – The ENGINEER shall design the realignment of approximately 400 LF of 8-inch water line currently located along the north side of existing Northwest Blvd. E. Wastewater Line – The ENGINEER shall design the realignment of approximately 550 LF of 12-inch wastewater line currently located along the south side of existing Northwest Blvd. F. Estimate - The ENGINEER shall prepare a project estimate of the probable cost using TxDOT Bid Items. The estimate shall be prepared for the project at 30%, 60%, 90% and final using the MS Excel program. G. Specifications - The ENGINEER shall develop the list of standard specifications with the appropriate reference items from the estimate. The ENGINEER shall also identify the need for any special specifications and special provisions. The ENGINEER shall prepare General Notes from the City of Georgetown and the TxDOT Austin District master list of general notes. H. TDLR/ADA Compliance - The ENGINEER shall coordinate project registration, plan review and inspection for TDLR review. I. Construction Time Determination - The ENGINEER shall prepare a construction contract time determination in accordance with the State’s Administrative Circular No. 17-93. The schedule shall indicate tasks, subtasks, critical dates, and milestones and depict the interdependence of the various items. Northwest Blvd Exhibit B Georgetown, TX Page 9 of 10 November 2013 PROJECT MANAGEMENT (Function Code 164) The ENGINEER shall conduct regular coordination meetings with the City and TxDOT to complete the project. The ENGINEER shall coordinate and conduct meetings with all sub consultants. The ENGINEER shall prepare monthly invoices, progress reports, and updated schedules. The ENGINEER shall implement a QA/QC program throughout the project and will provide documentation of QC reviews upon request. BRIDGE DESIGN (Function Code 170) All bridge structures shall be designed for HL 93 Loading. A. Bridge Layout - The ENGINEER shall prepare bridge layout plans and elevations for the proposed Northwest Blvd Bridge over IH 35 in accordance with the latest edition of the State’s LRFD Bridge Design Manual, Bridge Project Development Manual and Bridge Detailing Manual. The ENGINEER will submit the bridge layouts for TxDOT approval. The ENGINEER shall develop bridge and foundation layouts from the schematic and submit a 100% complete preliminary layout to TxDOT for approval. B. Geometric Data – The ENGINEER will provide a complete geometric analysis for the bridge structure (electronic and hard copy deliverables), including any updates to accommodate geometric changes. C. Staged Construction – The ENGINEER shall review proposed structures and evaluate the need for phased construction for all proposed structures in the project limits and advise the City and TxDOT. D. Bridge Design Calculations and Details – Once the bridge layouts have been approved by TxDOT, the ENGINEER shall prepare final design calculations and final detail drawings for the Northwest Boulevard Bridge, in accordance with standard requirements for the State. All bridge design shall be in conformance with the latest edition of the State’s Bridge Design Manual, Bridge Project Development Manual, Bridge Detailing Manual, and AASHTO Standard Specifications for Highway Bridges. The ENGINEER’s designer and checker shall check all calculations and initial each page. The ENGINEER shall submit for review all structural design calculations and quantity calculations at the 90% Submittal. III. BIDDING PHASE SERVICES A. Final Bid Package and Project Manual – The ENGINEER will prepare a project manual including construction documents and a specification list. The ENGINEER will also prepare an estimate for bidding. B. Attend Pre-bid Meeting and Furnish Documents – The ENGINEER will be present at the pre-bid meeting and furnish construction documents to prospective bidders. C. Respond to Bidder Questions - All questions submitted to the ENGINEER will be answered during the bid period. Northwest Blvd Exhibit B Georgetown, TX Page 10 of 10 November 2013 D. Prepare and Distribute Agenda – The ENGINEER will produce an agenda and distribute it to all bidders. E. Prepare Bid Tab and Letter of Recommendation – The ENGINEER will analyze contractor bids, prepare bid tabulation, check references, and make recommendation for award to the apparent low bidder. F. Furnish Documents to Contractor – The ENGINEER will furnish construction documents to the contractor upon award. IV. CONSTRUCTION PHASE SERVICES A. Pre-Construction Conference – The ENGINEER will attend a pre- construction meeting. B. Review Construction Submittals – The ENGINEER will review shop drawings. C. Construction Site Visits – The ENGINEER will perform weekly and as needed construction field visits and observations for an estimated construction duration of nine (9) months. (Estimated 45 visits) D. Address Requests for Information (RFIs) – The ENGINEER will respond to up tp twenty (20) RFIs during construction. RFIs shall be submitted to the ENGINEER in written format. E. Final Walk-through and Punch List – The ENGINEER will accompany the City of Georgetown and TxDOT on a final walk-through after substantial completion of the project is finished and develop a punch list of items to be completed. The scope of these construction phase services does not include a Resident Project Representative (RPR) or materials testing. DELIVERABLES 1. Preliminary Engineering Report 2. A 30%, 60%, 90% and final roadway PS&E design 3. Plans shall be developed on 11”x17” paper. Five (5) copies per submittal are anticipated. 4. A CD/DVD will all electronic files will be submitted with the final submittal 5. Engineer’s Estimated Probable Cost of Construction shall be furnished at the 30%, 60%, 90% and final submittals. Estimated construction schedule shall be developed for 90% and final submittals. EXHIBIT C FEE SCHEDULE - Design Services for PS&E, Bidding & Construction Phase Services - LUMP SUM PROJECT NAME: NORTHWEST BLVD FROM FONTANA DR TO AUSTIN AVE PRIME PROVIDER NAME: Klotz Associates, Inc.Date: 11/12/2013 PRELIMINARY ENGINEERING TASK DESCRIPTION SENIOR SENIOR PROJECT GRADUATE CADD CLERICAL TOTAL NO OF LABOR HRS PRINCIPAL PROJECT PROJECT ENGINEER ENGINEER TECH LABOR HRS. DWGS PER SHEET MANAGER ENGINEER & COSTS PRELIMINARY ENGINEERING PRELIMINARY ENGINEERING REPORT 1 8 6 32 40 24 4 115 N/A N/A COORDINATION WITH SUB-CONSULTANTS 5 1 1 1 8 N/A N/A QA/QC 5 5 10 N/A N/A MEETINGS WITH CITY AND TXDOT STAFF (2 meetings)6 6 1 13 N/A N/A HOURS SUB-TOTALS 1 24 12 39 40 24 6 146 0 LABOR RATE PER HOUR $235.00 $230.00 $175.00 $150.00 $110.00 $90.00 $65.00 SUBTOTAL PRELIMINARY ENGINEERING $235.00 $5,520.00 $2,100.00 $5,850.00 $4,400.00 $2,160.00 $390.00 $20,655.00 PLANS, SPECIFICATIONS AND ESTIMATES TASK DESCRIPTION SENIOR SENIOR PROJECT GRADUATE CADD CLERICAL TOTAL NO OF LABOR HRS PRINCIPAL PROJECT PROJECT ENGINEER ENGINEER TECH LABOR HRS. DWGS PER SHEET MANAGER ENGINEER & COSTS ROUTE AND DESIGN STUDIES (FC 110) REVIEW GEOTECHNICAL REPORT 1 1 1 3 N/A N/A HOURS SUB-TOTALS 0 1 0 1 0 1 0 3 0 LABOR RATE PER HOUR $235.00 $230.00 $175.00 $150.00 $110.00 $90.00 $65.00 3 SUBTOTAL (FC 110)$0.00 $230.00 $0.00 $150.00 $0.00 $90.00 $0.00 $470.00 TASK DESCRIPTION SENIOR SENIOR PROJECT GRADUATE CADD CLERICAL TOTAL NO OF LABOR HRS PRINCIPAL PROJECT PROJECT ENGINEER ENGINEER TECH LABOR HRS. DWGS PER SHEET MANAGER ENGINEER & COSTS RIGHT OF WAY DATA (FC 130) UTILITY LAYOUTS 1 4 12 12 29 4 7 RIGHT OF WAY ACQUISITION LIST 1 4 4 2 11 N/A N/A UTILITY CONFLICT LIST AND COORDINATION 1 4 4 2 11 N/A N/A HOURS SUB-TOTALS 0 3 0 12 20 12 4 51 4 LABOR RATE PER HOUR $235.00 $230.00 $175.00 $150.00 $110.00 $90.00 $65.00 51 SUBTOTAL (FC 130)$0.00 $690.00 $0.00 $1,800.00 $2,200.00 $1,080.00 $260.00 $6,030.00 PAGE 1 OF 6 NW Blvd PS&E fee.xlsx EXHIBIT C FEE SCHEDULE - Design Services for PS&E, Bidding & Construction Phase Services - LUMP SUM PROJECT NAME: NORTHWEST BLVD FROM FONTANA DR TO AUSTIN AVE PRIME PROVIDER NAME: Klotz Associates, Inc.Date: 11/12/2013 TASK DESCRIPTION SENIOR SENIOR PROJECT GRADUATE CADD CLERICAL TOTAL NO OF LABOR HRS PRINCIPAL PROJECT PROJECT ENGINEER ENGINEER TECH LABOR HRS. DWGS PER SHEET MANAGER ENGINEER & COSTS ROADWAY DESIGN CONTROLS (FC160) TYPICAL SECTIONS 1 1 6 16 12 36 3 12 ROADWAY PLAN AND PROFILE LAYOUTS 2 4 24 32 32 94 3 31 ROUNDABOUT LAYOUT 2 8 24 24 32 90 3 30 DRIVEWAY PLAN AND PROFILE LAYOUTS (8)1 8 12 32 40 93 8 12 DESIGN CROSS SECTIONS 1 3 40 20 30 94 25 4 SIDEWALK/BICYCLE DESIGN (ADA/TAS COMPLIANCE)1 2 4 8 8 23 N/A N/A HOURS SUB-TOTALS 0 8 26 110 132 154 0 430 39 11 LABOR RATE PER HOUR $235.00 $230.00 $175.00 $150.00 $110.00 $90.00 $65.00 394 SUBTOTAL (FC 160)$0.00 $1,840.00 $4,550.00 $16,500.00 $14,520.00 $13,860.00 $0.00 $51,270.00 TASK DESCRIPTION SENIOR SENIOR PROJECT GRADUATE CADD CLERICAL TOTAL NO OF LABOR HRS PRINCIPAL PROJECT PROJECT ENGINEER ENGINEER TECH LABOR HRS. DWGS PER SHEET MANAGER ENGINEER & COSTS DRAINAGE (FC161) EXTERNAL DRAINAGE AREA MAPS 1 1 4 8 8 22 1 22 INTERNAL DRAINAGE AREA MAPS 1 1 2 10 6 20 2 10 CULVERT LAYOUT 1 1 4 8 12 26 1 26 CULVERT HYDRAULIC DATA 1 1 2 4 8 1 8 DITCH GRADING AND HYDRAULICS TABLE 1 1 2 4 2 10 1 10 DRAINAGE PLAN AND PROFILE LAYOUTS 2 2 8 24 40 76 3 25 STORM SEWER LATERALS 1 1 3 8 8 21 1 21 SWPPP NARRATIVE 1 1 4 4 2 12 1 12 TEMPORARY EROSION CONTROL LAYOUTS 1 6 16 16 39 3 13 PERMANENT EROSION CONTROL LAYOUTS 1 6 16 16 39 3 13 WATER QUALITY BMP (2)3 6 16 32 40 97 4 24 EPIC SHEET 1 2 4 1 8 1 8 WPAP APPLICATION 3 8 24 72 144 32 283 N/A N/A HOURS SUB-TOTALS 3 23 39 131 282 183 0 661 22 30 LABOR RATE PER HOUR $235.00 $230.00 $175.00 $150.00 $110.00 $90.00 $65.00 661 SUBTOTAL (FC 161)$705.00 $5,290.00 $6,825.00 $19,650.00 $31,020.00 $16,470.00 $0.00 $79,960.00 PAGE 2 OF 6 NW Blvd PS&E fee.xlsx EXHIBIT C FEE SCHEDULE - Design Services for PS&E, Bidding & Construction Phase Services - LUMP SUM PROJECT NAME: NORTHWEST BLVD FROM FONTANA DR TO AUSTIN AVE PRIME PROVIDER NAME: Klotz Associates, Inc.Date: 11/12/2013 TASK DESCRIPTION SENIOR SENIOR PROJECT GRADUATE CADD CLERICAL TOTAL NO OF LABOR HRS PRINCIPAL PROJECT PROJECT ENGINEER ENGINEER TECH LABOR HRS. DWGS PER SHEET MANAGER ENGINEER & COSTS SIGNING, PVMT. MARKING, & SIGNAL (FC162) SIGNING AND STRIPING LAYOUTS 1 1 8 16 16 42 3 14 SMALL SIGN SUMMARY SHEET 2 8 2 12 2 6 SIGN DETAIL SHEET 2 8 8 18 1 18 HOURS SUB-TOTALS 0 1 1 12 32 26 0 72 6 12.0 LABOR RATE PER HOUR $235.00 $230.00 $175.00 $150.00 $110.00 $90.00 $65.00 72 SUBTOTAL (FC 162)$0.00 $230.00 $175.00 $1,800.00 $3,520.00 $2,340.00 $0.00 $8,065.00 TASK DESCRIPTION SENIOR SENIOR PROJECT GRADUATE CADD CLERICAL TOTAL NO OF LABOR HRS PRINCIPAL PROJECT PROJECT ENGINEER ENGINEER TECH LABOR HRS. DWGS PER SHEET MANAGER ENGINEER & COSTS MISCELLANEOUS (ROADWAY) (FC 163) TITLE SHEET/INDEX SHEET 1 1 4 6 2 3 PROJECT LAYOUT 2 2 4 8 1 8 COMPUTE & TABULATE QUANTITIES 1 2 4 24 2 33 4 8 TCP, DETOURS AND SEQUENCE OF CONSTRUCTION 2 4 30 40 60 136 12 11 RETAINING WALL LAYOUTS (7 LOCATIONS)3 20 50 65 65 203 10 20 ROUND-A-BOUT ILLUMINATION LAYOUT 2 8 16 16 42 1 42 8" WATER LINE LAYOUT 2 4 16 24 30 76 4 19 12" WASTEWATER LINE LAYOUT 2 4 16 24 30 76 4 19 TDLR/ADA/TAS COMPLIANCE, COORDINATION WITH RAS 1 2 4 7 N/A N/A ESTIMATE OF PROBABLE CONSTRUCTION COST 1 1 1 4 8 1 16 N/A N/A GENERAL NOTES AND SPECIFICATIONS 2 4 8 4 2 2 22 4 6 PREPARE CONSTRUCTION SCHEDULE 1 1 8 6 2 18 N/A N/A HOURS SUB-TOTALS 1 16 42 149 217 213 5 643 42 15.3 LABOR RATE PER HOUR $235.00 $230.00 $175.00 $150.00 $110.00 $90.00 $65.00 643 SUBTOTAL (FC 163)$235.00 $3,680.00 $7,350.00 $22,350.00 $23,870.00 $19,170.00 $325.00 $76,980.00 PAGE 3 OF 6 NW Blvd PS&E fee.xlsx EXHIBIT C FEE SCHEDULE - Design Services for PS&E, Bidding & Construction Phase Services - LUMP SUM PROJECT NAME: NORTHWEST BLVD FROM FONTANA DR TO AUSTIN AVE PRIME PROVIDER NAME: Klotz Associates, Inc.Date: 11/12/2013 TASK DESCRIPTION SENIOR SENIOR PROJECT GRADUATE CADD CLERICAL TOTAL NO OF LABOR HRS PRINCIPAL PROJECT PROJECT ENGINEER ENGINEER TECH LABOR HRS. DWGS PER SHEET MANAGER ENGINEER & COSTS PROJECT MANAGEMENT (FC 164) COORDINATION MEETINGS WITH CITY/TXDOT (10 MEETINGS)22 22 2 46 N/A N/A COORDINATION WITH SUB CONSULTANTS 18 3 12 2 35 N/A N/A MAINTAIN PROJECT DESIGN SCHEDULE 12 9 21 N/A N/A PREPARE MONTHLY PROGRESS REPORTS 6 12 3 21 N/A N/A QC/QA DELIVERABLES 3 18 36 2 59 N/A N/A HOURS SUB-TOTALS 3 76 39 55 0 0 9 182 LABOR RATE PER HOUR $235.00 $230.00 $175.00 $150.00 $110.00 $90.00 $65.00 182 SUBTOTAL (FC 164)$705.00 $17,480.00 $6,825.00 $8,250.00 $0.00 $0.00 $585.00 $33,845.00 TASK DESCRIPTION SENIOR SENIOR PROJECT GRADUATE CADD CLERICAL TOTAL NO OF LABOR HRS PRINCIPAL PROJECT PROJECT ENGINEER ENGINEER TECH LABOR HRS. DWGS PER SHEET MANAGER ENGINEER & COSTS BRIDGE DESIGN (FC 170) BRIDGE LAYOUTS 2 16 32 24 48 122 2 61 TYPICAL SECTION 1 4 8 8 12 33 1 33 BEARING SEAT ELEV. / QUANTITY SUMMARY 2 8 16 16 8 50 1 50 FOUNDATION LAYOUT 1 8 8 16 24 57 1 57 FOUNDATION DETAILS 1 8 8 8 8 33 1 33 ABUTMENT DETAILS 1 16 16 32 40 105 4 26 BENT DETAILS 1 16 16 32 40 105 3 35 FRAMING PLAN 1 8 16 16 40 81 2 41 GIRDER DESIGNS 1 24 40 16 16 97 4 24 SLAB PLAN 1 8 16 24 40 89 2 45 SLAB SECTIONS 1 8 16 8 16 49 1 49 SLAB DETAILS 1 8 8 8 16 41 1 41 MISC DETAILS (LIGHTING, UTILITIES, AESTETHICS, ETC)1 8 12 24 40 85 2 43 HOURS SUB-TOTALS 0 6 64 108 96 168 0 442 12 36.8 LABOR RATE PER HOUR $235.00 $230.00 $175.00 $150.00 $110.00 $90.00 $65.00 442 SUBTOTAL (FC 164)$0.00 $1,380.00 $11,200.00 $16,200.00 $10,560.00 $15,120.00 $0.00 $54,460.00 PAGE 4 OF 6 NW Blvd PS&E fee.xlsx EXHIBIT C FEE SCHEDULE - Design Services for PS&E, Bidding & Construction Phase Services - LUMP SUM PROJECT NAME: NORTHWEST BLVD FROM FONTANA DR TO AUSTIN AVE PRIME PROVIDER NAME: Klotz Associates, Inc.Date: 11/12/2013 TASK DESCRIPTION SENIOR SENIOR PROJECT GRADUATE CADD CLERICAL TOTAL NO OF LABOR HRS PRINCIPAL PROJECT PROJECT ENGINEER ENGINEER TECH LABOR HRS. DWGS PER SHEET MANAGER ENGINEER & COSTS BIDDING PHASE SERVICES FINAL BID PACKAGE AND PROJECT MANUAL 6 8 24 40 2 80 N/A N/A ATTEND PRE-BID MEETING AND FURNISH DOCUMENTS 2 4 4 2 12 N/A N/A RESPOND TO BIDDER QUESTIONS 1 4 8 13 N/A N/A PREPARE AND DISTRIBUTE ADDENDA 1 2 8 8 8 2 29 N/A N/A PREPARE BID TAB AND LETTER OF RECOMMENDATION 1 2 6 4 13 N/A N/A FURNISH DOCUMENTS TO CONTRACTOR 4 4 2 1 11 N/A N/A HOURS SUB-TOTALS 0 11 14 50 62 10 11 158 LABOR RATE PER HOUR $235.00 $230.00 $175.00 $150.00 $110.00 $90.00 $65.00 158 SUBTOTAL $0.00 $2,530.00 $2,450.00 $7,500.00 $6,820.00 $900.00 $715.00 $20,915.00 TASK DESCRIPTION SENIOR SENIOR PROJECT GRADUATE CADD CLERICAL TOTAL NO OF LABOR HRS PRINCIPAL PROJECT PROJECT ENGINEER ENGINEER TECH LABOR HRS. DWGS PER SHEET MANAGER ENGINEER & COSTS CONSTRUCTION PHASE SERVICES PRE-CONSTRUCTION CONFERENCE 4 4 8 N/A N/A REVIEW CONSTRUCTION SUBMITTALS 4 2 12 16 34 N/A N/A CONSTRUCTION SITE VISITS (45)8 135 143 N/A N/A ADDRESS REQUESTS FOR INFORMATION (20 RFIs)8 2 20 20 16 4 70 N/A N/A FINAL WALK THROUGH AND PUNCH LIST 4 4 8 N/A N/A HOURS SUB-TOTALS 0 28 4 175 36 16 4 263 LABOR RATE PER HOUR $235.00 $230.00 $175.00 $150.00 $110.00 $90.00 $65.00 263 SUBTOTAL $0.00 $6,440.00 $700.00 $26,250.00 $3,960.00 $1,440.00 $260.00 $39,050.00 PAGE 5 OF 6 NW Blvd PS&E fee.xlsx EXHIBIT C FEE SCHEDULE - Design Services for PS&E, Bidding & Construction Phase Services - LUMP SUM PROJECT NAME: NORTHWEST BLVD FROM FONTANA DR TO AUSTIN AVE PRIME PROVIDER NAME: Klotz Associates, Inc.Date: 11/12/2013 DESCRIPTION SENIOR SENIOR PROJECT GRADUATE CADD CLERICAL TOTAL COSTS BY FC NO OF PRINCIPAL PROJECT PROJECT ENGINEER ENGINEER TECH MANAGER ENGINEER DWGS PRELIMINARY ENGINEERING 1 24 12 39 40 24 6 $20,655.00 0 PLANS, SPECIFICATIONS AND ESTIMATE ROUTE AND DESIGN STUDIES (FC 110)0 1 0 1 0 1 0 $470.00 N/A RIGHT OF WAY DATA (FC 130)0 3 0 12 20 12 4 $6,030.00 4 ROADWAY DESIGN CONTROLS (FC 160)0 8 26 110 132 154 0 $51,270.00 39 DRAINAGE (FC 161)3 23 39 131 282 183 0 $79,960.00 22 SIGNING, PVMT. MARK., & SIGNALS (FC 162) 0 1 1 12 32 26 0 $8,065.00 6 MISCELLANEOUS (ROADWAY) (FC 163)1 16 42 149 217 213 5 $76,980.00 42 PROJECT MANAGEMENT (FC 164)3 76 39 55 0 0 9 $33,845.00 12 BRIDGE DESIGN (FC 170)0 6 64 108 96 168 0 $54,460.00 12 BIDDING PHASE SERVICES 0 11 14 50 62 10 11 $20,915.00 N/A CONSTRUCTION PHASE SERVICES 0 28 4 175 36 16 4 $39,050.00 N/A SUBTOTAL LABOR EXPENSES 8 158 223 617 819 781 24 $391,700.00 137 DIRECT EXPENSES MILEAGE @ $0.55 per mile 2,200 $1,210.00 PRINTS (11" x17", @ $1.00 per plot)375 $375.00 PHOTO COPIES (8 1/2" x 11"; @ $0.10 per copy) 480 $48.00 PHOTO COPIES (11" x 17"; @ $0.15 per copy)2,600 $390.00 DELIVERIES (@ $25.00 per delivery)2 $50.00 SUBMITTAL REPRODUCTION ($750)4 $3,000.00 WPAP ($6500 Fee for TCEQ)6,500 $6,500.00 TDLR/ADA/TAS INSPECTION FEE 3,500 $3,500.00 SUBTOTAL DIRECT EXPENSES $15,073.00 KLOTZ ASSOCIATES TOTAL $406,773.00 SUBCONTRACTS: APPRAISER (Atrium Real Estate Services)$63,600.00 GEOTECHNICAL ENGINEER (FC 110) (MLA LABS)$9,215.00 TOTAL - SUBCONTRACTS:$72,815.00 GRAND TOTAL $479,588.00 PAGE 6 OF 6 NW Blvd PS&E fee.xlsx Northwest Boulevard Improvements From Fontana Drive to Austin Avenue Preparation of Construction Documents Design Schedule Item Start Date Finish Date Total Days Notice to Proceed 12/11/2013 12/11/2013 0 30% Design 12/11/2013 2/14/2014 65 30% Due Date 2/14/2014 2/14/2014 0 30% City Review 2/14/2014 2/28/2014 14 60% Design 2/28/2014 6/3/2014 95 60% Due Date 6/3/2014 6/3/2014 0 60% City Review 6/3/2014 6/17/2014 14 90% Design 6/17/2014 8/19/2014 63 90% Due Date 8/19/2014 8/19/2014 0 90% City Review 8/19/2014 9/2/2014 14 Final Design 9/2/2014 10/14/2014 42 Final Due Date 10/14/2014 10/14/2014 0 Final City Review 10/14/2014 10/28/2014 140 ROW Mapping 2/28/2014 8/19/2014 172 Appraisals 4/16/2014 8/13/2014 119 ROW Acquistion 8/20/2014 12/18/2014 120 Environmental Document 12/11/2013 10/14/2014 Complete Bid Package 10/28/2014 11/11/2014 14 Advertise for Bids 11/11/2014 12/12/2014 31 Bids Due 12/12/2014 12/12/2014 0 Evaluate and Award Bid 12/12/2014 12/26/2014 14 Total 380 Days 1-Dec 15-Dec15-Feb 15-Aug1-Mar 15-Mar 1-Apr 15-Apr 1-May 15-May 1-Nov 15-Nov1-Dec 15-Dec 1-Jan 15-Jan 1-Feb Northwest Boulevard PS&E Schedule May June July AugustDecember January February March April 2013 2014 DecemberNovemberSeptember October 1-Sep 15-Sep 1-Oct 15-Oct1-Jun 15-Jun 1-Jul 15-Jul 1-Aug 11/12/2013 City of Georgetown, Texas SUBJECT: Consideration and possible action to approve Task Order No. KAI-14-002 with Klotz Associates, of Austin, Texas, for professional engineering services related to the final schematic design for the IH 35 Northbound Frontage Road from Williams Drive to Lakeway Drive with final construction plans, specifications and estimate for the portion from Williams Drive to north of Northwest Boulevard in the amount of $382,822. – Bill Dryden, P.E., Transportation Engineer and Edward G. Polasek, AICP Transportation Services Director. ITEM SUMMARY: In January 2010 Council approved Task Order KAI-10-001 with Klotz Associates for professional engineering services to produce the schematic, preliminary construction plans, environmental documents and ROW acquisition documents for a bridge connecting Northwest Boulevard, near Fontana Drive, with Austin Avenue. That Task Order was amended in February 2012 to include completing a schematic for the IH 35 corridor to adequately locate proposed access ramps with IH 35, at the request of TxDOT. The project is ready to begin final schematic design of the IH 35 Northbound Frontage Road from Williams Drive to Lakeway Drive and final construction plans, specifications and estimate for the portion from Williams Drive to north of Northwest Boulevard. The project has been separated from the Northwest Boulevard Bridge Project as the City will be requesting construction to be administered by the Texas Department of Transportation. Klotz has proposed to complete this work to TxDOT criteria and standards and to have on the shelf, construction-ready PS&E for the project at such time funding is available for the project. Attached is the Proposed Task Order KAI-14-002 with Klotz Associates for professional engineering services related to the final schematic design for the IH 35 Northbound Frontage Road from Williams Drive to Lakeway Drive with final construction plans, specifications and estimate for the portion from Williams Drive to north of Northwest Boulevard in the amount of $382,822. STAFF RECOMMENDATION: Staff recommends approval of Proposed Task Order KAI-14-002 with Klotz Associates for professional engineering services related to the final schematic design for the IH 35 Northbound Frontage Road from Williams Drive to Lakeway Drive with final construction plans, specifications and estimate for the portion from Williams Drive to north of Northwest Boulevard in the amount of $382,822. FINANCIAL IMPACT: Attached is the project GTEC Budgetary Worksheet. SUBMITTED BY: Bill Dryden ATTACHMENTS: Description Type GTEC Budgetary Worksheet Backup Material TO KAI-14-002 Backup Material PROJECT No. PROJECT NAME: 5QY DATE: 11/13/2013 Division/Department:Director Approval Prepared By:Finance Approval TOTAL ANNUAL BUDGET 319,000.00 (Current year only) Actual Cost Agenda Total Spent Encumbrance Item & Encumbered % Annual (A) before agenda item (B)(A + B) Budget Consulting (KAI-14-002)382,822.00 382,822.00 120% Right of Way 0.00 0% Construction 0.00 0% Other Costs 0.00 0% Total Current Year Costs 0.00 382,822.00 382,822.00 Approved GENERAL LEDGER ACCOUNT NUMBER CY Budget 400-9-0980-90-049 319,000.00 Total Budget 319,000.00 TOTAL PROJECT BUDGET 319,000.00 (includes all previous yrs) Prior Years Current Year Total Project % Total Spent/Encumbered Costs Costs Budget Consulting 0.00 382,822.00 382,822.00 120% Right of Way 0.00 0.00 0.00 0% Construction 0.00 0.00 0.00 0% Other Costs 0.00 0.00 0.00 0% Total Project Costs 0.00 382,822.00 382,822.00 Bill Dryden, Transportation Engineer Transportation Services GTEC - Budgetary and Financial Analysis Worksheet Comments: IH 35 NB Frontage Road Paving Improvements NB Front Rd (2338 to Lak Engineering TASK ORDER Georgetown – Revised 3.11 EJCDC E-505 Standard Form of Agreement Between Owner and Engineer Professional Services—Task Order Edition Copyright ©2004 National Society of Professional Engineers for EJCDC. All rights reserved. Attachment 1 – Task Order Form Page 1 of 4 Task Order In accordance with paragraph 1.01 of the Master Services Agreement between Owner and Klotz Associates, Inc. (“Engineer”) for Professional Services – Task Order Edition, dated October 21, 2011 ("Agreement"), Owner and Engineer agree as follows: 1. Specific Project Data A. Title: IH 35 Northbound Frontage Road (Williams Drive to Lakeway Drive) B. Description: Design of the extension of the IH 35 Northbound Frontage Road from Williams Drive to Lakeway Drive including new exit ramp and relocated entrance ramp to IH 35. Design work will include subgrade preparation, base, asphalt, curb, driveway reconstruction, retaining walls, culvert extension, pedestrian and bicycle facilities, signing and pavement markings, signal modification, drainage ditch reconfiguration and ramp illumination. C. City of Georgetown Project Number: 5QY D. City of Georgetown General Ledger Account No.: 400-9-0980-90-049 E. City of Georgetown Purchase Order No.: 3400578 F. Master Services Agreement, Contract Number: 2011-717-MSA 2. Services of Engineer See the attached Scope of Services for a detailed description of services to be provided to Owner by Engineer. 3. Owner's Responsibilities Owner shall have those responsibilities set forth in the Agreement subject to the following: • Provide timely review comments to plan reviews and project scope changes. • Estimated third-party fees for this project are listed below, and are included in the compensation amount detailed in Section 5. The City shall be responsible for any permitting and third-party review fees not listed below. o TCEQ Water Pollution Abatement Plan (Non-Residential, < 5 ac) = $3,000.00. 4. Times for Rendering Services Engineer shall perform the work stated above according to the schedule below. All times are from the date Notice to Proceed from Owner, or the previous phase, as appropriate. Task Order No. KAI-14-002, consisting of 22 pages. TASK ORDER Georgetown – Revised 3.11 EJCDC E-505 Standard Form of Agreement Between Owner and Engineer Professional Services—Task Order Edition Copyright ©2004 National Society of Professional Engineers for EJCDC. All rights reserved. Attachment 1 – Task Order Form Page 2 of 4 Phase Completion Date Design Phase Six (6) Months Bidding Phase Three (3) Months Construction Phase Six (6) Months 5. Payments to Engineer A. Owner shall pay Engineer for services rendered as shown below. Fees listed for each category are approximations, and only the sum of all fees shall be the "Not to Exceed Amount". Category of Services Compensation Method Not to Exceed Amount of Compensation for Services Roadway-Related Services Standard Hourly Rates (See Attached Fee Schedule) $382,822.00 ALL PHASES $382,822.00 B. The terms of payment are set forth in Article 4 of the Agreement unless modified in this Task Order. 6. Consultants: Prime consultant is Klotz Associates, Inc. Subconsultants include: · Cox|McClain · MLA Labs · Inland Geodetics 7. Other Modifications to Agreement: None. 8. Attachments: A. Project Location Map B. Scope of Services C. Estimated Fee Schedule D. Project Schedule 9. Documents Incorporated By Reference: The Agreement dated October 21, 2011. TASK ORDER Georgetown – Revised 3.11 EJCDC E-505 Standard Form of Agreement Between Owner and Engineer Professional Services—Task Order Edition Copyright ©2004 National Society of Professional Engineers for EJCDC. All rights reserved. Attachment 1 – Task Order Form Page 4 of 4 Owner: Engineer: Designated Representative For Task Order: Designated Representative For Task Order: Name: Bill Dryden Name: Zach Ryan, P.E. Title: Transportation Engineer Title: Project Manager Address: P.O. Box 409 Address: 901 S. MoPac Expressway Georgetown, TX 78627 Building V, Suite 220 Austin, TX 78746 E-Mail: Bill.Dryden@georgetown.org E-Mail: zach.ryan@klotz.com Phone: (512) 930-8096 Phone: (512) 328-5771 Fax: (512) 930-3559 Fax: (512) 328-5774 §¨¦35 971 N orth w est Blvd Willia m s Dr C olleg e Austin Ave LegendLIMITS OF WORK ³ 0 300 600 900 1,200 Feet EXHIBITA IH 35 FRONTAGE ROAD(WILLIAMS DR. TO LAKEWAY DR.) LOCATION MAP KLOTZ PROJ. NO.: 0573.004.000 SCALE: 1" = 600 ' DATE: NOVEMBER 2013Path: G:\0573.004.000 NW Blvd TO1\07.00 CADD\GIS_Exhibits\Frntg_Rd.mxd IH 35 Northbound Frontage Rd Exhibit B Georgetown, TX Page 1 of 11 November 2013 EXHIBIT B SERVICES TO BE PROVIDED BY ENGINEER KLOTZ ASSOCIATES, INC. IH 35 Frontage Road Improvements From Williams Drive to Proposed On-Ramp North of Northwest Boulevard – 0.90 miles CITY OF GEORGETOWN, TEXAS PROJECT STATEMENT The project involves Schematic Development, Preliminary Engineering, preparation of Plans, Specifications & Estimates, and bidding and construction phase services to TxDOT standards for the IH 35 Northbound Frontage Road in Georgetown, Texas. PROJECT DESCRIPTION Existing Facility There is no frontage road within the project limits; the existing northbound frontage road terminates at Williams Drive. Proposed Facility The proposed two-lane urban facility will extend from the existing Northbound Frontage Road terminus at Williams Drive to a proposed access ramp located north of the proposed Northwest Blvd overpass bridge. The limits of the design schematic previously submitted by Klotz Associates to the City of Georgetown and TxDOT extend to Lakeway Drive; however, the detailed design will terminate at the proposed on-ramp north of the Northwest Blvd bridge, approximately 0.90 miles north of Williams Drive. I. PRELIMINARY ENGINEERING The scope of services for the Preliminary Engineering phase by the ENGINEER include environmental studies, schematic involvement, basic drainage studies, right of way determination and coordination with the City and other agencies as needed. The Preliminary Engineering phase detailed herein will complete the preliminary engineering started in the original contract (Task Order KAI-10-001) and its first amendment. The original contract deliverables were modified to allow for immediate study and preliminary design of the Northbound Frontage Road beyond the original project limits. These modifications were outlined in a letter sent to the City on July 11, 2013 and approved in a meeting with the City on July 22, 2013, which is attached as Exhibit D. IH 35 Northbound Frontage Rd Exhibit B Georgetown, TX Page 2 of 11 November 2013 The engineering services for the Preliminary Engineering phase include the following: ROUTE AND DESIGN STUDIES (Function Code 110) A. Design Schematic - The ENGINEER shall complete the preliminary design schematic (60% submittal) submitted as part of Task Order KAI-10-001. The ENGINEER will address any comments and finalize the schematic level design of the following components: 1. IH 35 Northbound Frontage Road from Williams Drive to Lakeway Drive, including driveway access 2. IH 35 Northbound Auxiliary Lane 3. IH 35 Northbound Exit Ramp 4. IH 35 Northbound Entrance Ramp 5. IH 35 Southbound Entrance Ramp B. Preliminary Engineering Report - The ENGINEER shall develop a Preliminary Engineering Report providing an overview of the project and the proposed design recommendations. The PER will explore roadway, drainage, utility, right of way, water quality and environmental issues. The PER will provide recommended solutions to these issues with the use of the approved schematic as the basis for its recommendations. SURVEYING AND PHOTOGRAMMETRY (Function Code 150) Topographic Survey - The ENGINEER shall acquire a topographic survey for the expanded limits of the IH 35 Northbound Frontage Road schematic, including the area north of the proposed Northwest Blvd bridge to the recently constructed Lakeway exit ramp and the southbound entrance ramp relocation. MISCELLANEOUS (Function Code 163) A. Environmental Documents - The ENGINEER shall complete draft environmental documents submitted as part of Task Order KAI-10-001. The following documents will be completed: 1. TxDOT Blanket Categorical Exclusion (BCE) - IH 35 Northbound Frontage Road extension and entrance/exit ramps B. Interstate Access Justification Report (IAJ) - The ENGINEER shall complete the draft IAJ submitted as part of Task Order KAI-10-001. II. PLANS, SPECIFICATIONS & ESTIMATES ROUTE AND DESIGN STUDIES (Function Code 110) Geotechnical Report - The ENGINEER will supplement the report completed during the schematic phase to incorporate 1 boring for the retaining wall. The boring will be 25 feet deep, as allowed by subsurface layers, and obtained within the project limits at preliminary wall locations identified in the schematic. The report will address cast-in- IH 35 Northbound Frontage Rd Exhibit B Georgetown, TX Page 3 of 11 November 2013 place walls on spread footings, soil/rock nail, and MSE walls, including bearing pressure and global stability for each type of wall. RIGHT OF WAY DATA (Function Code 130) A. Utility Layouts – The ENGINEER will prepare utility layouts in accordance with the TxDOT Utility Cooperative Management Process. The ENGINEER shall perform their work in accordance with the State’s Utility Accommodation Policy. The ENGINEER shall prepare drawings early in the design phase (30%) to be used as exhibits in utility agreements. The layouts shall be prepared using English units at 1” = 100’ scale. The ENGINEER will use information from the survey and pot hole data, as well as record drawings provided by the City to develop the existing utility layouts. The ENGINEER shall show existing utilities, including those in conflict with construction on this project. The ENGINEER shall prepare plans to avoid or minimize utility adjustments where feasible. The ENGINEER shall implement the TxDOT Utility Cooperative Management Process. B. Utility Conflict List and Coordination - The ENGINEER will compile and maintain a Utility Conflict List and assist the City in the utility coordination effort, including attendance at utility coordination meetings, preparing exhibits, and preparing a Utility Tracking Report. ROADWAY DESIGN (Function Code 160) A. Finalize Horizontal and Vertical Alignments - The ENGINEER shall review the schematic and finalize the horizontal and vertical alignment for the project. Minor modifications in the alignment will be considered to provide optimal design. Modifications must be coordinated with the City and TxDOT. B. Typical Sections - Typical sections shall be prepared for all proposed and existing roadways. Typical sections shall include width of travel lanes, shoulders, outer separations, border widths, curb offsets, medians, and ROW. The typical section shall also include PGL, centerline, pavement design, side slopes, sod/seeding limits, sidewalks, station limits, and common proposed/existing structures including retaining walls, riprap, limits of embankment and excavation. C. Roadway Design - The ENGINEER shall provide the design of the IH 35 Northbound Frontage Road as described in the project limits and as shown on the schematics. The IH 35 Northbound Frontage Road design shall be consistent with the approved and current TxDOT Roadway Design Manual. The ENGINEER shall provide roadway plan and profile drawings using CADD standards as required by the City and TxDOT. The drawings shall consist of a planimetric file of existing features and files of the proposed improvements. The roadway base map shall contain line work that depicts existing surface features obtained from the topographic file updated by the ENGINEER. Existing subsurface and surface utilities shall be shown. Existing and proposed right-of-way lines shall be shown. IH 35 Northbound Frontage Rd Exhibit B Georgetown, TX Page 4 of 11 November 2013 D. Intersection Layout/Grading Plans - The ENGINEER shall provide an intersection layout detailing the pavement design and drainage design at the intersection of Williams Drive and the proposed IH 35 Northbound Frontage Road. The layout shall include the curb returns, geometrics, transition length, stationing, pavement and drainage details, as well as crosswalks with TDLR- compliant ramps. E. Ramp Design - The ENGINEER shall layout and design three (3) interstate entrance/exit ramps within the project limits as approved by TxDOT. F. Driveway Details – The ENGINEER will prepare Driveway Details for one (1) driveway along the project corridor. The ENGINEER will develop a Driveway Profile to show tie-back slopes and limits of construction. G. Design Cross Sections/Cut and Fill Quantities - The ENGINEER shall develop an earthwork analysis to determine cut and fill quantities and provide final design cross sections at no greater than 50-foot intervals delivered on plan sheets. Annotation shall include, at a minimum, existing/proposed right of way, side slopes (front and back), PGL, etc. Cross sections and quantities shall consider existing pavement removals (if any). Cross sections shall be provided at each submittal. H. Plan Preparation - The ENGINEER shall prepare one set of roadway plans, profiles and typical sections for the proposed improvements. It is anticipated that the construction will be done in phases and should the plans need to be divided into multiple sets, additional plan preparation will be required as an additional service. I. Pavement Design - The ENGINEER shall incorporate the pavement design as recommended by the Preliminary Engineering Report and approved by TxDOT. J. Pedestrian and Bicycle Facilities - The ENGINEER shall coordinate with the City and TxDOT to incorporate pedestrian and bicycle facilities as required. All pedestrian and bicycle facilities must be designed in accordance with the current Americans with Disabilities Act Accessibility Guidelines (ADAAG), the Texas Accessibility Standards (TAS), the AASHTO Guide for the Development of Bicycle Facilities, and the Texas Manual on Uniform Traffic Control Devices. DRAINAGE DESIGN (Function Code 161) A. Drainage Area Maps – The ENGINEER shall prepare drainage area maps that identify the offsite area that drains to each cross-drainage structure within the project limits. The drainage area maps shall include the acreage, calculated peak flows, and other pertinent hydrologic information. B. Provide Culvert and Hydraulic Tables – Hydrologic and hydraulic modeling using HY-8 will be performed in support of assessment of resulting flow IH 35 Northbound Frontage Rd Exhibit B Georgetown, TX Page 5 of 11 November 2013 conditions (frequency of overtopping, level of overtopping) for a culvert extension to be designed at one location along the IH 35 Northbound Frontage Road. C. Parallel Ditch Grading and Hydraulic Tables – The ENGINEER will develop design flows and ditch cross-section configurations along the northbound frontage road in the vicinity of the existing cross culvert and near the existing entrance ramp that will be removed. D. Drainage Plan & Profile Sheets – Drainage plan and profile sheets will include proposed drainage features such as trunk line, laterals, manholes, curb inlets, and proposed ditch profiles and pertinent existing ground profiles. Slopes, lengths, and flow lines at the bottom of RCP or ditch bottoms shall be provided. Horizontal locations will be based on stationing, offsets, or individual alignments. Structure ID numbers, naming conventions, and other pertinent information will also be provided. Existing utilities that intersect the storm sewer or proposed ditches shall be depicted in profile section, contingent upon receiving this data. Storm drain lateral profiles and details shall be shown on separate sheets. E. Culvert Layouts – Culvert design shall be performed in accordance with the current TxDOT’s Hydraulic Design Manual and shall be based upon the drainage area information and the runoff computations. Culvert Layout Sheets will be shown at a scale of 1”=20’ Horizontal; 1”=10’ Vertical. Plans will show the location of the culvert, roadway alignment, utilities, and channel improvements as required. Profile information for the culvert will include size, slope, proposed and existing ground lines above the culvert, and hydraulic data. One cross culvert layout is anticipated for this project. F. Storm Water Pollution Prevention Plans (SWPPP) and EPIC - A Stormwater Pollution Prevention Plan sheet and EPIC sheet will be developed in TxDOT format for inclusion in the plans. G. Erosion and Sediment Control Specifications - The ENGINEER will develop comprehensive Erosion and Sediment Control Sheets meeting TxDOT formatting and control strategy configuration requirements for the entire project. H. Water Quality Pond Design and TCEQ Edwards Aquifer Protection Program (EAPP) Water Pollution Abatement Plan (WPAP) Application - The ENGINEER shall provide the necessary engineering and technical services to complete the water quality design and permitting determined during the schematic phase. The ENGINEER will submit one (1) WPAP Application to the Texas Commission on Environmental Quality (TCEQ) for the IH 35 Frontage Road Improvements. The ENGINEER will perform design services related to the design and plan production for water quality components of this project in accordance with the TCEQ Edwards Aquifer Protection Program Recharge Zone design guidelines. IH 35 Northbound Frontage Rd Exhibit B Georgetown, TX Page 6 of 11 November 2013 1. Water Quality Design - The IH 35 Frontage Road Improvement project is located in the Recharge Zone and the ENGINEER will prepare water quality calculations in accordance with the TCEQ Edwards Aquifer Protection Program guidelines for this zone. The ENGINEER will design and provide details for one (1) water quality pond located within the project limits. The pond layout will be prepared at a scale of 1”=20’ Horizontal; 1”=10’ Vertical. One (1) sheet of details is assumed in addition to one (1) general detail sheet. 2. Application Preparation – The ENGINEER will prepare a Water Pollution Abatement Plan (WPAP) application for the entire project including the section within the Recharge Zone. The application shall include, but not be limited to: a. General Information Form (TCEQ-0587) 1. Attachment A - Road Map 2. Attachment B - USGS Quadrangle Map 3. Attachment C - Project Narrative b. Geologic Assessment Form (TCEQ-0585) - To be coordinated with the preparation of the environmental documents c. Water Pollution Abatement Plan Application (TCEQ-0584) 1. Attachment A - Factors Affecting Surface Water Quality 2. Attachment B - Volume and Character of Storm Water d. Temporary Storm Water Section (TCEQ-0602) 1. Attachment A - Spill Response Actions - To be coordinated with the SWPPP preparation 2. Attachment B - Potential Sources of Contamination 3. Attachment C - Sequence of Major Activities - To be coordinated with the SWPPP preparation 4. Attachment D - Temporary Best Management Practices and Measures - To be coordinated with the SWPPP preparation 5. Attachment E - Structural Practices 6. Attachment F - Drainage Area Map 7. Attachment G - Temporary Sediment Pond(s) Plans and Calculations - 8. Attachment H - Inspection and Maintenance for BMPs - To be coordinated with the SWPPP preparation 9. Attachment I - Schedule of Interim and Permanent Soil Stabilization Practices - To be coordinated with the SWPPP preparation e. Permanent Storm Water Section (TCEQ-0600) 1. Attachment A - BMPs for Up-gradient Storm Water 2. Attachment B - BMPs for On-site Storm Water 3. Attachment C - BMPs for Surface Streams 4. Attachment D - Construction Plans - To be provided by design team IH 35 Northbound Frontage Rd Exhibit B Georgetown, TX Page 7 of 11 November 2013 5. Attachment E - Inspection, Maintenance, Repair and Retrofit Plan 6. Attachment F - Measures for Minimizing Surface Stream Contamination f. Storm Water Pollution Prevention Plan (SWPPP) Practices - To be coordinated with the SWPPP preparation g. Copy of Notice of Intent (NOI) Practices - To be coordinated with the SWPPP preparation h. Agent Authorization Form (TCEQ-0599) i. Application Fee Form (TCEQ-0574) j. Core Data Form (TCEQ-10400) 2. Processing - The ENGINEER will process the WPAP application through TCEQ including: a. Submittal meeting with TCEQ b. Address comments issued by TCEQ c. Resubmittal meeting with TCEQ SIGNING, MARKING AND SIGNALIZATION (Function Code 162) A. Signing - The ENGINEER shall prepare drawings, specifications, and details for all signs. Sign detail sheets shall be prepared showing dimensions, lettering, shields, borders and corner radii. The ENGINEER shall provide a summary of small signs. The proposed signs shall be illustrated and numbered on plan sheets. Sign foundation shall be selected from State Standards. 1. Signing – All signing will be shown on plan sheets in accordance with the current edition of the Texas Manual on Uniform Traffic Control Devices. 2. Inventory – The ENGINEER shall inventory existing roadway signs. 3. Summary of Small Signs Sheet – The ENGINEER shall complete the SOSS sheet. 4. Summary of Large Signs Sheet – The ENGINEER shall complete the SOLS sheet. 5. Sign Details – The ENGINEER shall detail non-standard signs required for this project per TxDOT standards. 6. Large Sign Details – The ENGINEER shall detail non-standard large signs required for the IH-35 improvements as indicated on the schematics. 7. Large Sign Structural Details and Foundation Design - The ENGINEER will develop structural details and foundation design for the overhead cantilever sign support. The ENGINEER will prepare cantilever overhead sign support layouts that indicate design, structure, and foundation data. A layout will be prepared showing appropriate dimensioning of tower heights, sign location, and horizontal and vertical clearances. B. Pavement Markings - The ENGINEER shall detail permanent and temporary pavement markings and channelization devices on plan sheets. Pavement IH 35 Northbound Frontage Rd Exhibit B Georgetown, TX Page 8 of 11 November 2013 markings shall be selected in accordance with the current edition of the Texas Manual on Uniform Traffic Control Devices. C. Traffic Signals - The ENGINEER shall identify and prepare traffic mast-arm signal plans for traffic signals modifications at the existing intersection of Williams Drive and the IH 35 Northbound Frontage Road. The ENGINEER shall confirm the signal power source and coordinate with the appropriate utility agency. The ENGINEER shall develop all quantities, general notes, and specifications and incorporate appropriate agency standards required to complete construction. Traffic signal poles, fixtures, signs, and lighting shall be designed per the TxDOT traffic signal guidelines, recommendations, and standards. The existing intersection is currently signalized. The signal shall be designed to service the new alignment. 1. Plan Sheets - The ENGINEER shall develop the revised traffic signal layouts for existing signal. The layout shall include existing traffic control that will remain (signs and markings), existing utilities, proposed roadway improvements, proposed installation, proposed additional traffic controls, and if required, proposed illumination. 2. Elevation Sheets - The ENGINEER shall develop an elevation sheet showing the vertical clearance required for the signal plans. 3. Electrical Schedule - The ENGINEER shall provide or modify the electrical schedule for conduit and conductors. 4. Signal Standards/Detail Sheets - The ENGINEER shall use TxDOT standards including poles, detectors, pull box and conduit layout, and controller foundation standard sheet. 5. The ENGINEER shall coordinate with TxDOT and submit Form 1082 (Utility Installation Request). MISCELLANEOUS (Function Code 163) A. Title Sheet and Index of Sheets - The ENGINEER will prepare a title sheet and Index of Sheets in accordance with TxDOT standards. B. Traffic Control Plan, Detours, and Sequence of Construction - The ENGINEER shall prepare Traffic Control Plans (TCP) for the project. A detailed TCP shall be developed in accordance with the current edition of the Texas Manual on Uniform Traffic Control Devices. The ENGINEER shall implement the current Austin District Barricade and Construction (BC) standards. 1. The ENGINEER shall provide a written narrative of the construction sequencing and work activities per phase and determine the existing and proposed traffic control devices (e.g., regulatory signs, warning signs, guide signs, route markers, construction pavement markings, barricades, flag personnel, and temporary traffic signals) to be used to handle traffic during each construction sequence. The ENGINEER shall show proposed traffic control devices at grade intersections during each construction phase (e.g., stop signs, flag person, and signals). The ENGINEER shall IH 35 Northbound Frontage Rd Exhibit B Georgetown, TX Page 9 of 11 November 2013 show temporary roadways, ramps, structures, and detours required to maintain lane continuity throughout the construction phasing. Where detours are required, the ENGINEER shall develop typical cross-sections, calculate quantities, and show horizontal and vertical alignment information. 2. The ENGINEER shall coordinate with Austin District in scheduling traffic control workshops and submittal of the TCP for Traffic Control Approval Team (TCAT) approval at the 30%, 60%, and 90% design submittals. 3. The TCP shall provide for continuous, safe access to all properties during all phases of construction. 4. Temporary drainage shall be considered to replace existing drainage disturbed by construction activities. 5. The ENGINEER shall show all wetlands and ordinary high water marks shall be shown on the traffic control plan sheets. 6. The TCP shall provide for existing bike and pedestrian access during all phases of construction. 7. The TCP shall provide for continuous and all weather access to adjacent property owners during construction. C. Retaining Wall Layouts – The ENGINEER will determine the need for and length of the retaining walls as shown on the schematic. The ENGINEER shall submit proposed locations to the City for approval. The ENGINEER will provide a retaining wall layout and details at a 1” = 40’ Horizontal; 1” = 20’ Vertical scale. One retaining wall is anticipated. Aesthetic enhancement details will be provided by the City. The layouts will include the following: Plan View (1” = 40’) · Beginning and ending wall points by station, offset, and roadway alignment · Additional points as necessary to describe relationship of wall alignment to roadway alignment(s) · Indicate which side is the “Face of Wall” · Horizontal curve information, if applicable for wall alignment · Location of soil borings · Drainage, signing, etc. that is mounted on, or passing through wall · Subsurface drainage structures or utilities that could be impacted by wall construction Elevation View (1” = 20’) · Existing ground line along wall alignment · Finished grade line at face of wall · Top of retaining wall grade line · Soil boring information shown at the correct elevation and scale · Drainage, signing, lighting, etc. as noted above · Drainage structures and utilities as noted above · Groundwater levels for walls in cut sections IH 35 Northbound Frontage Rd Exhibit B Georgetown, TX Page 10 of 11 November 2013 D. Entrance and Exit Ramp Illumination – The ENGINEER shall prepare plans for the safety illumination at three (3) entrance and exit ramps along IH-35 within the project limits. E. Williams Drive Raised Median and Driveway Safety Improvements – The ENGINEER shall prepare the preliminary layout exhibit for the raised median on Williams Drive and the driveway safety improvements for the shopping center adjacent to the proposed IH 35 Northbound Frontage Road. Detailed layout sheets will be provided with the 60% submittal. The ENGINEER shall attend meetings with the City and the shopping center owner as needed. F. Estimate - The ENGINEER shall prepare a project estimate of the probable cost using TxDOT Bid Items. The estimate shall be prepared for the project at 30%, 60%, 90% and final using the MS Excel program. G. Specifications - The ENGINEER shall develop the list of standard specifications with the appropriate reference items from the estimate. The ENGINEER shall also identify the need for any special specifications and special provisions. The ENGINEER shall prepare General Notes from the Austin District master list of general notes. H. TDLR/ADA Compliance - The ENGINEER shall coordinate project registration, plan review and inspection for TDLR review. I. Construction Time Determination - The ENGINEER shall prepare a construction contract time determination in accordance with the State’s Administrative Circular No. 17-93. The schedule shall indicate tasks, subtasks, critical dates, and milestones and depict the interdependence of the various items. PROJECT MANAGEMENT (Function Code 164) The ENGINEER shall conduct regular coordination meetings with the City and TxDOT to complete the project. The ENGINEER shall coordinate and conduct meetings with all sub consultants. The ENGINEER shall prepare monthly invoices, progress reports, and updated schedules. The ENGINEER shall implement a QA/QC program throughout the project and will provide documentation of QC reviews upon request. BIDDING PHASE SERVICES The ENGINEER shall provide the following services during the bidding phase of the project: A. DCIS Entry & Final Bid Package – The ENGINEER will enter project data into TXDOT’s DCIS system, prepare construction documents, TxDOT specification list and estimate. B. Attend Pre-bid Meeting and Furnish Documents – The ENGINEER will be present at the pre-bid meeting and furnish construction documents to prospective bidders. IH 35 Northbound Frontage Rd Exhibit B Georgetown, TX Page 11 of 11 November 2013 C. Respond to Bidder’s Questions - During the bid period all questions submitted to the ENGINEER will be answered. D. Prepare and Distribute Agenda – The ENGINEER will produce an agenda and will distribute it to all bidders. E. Prepare Bid Tab and Letter of Recommendation – The ENGINEER will analyze contractor bids, prepare bid tabulation, check references, and make recommendation for award to the apparent low bidder. F. Furnish Documents to Contractor – The ENGINEER will furnish construction documents to the awarded contractor. CONSTRUCTION PHASE SERVICES The ENGINEER shall provide the following services during the construction phase of the project: A. Attend Pre-Construction Conference – The ENGINEER will attend a pre- construction conference. B. Address Requests for Information (RFIs) – The ENGINEER will respond to RFI’s during construction. RFI’s shall be submitted to The ENGINEER in written format. C. Provide Periodic Site Visits – The ENGINEER will perform weekly construction field visits and observations during construction to address questions on interpretation of plans and review construction to ensure adherence to the design plans (Estimated 40 visits). D. Review Construction Submittals – The ENGINEER will review shop drawings. DELIVERABLES 1. Final Schematic 2. Preliminary Engineering Report 3. A 30%, 60%, 90% and final roadway PS&E design 4. Plans shall be developed on 11”x17” paper. Five (5) copies per submittal are anticipated. 5. An 11”x17” mylar set will be developed for the final plans as well as a CD/DVD with all electronic files. 6. Engineer’s Estimated Probable Cost of Construction shall be furnished at the 30%, 60%, 90% and final submittals. Estimated construction schedule shall be developed for 90% and final submittals. EXHIBIT C FEE SCHEDULE - Design Services for PS&E, Bidding & Construction Phase Services - LUMP SUM PROJECT NAME: IH-35 NBFR FROM WILLIAMS DRIVE TO LAKEWAY DR PRIME PROVIDER NAME: Klotz Associates, Inc.Date: 11/12/2013 PRELIMINARY ENGINEERING TASK DESCRIPTION SENIOR SENIOR PROJECT GRADUATE CADD CLERICAL TOTAL NO OF LABOR HRS PRINCIPAL PROJECT PROJECT ENGINEER ENGINEER TECH LABOR HRS. DWGS PER SHEET MANAGER ENGINEER & COSTS PRELIMINARY ENGINEERING DESIGN SCHEMATIC (FC 110)8 10 40 60 80 198 N/A N/A PRELIMINARY ENGINEERING REPORT (FC 110)1 8 6 32 40 24 4 115 N/A N/A INTERSTATE ACCESS JUSTIFICATION REPORT (FC 163)2 4 22 12 40 N/A N/A COORDINATION WITH SUB-CONSULTANTS 5 1 1 1 8 N/A N/A QA/QC 5 5 10 N/A N/A MEETING WITH CITY AND TXDOT STAFF (3 meetings)6 6 1 13 N/A N/A HOURS SUB-TOTALS 1 34 26 101 100 116 6 384 0 LABOR RATE PER HOUR $235.00 $230.00 $175.00 $150.00 $110.00 $90.00 $65.00 SUBTOTAL PRELIMINARY ENGINEERING $235.00 $7,820.00 $4,550.00 $15,150.00 $11,000.00 $10,440.00 $390.00 $49,585.00 PLANS, SPECIFICATIONS AND ESTIMATES TASK DESCRIPTION SENIOR SENIOR PROJECT GRADUATE CADD CLERICAL TOTAL NO OF LABOR HRS PRINCIPAL PROJECT PROJECT ENGINEER ENGINEER TECH LABOR HRS. DWGS PER SHEET MANAGER ENGINEER & COSTS ROUTE AND DESIGN STUDIES (FC 110) REVIEW GEOTECHNICAL REPORT 1 1 1 3 N/A N/A HOURS SUB-TOTALS 0 1 0 1 0 1 0 3 0 LABOR RATE PER HOUR $235.00 $230.00 $175.00 $150.00 $110.00 $90.00 $65.00 3 SUBTOTAL (FC 110)$0.00 $230.00 $0.00 $150.00 $0.00 $90.00 $0.00 $470.00 TASK DESCRIPTION SENIOR SENIOR PROJECT GRADUATE CADD CLERICAL TOTAL NO OF LABOR HRS PRINCIPAL PROJECT PROJECT ENGINEER ENGINEER TECH LABOR HRS. DWGS PER SHEET MANAGER ENGINEER & COSTS RIGHT OF WAY DATA (FC 130) UTILITY LAYOUTS 1 4 12 12 29 4 7 UTILITY CONFLICT LIST AND COORDINATION 1 4 4 2 11 N/A N/A TxDOT UTILITY COOPERATIVE MANAGEMENT PROCESS 1 4 16 21 N/A N/A HOURS SUB-TOTALS 0 3 4 24 16 12 2 61 4 LABOR RATE PER HOUR $235.00 $230.00 $175.00 $150.00 $110.00 $90.00 $65.00 61 SUBTOTAL (FC 130)$0.00 $690.00 $700.00 $3,600.00 $1,760.00 $1,080.00 $130.00 $7,960.00 PAGE 1 OF 5 IH35 NBFR PS&E fee.xlsx EXHIBIT C FEE SCHEDULE - Design Services for PS&E, Bidding & Construction Phase Services - LUMP SUM PROJECT NAME: IH-35 NBFR FROM WILLIAMS DRIVE TO LAKEWAY DR PRIME PROVIDER NAME: Klotz Associates, Inc.Date: 11/12/2013 TASK DESCRIPTION SENIOR SENIOR PROJECT GRADUATE CADD CLERICAL TOTAL NO OF LABOR HRS PRINCIPAL PROJECT PROJECT ENGINEER ENGINEER TECH LABOR HRS. DWGS PER SHEET MANAGER ENGINEER & COSTS ROADWAY DESIGN CONTROLS (FC160) ROADWAY PLAN AND PROFILE LAYOUTS 4 8 32 48 60 152 5 30 TYPICAL SECTIONS 1 1 6 16 12 36 3 12 INTERSECTION LAYOUT 1 2 4 8 8 23 1 23 RAMP LAYOUTS (3)1 6 12 24 24 67 3 22 DRIVEWAY PLAN AND PROFILE LAYOUT (1)1 1 2 4 5 13 1 13 DESIGN CROSS SECTIONS 1 4 40 20 30 95 25 4 SIDEWALK/BICYCLE DESIGN (ADA COMPLIANCE)1 2 4 8 8 23 N/A N/A HOURS SUB-TOTALS 0 10 24 100 128 147 0 409 38 11 LABOR RATE PER HOUR $235.00 $230.00 $175.00 $150.00 $110.00 $90.00 $65.00 409 SUBTOTAL (FC 160)$0.00 $2,300.00 $4,200.00 $15,000.00 $14,080.00 $13,230.00 $0.00 $48,810.00 TASK DESCRIPTION SENIOR SENIOR PROJECT GRADUATE CADD CLERICAL TOTAL NO OF LABOR HRS PRINCIPAL PROJECT PROJECT ENGINEER ENGINEER TECH LABOR HRS. DWGS PER SHEET MANAGER ENGINEER & COSTS DRAINAGE (FC161) EXTERNAL DRAINAGE AREA MAPS 1 1 4 8 8 22 1 22 INTERNAL DRAINAGE AREA MAPS 1 1 4 12 8 26 3 9 CULVERT LAYOUT 1 1 4 8 12 26 1 26 CULVERT HYDRAULIC DATA 1 1 2 4 8 1 8 DITCH GRADING AND HYDRAULICS TABLE 1 1 2 4 2 10 1 10 DRAINAGE PLAN AND PROFILE LAYOUTS 3 4 16 40 60 123 5 25 STORM SEWER LATERALS 1 1 6 16 16 40 2 20 SW3P NARRATIVE 1 1 4 4 2 12 1 12 TEMPORARY EROSION CONTROL LAYOUTS 1 8 24 32 65 5 13 PERMANENT EROSION CONTROL LAYOUTS 1 8 24 32 65 5 13 WATER QUALITY BMP (1)1 2 8 16 20 47 2 24 EPIC SHEET 1 2 4 1 8 1 8 WPAP APPLICATION 2 4 12 36 77 16 147 N/A N/A HOURS SUB-TOTALS 2 18 25 104 241 209 0 599 28 21 LABOR RATE PER HOUR $235.00 $230.00 $175.00 $150.00 $110.00 $90.00 $65.00 599 SUBTOTAL (FC 161)$470.00 $4,140.00 $4,375.00 $15,600.00 $26,510.00 $18,810.00 $0.00 $69,905.00 PAGE 2 OF 5 IH35 NBFR PS&E fee.xlsx EXHIBIT C FEE SCHEDULE - Design Services for PS&E, Bidding & Construction Phase Services - LUMP SUM PROJECT NAME: IH-35 NBFR FROM WILLIAMS DRIVE TO LAKEWAY DR PRIME PROVIDER NAME: Klotz Associates, Inc.Date: 11/12/2013 TASK DESCRIPTION SENIOR SENIOR PROJECT GRADUATE CADD CLERICAL TOTAL NO OF LABOR HRS PRINCIPAL PROJECT PROJECT ENGINEER ENGINEER TECH LABOR HRS. DWGS PER SHEET MANAGER ENGINEER & COSTS SIGNING, PVMT. MARKING, & SIGNAL (FC162) SIGNING AND STRIPING LAYOUTS 1 1 8 16 40 66 5 13 SMALL SIGN SUMMARY SHEET 2 8 2 12 2 6 LARGE SIGN SUMMARY SHEET 1 4 1 6 1 6 LARGE SIGN DETAILS 1 1 2 2 6 2 3 OVERHEAD SIGN STRUCTURE ELEVATION/LAYOUT 1 1 4 8 6 20 1 20 SIGN DETAIL SHEET 2 8 8 18 1 18 TRAFFIC SIGNALS (IH-35 NBFR @ WILLIAMS DR) SIGNAL MODIFICATION LAYOUT AND DETAILS 1 24 8 60 60 153 5 31 HOURS SUB-TOTALS 0 4 26 26 106 119 0 281 17 16.5 LABOR RATE PER HOUR $235.00 $230.00 $175.00 $150.00 $110.00 $90.00 $65.00 281 SUBTOTAL (FC 162)$0.00 $920.00 $4,550.00 $3,900.00 $11,660.00 $10,710.00 $0.00 $31,740.00 TASK DESCRIPTION SENIOR SENIOR PROJECT GRADUATE CADD CLERICAL TOTAL NO OF LABOR HRS PRINCIPAL PROJECT PROJECT ENGINEER ENGINEER TECH LABOR HRS. DWGS PER SHEET MANAGER ENGINEER & COSTS MISCELLANEOUS (ROADWAY) (FC 163) TITLE SHEET/INDEX SHEET 1 1 4 6 2 3 PROJECT LAYOUT 2 2 4 8 1 8 COMPUTE & TABULATE QUANTITIES 1 2 4 24 2 33 4 8 TCP, DETOURS AND SEQUENCE OF CONSTRUCTION 2 4 30 40 60 136 12 11 RETAINING WALL LAYOUT (1 LOCATION)1 4 10 15 15 45 2 23 RAMP ILLUMINATION LAYOUT (3)3 9 12 16 40 3 13 WILLIAMS DRIVE MEDIAN, DRIVEWAY SAEFTY IMPROVEMENTS 2 2 16 24 24 68 3 23 TDLR/ADA/TAS COMPLIANCE, COORDINATION WITH RAS 1 2 4 7 N/A N/A ESTIMATE OF PROBABLE CONSTRUCTION COST 1 1 1 4 8 1 16 N/A N/A GENERAL NOTES AND SPECIFICATIONS 2 4 8 4 2 2 22 4 6 PREPARE CONSTRUCTION SCHEDULE 1 1 8 6 2 18 N/A N/A HOURS SUB-TOTALS 1 12 21 94 139 127 5 399 31 12.9 LABOR RATE PER HOUR $235.00 $230.00 $175.00 $150.00 $110.00 $90.00 $65.00 399 SUBTOTAL (FC 163)$235.00 $2,760.00 $3,675.00 $14,100.00 $15,290.00 $11,430.00 $325.00 $47,815.00 PAGE 3 OF 5 IH35 NBFR PS&E fee.xlsx EXHIBIT C FEE SCHEDULE - Design Services for PS&E, Bidding & Construction Phase Services - LUMP SUM PROJECT NAME: IH-35 NBFR FROM WILLIAMS DRIVE TO LAKEWAY DR PRIME PROVIDER NAME: Klotz Associates, Inc.Date: 11/12/2013 TASK DESCRIPTION SENIOR SENIOR PROJECT GRADUATE CADD CLERICAL TOTAL NO OF LABOR HRS PRINCIPAL PROJECT PROJECT ENGINEER ENGINEER TECH LABOR HRS. DWGS PER SHEET MANAGER ENGINEER & COSTS PROJECT MANAGEMENT (FC 164) COORDINATION MEETINGS WITH CITY/TXDOT (10 MEETINGS)22 22 2 46 N/A N/A COORDINATION WITH SUB CONSULTANTS 18 3 12 2 35 N/A N/A MAINTAIN PROJECT DESIGN SCHEDULE 12 9 21 N/A N/A PREPARE MONTHLY PROGRESS REPORTS 6 12 3 21 N/A N/A QC/QA DELIVERABLES 3 18 36 2 59 N/A N/A HOURS SUB-TOTALS 3 76 39 55 0 0 9 182 LABOR RATE PER HOUR $235.00 $230.00 $175.00 $150.00 $110.00 $90.00 $65.00 182 SUBTOTAL (FC 164)$705.00 $17,480.00 $6,825.00 $8,250.00 $0.00 $0.00 $585.00 $33,845.00 TASK DESCRIPTION SENIOR SENIOR PROJECT GRADUATE CADD CLERICAL TOTAL NO OF LABOR HRS PRINCIPAL PROJECT PROJECT ENGINEER ENGINEER TECH LABOR HRS. DWGS PER SHEET MANAGER ENGINEER & COSTS BIDDING PHASE SERVICES DCIS ENTRY AND FINAL BID PACKAGE 0 1 2 6 0 0 1 10 N/A N/A ATTEND PRE-BID MEETING AND FURNISH DOCUMENTS 0 4 0 4 0 0 2 10 N/A N/A RESPOND TO BIDDER QUESTIONS 0 2 2 8 8 0 4 24 N/A N/A PREPARE AND DISTRIBUTE ADDENDA 0 4 0 8 8 4 4 28 N/A N/A ANALYZE AND TABULATE BIDS, CHECK INFO, RECOMM AWARD 0 1 0 4 4 0 2 11 N/A N/A FURNISH DOCUMENTS TO CONTRACTOR 0 0 0 1 1 0 1 3 N/A N/A HOURS SUB-TOTALS 0 12 4 31 21 4 14 86 LABOR RATE PER HOUR $235.00 $230.00 $175.00 $150.00 $110.00 $90.00 $65.00 86 SUBTOTAL $0.00 $2,760.00 $700.00 $4,650.00 $2,310.00 $360.00 $910.00 $11,690.00 TASK DESCRIPTION SENIOR SENIOR PROJECT GRADUATE CADD CLERICAL TOTAL NO OF LABOR HRS PRINCIPAL PROJECT PROJECT ENGINEER ENGINEER TECH LABOR HRS. DWGS PER SHEET MANAGER ENGINEER & COSTS CONSTRUCTION PHASE SERVICES ATTEND PRE-CONSTRUCTION CONFERENCE 0 4 0 4 0 0 2 10 N/A N/A ADDRESS REQUESTS FOR INFORMATION (20 RFIs) 0 8 2 20 20 16 4 70 N/A N/A PROVIDE PERIODIC SITE VISITS (4 HRS / WEEK FOR 40 WEEKS) 0 0 0 160 0 0 0 160 N/A N/A REVIEW CONSTRUCTION SUBMITTALS 0 4 2 12 16 0 0 34 N/A N/A HOURS SUB-TOTALS 0 16 4 196 36 16 6 274 LABOR RATE PER HOUR $235.00 $230.00 $175.00 $150.00 $110.00 $90.00 $65.00 274 SUBTOTAL $0.00 $3,680.00 $700.00 $29,400.00 $3,960.00 $1,440.00 $390.00 $39,570.00 PAGE 4 OF 5 IH35 NBFR PS&E fee.xlsx EXHIBIT C FEE SCHEDULE - Design Services for PS&E, Bidding & Construction Phase Services - LUMP SUM PROJECT NAME: IH-35 NBFR FROM WILLIAMS DRIVE TO LAKEWAY DR PRIME PROVIDER NAME: Klotz Associates, Inc.Date: 11/12/2013 DESCRIPTION SENIOR SENIOR PROJECT GRADUATE CADD CLERICAL TOTAL COSTS BY FC NO OF PRINCIPAL PROJECT PROJECT ENGINEER ENGINEER TECH MANAGER ENGINEER DWGS PRELIMINARY ENGINEERING 1 34 26 101 100 116 6 $49,585.00 0 PLANS, SPECIFICATIONS AND ESTIMATE ROUTE AND DESIGN STUDIES (FC 110)0 1 0 1 0 1 0 $470.00 N/A RIGHT OF WAY DATA (FC 130)0 3 4 24 16 12 2 $7,960.00 4 ROADWAY DESIGN CONTROLS (FC 160)0 10 24 100 128 147 0 $48,810.00 38 DRAINAGE (FC 161)2 18 25 104 241 209 0 $69,905.00 28 SIGNING, PVMT. MARK., & SIGNALS (FC 162) 0 4 26 26 106 119 0 $31,740.00 17 MISCELLANEOUS (ROADWAY) (FC 163)1 12 21 94 139 127 5 $47,815.00 31 PROJECT MANAGEMENT (FC 164)3 76 39 55 0 0 9 $33,845.00 N/A BIDDING PHASE SERVICES 0 12 4 31 21 4 14 $11,690.00 CONSTRUCTION PHASE SERVICES 0 16 4 196 36 16 6 $39,570.00 SUBTOTAL LABOR EXPENSES 7 158 165 505 730 731 22 $341,390.00 118 DIRECT EXPENSES MILEAGE @ $0.55 per mile 2,000 $1,100.00 PRINTS (11" x17", @ $1.00 per plot)375 $375.00 MYLAR (11"x17", @ $1.00 per sheet)175 $175.00 PHOTO COPIES (8 1/2" x 11"; @ $0.10 per copy) 380 $38.00 PHOTO COPIES (11" x 17"; @ $0.15 per copy)1,500 $225.00 DELIVERIES (@ $25.00 per delivery)2 $50.00 SUBMITTAL REPRODUCTION ($750)4 $3,000.00 WPAP ($6500 Fee for TCEQ)6,500 $6,500.00 TDLR/ADA INSPECTION FEE 3500 $3,500.00 SUBTOTAL DIRECT EXPENSES $14,963.00 KLOTZ ASSOCIATES TOTAL $356,353.00 SUBCONTRACTS: ENVIRONMENTAL (COX|MCLAIN)$6,621.00 GEOTECHNICAL ENGINEER (FC 110) (MLA LABS)$1,535.00 TOPOGRAPHIC SURVEYING (FC 150) (INLAND GEODETICS)$18,313.00 TOTAL - SUBCONTRACTS:$26,469.00 GRAND TOTAL $382,822.00 PAGE 5 OF 5 IH35 NBFR PS&E fee.xlsx I 35 Frontage Road Improvements From Williams Drive to Proposed On-Ramp North of Northwest Boulevard Preparation of Construction Documents Design Schedule Item Start Date Finish Date Total Days Notice to Proceed 12/11/2013 12/11/2013 0 30% Design 1/13/2014 3/17/2014 63 30% Due Date 3/17/2014 3/17/2014 0 30% City Review 3/17/2014 3/31/2014 14 60% Design 3/31/2014 8/4/2014 126 60% Due Date 8/4/2014 8/4/2014 0 60% City Review 8/4/2014 8/18/2014 14 90% Design 8/18/2014 10/20/2014 63 90% Due Date 10/20/2014 10/20/2014 0 90% City Review 10/20/2014 11/3/2014 14 Final Design 11/3/2014 12/15/2014 42 Final Due Date 12/15/2014 12/15/2014 0 Final City Review 12/15/2014 12/29/2014 140 Environmental Document 1/13/2014 12/15/2014 Bidding Phase 12/29/2014 3/30/2015 91 Total 474 Days 1-Dec 15-Dec15-Feb 15-Aug1-Mar 15-Mar 1-Apr 15-Apr 1-May 15-May 1-Nov 15-Nov1-Dec 15-Dec 1-Jan 15-Jan 1-Feb I 35 Frontage Road PS&E Schedule May June July AugustDecemberJanuaryFebruaryMarchApril 2013 2014 DecemberNovemberSeptemberOctober 1-Sep 15-Sep 1-Oct 15-Oct1-Jun 15-Jun 1-Jul 15-Jul 1-Aug 2015 January February March 1-Jan 15-Jan 1-Feb 15-Feb 1-Mar 15-Mar 11/12/2013 City of Georgetown, Texas SUBJECT: A. Staff report regarding The Summit at Rivery Park Development -- Bridg Chapman, City Attorney; Micki Rundell, Finance Manager B. Consideration and possible action to approve financing participation and a Performance Agreement for The Summit at Rivery Park Development – Bridget Chapman, City Attorney; Micki Rundell, Finance Manager ITEM SUMMARY: The City has executed a Memorandum of Understanding with the Developer of The Summit at the Rivery development. The City intends to advance funds to the Developer, in an amount not to exceed $12.5M, as an incentive to build a hotel, conference center and public parking garage (Project). The anticipated funding plan includes a combination of financing sources including: · City Taxable Limited Tax Notes for construction of the public parking garage, Rivery Park improvements and public road improvements · Sales Tax Revenue Bonds issued by GEDCO for construction of public road, drainage, utility, landscaping, and sitework improvements · Cash from GEDCO for conference center uses, parking garage O&M, visitor center/kiosk, Shuttle service, and other soft costs. The hotel is proposed to be a 221-room hotel having an AAA 3 Diamond Rating or a 2 Star Forbes Rating (based on the 2013 hotel rating systems) in the Starwood Hotels & Resorts Worldwide, Inc. brand. The conference center is proposed to be an 18,880 square foot structure. In addition, a 336 space public parking garage is also proposed. The Hotel and Conference Center would be privately owned and operated, but it is anticipated that the City would enter into a Joint Use Agreement with the owner/operator to secure rights to use the Hotel and Conference Center. The Public Parking Garage is proposed to be owned by the City. In addition, it is anticipated that the Georgetown Transportation Enhancement Corporation (GTEC) will fund onsite transportation improvements in the amount of $750,000 to serve the hotel/conference center, including intersection improvements at Wolf Ranch Parkway and Rivery Blvd. GTEC also funded a Traffic Impact Analysis (TIA) that identified significant offsite transportation improvements related to this Project and its proposed uses. It is anticipated that GTEC will provide current funding for engineering and design of the offsite transportation improvements identified in the TIA, and future funding for construction. The Rivery TIRZ was created in 2007 and includes The Summit at Rivery Development. Establishing a TIRZ (Tax Increment Reinvestment Zone) is a way to finance approved public improvements in the Zone using tax increment from ad valorem tax generated from development in the TIRZ. In the Rivery TIRZ, TIRZ Revenue available for reimbursement of public improvement projects is 100% of the City tax increment and 80% of the County tax increment. Staff has reviewed cost documentation received from the Developer and has allocated funding of the $12.5 MM among the City and GEDCO. It is anticipated that the $12.5M investment made by the City and GEDCO, and the $750,000 funding from GTEC, will be fully reimbursed by TIRZ revenue. If the Board approves GTEC financing participation, a Performance Agreement will be executed with the Developer. The Development Package will be submitted for City Council approval on December 10, 2013. In order to meet the final approval deadline, Staff plans to adhere to the following schedule for Board/Commission actions: GEDCO Performance Agreement November 18, 2013 GEDCO Meeting Amended PUD Ordinance P&Z Commission consideration November 18, 2013 P&Z Meeting First Reading November 26 Council Meeting GTEC Performance Agreement November 20, 2013 GTEC Meeting Amended TIRZ Ordinance TIRZ Board consideration November __, 2013 TIRZ Board Meeting First Reading and Public Hearing November 26, 2013 Council Meeting Development Package Consideration December 10, 2013 Council Meeting Master Agreement Lease/Use and Access Agreement GEDCO Performance Agreement GTEC Performance Agreement Amended PUD Ordinance (Second Reading) Amended TIRZ Ordinance (Second Reading) FINANCIAL IMPACT: SUBMITTED BY: Bridget Chapman City of Georgetown, Texas SUBJECT: ITEM SUMMARY: FINANCIAL IMPACT: SUBMITTED BY: