Loading...
R-05-09-08-11B1 - 9/8/2005 RESOLUTION NO. R-05-09-08-11131 WHEREAS, the City of Round Rock desires to retain engineering services for the Egger Acres and Dennis Drive Improvements Project, and WHEREAS, S .D. Kallman, L.P. has submitted a Contract for Engineering Services to provide said services, and WHEREAS, the City Council desires to enter into said contract with S .D. Kallman, L.P. , Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City a Contract for Engineering Services with S.D. Kallman, L.P. for the Egger Acres and Dennis Drive Improvements Project, a copy of said contract being attached hereto as Exhibit "A" and incorporated herein for all purposes. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 8th day of September, 2005 . N WE ayor City of Round Rock, Texas A ST; CHRISTINE R. MARTINEZ, City Se etary @PFDesktop\::ODMA/WORLDOX/O:/WDOX/RESOLUTI/RS0908B1.WPD/—C ROUND ROCK TQCAS rjm) e.FMuK KOSPU iz CITY OF ROUND ROCK CONTRACT FOR ENGINEERING SERVICES FIRM: S.D.Kallman,LP ("Engineer") ADDRESS: 1106 S.Mays, Suite 100,Round Rock,TX 78664 PROJECT: EGGER ACRES AND DENNIS DRIVE IMPROVEMENTS PROJECT THE STATE OF TEXAS § COUNTY OF WILLIAMSON § THIS CONTRACT FOR ENGINEERING SERVICES ("Contract") is made and entered into on this the—day of , 2005 by and between the CITY OF ROUND ROCK, a Texas home- rule municipal corporation, whose offices are located at 221 East Main Street, Round Rock, Texas 78664-5299, (hereinafter referred to as "City"), and Engineer, and such Contract is for the purpose of contracting for professional engineering services. RECITALS: WHEREAS, V.T.C.A., Government Code §2254.002(2)(A)(vii) under Subchapter A entitled "Professional Services Procurement Act" provides for the procurement by municipalities of services of professional engineers; and WHEREAS, City and Engineer desire to contract for such professional engineering services; and WHEREAS, City and Engineer wish to document their agreement concerning the requirements and respective obligations of the parties; NOW, THEREFORE, WITNESSETH: That for and in consideration of the mutual promises contained herein and other good and valuable considerations, and the covenants and agreements hereinafter contained to be kept and performed by the respective parties hereto, it is agreed as follows: Engineering Services Contract Rev.04/06/05 File Name: sdkallman-egger&dennis;sti2denn;89805 00064494 1 EXHIBIT "An CONTRACT DOCUMENTS The Contract Documents consist of this Contract and any exhibits attached hereto (which exhibits are hereby incorporated into and made a part of this Contract) and all Supplemental Contracts (as defined herein in Article 13) which are subsequently issued. These form the entire contract, and all are as fully a part of this Contract as if attached to this Contract or repeated herein. ARTICLE 1 CITY SERVICES City shall perform or provide services as identified in Exhibit A entitled"City Services." ARTICLE 2 ENGINEERING SERVICES Engineer shall perform Engineering Services as identified in Exhibit B entitled "Engineering Services." Engineer shall perform the Engineering Services in accordance with the Work Schedule as identified in Exhibit C entitled "Work Schedule." Such Work Schedule shall contain a complete schedule so that the Engineering Services under this Contract may be accomplished within the specified time and at the specified cost. The Work Schedule shall provide specific work sequences and definite review times by City and Engineer of all Engineering Services. Should the review times or Engineering Services take longer than shown on the Work Schedule, through no fault of Engineer, Engineer may submit a timely written request for additional time, which shall be subject to the approval of the City Manager. ARTICLE 3 CONTRACT TERM (1) Term. The Engineer is expected to complete the Engineering Services described herein in accordance with the above described Work Schedule. If Engineer does not perform the Engineering Services in accordance with the Work Schedule, then City shall have the right to terminate this Contract as set forth below in Article 20. So long as the City elects not to terminate this Contract, it shall continue from day to day until such time as the Engineering Services are completed. Any Engineering Services performed or costs incurred after the date of termination shall not be eligible for reimbursement. Engineer shall notify City in writing as soon as possible if he/she/it determines, or reasonably anticipates, that the Engineering Services will not be completed in accordance with the Work Schedule. (2) Work Schedule. Engineer acknowledges that the Work Schedule is of critical importance, and agrees to undertake all necessary efforts to expedite the performance of Engineering Services required herein so that construction of the project will be commenced and completed as scheduled. In this regard, and subject to adjustments in the Work Schedule as provided in Article 2 herein, Engineer shall proceed with sufficient qualified personnel and consultants necessary to fully and timely accomplish all Engineering Services required under this Contract in a professional manner. 2 (3) Notice to Proceed. After execution of this Contract, Engineer shall not proceed with Engineering Services until authorized in writing by City to proceed as provided in Article 7. ARTICLE 4 COMPENSATION City shall pay and Engineer agrees to accept the amount shown below as full compensation for the-Engineering-Services performed and to be performed under this Contract. The amount payable under this Contract, without modification of the Contract as provided herein, is the sum of One Hundred Fifty-six Thousand Eight Hundred Fifty-three and 41/100 Dollars ($ 156,853.41 ) as shown in Exhibit D. The lump sum amount payable shall be revised equitably only by written Supplemental Contract in the event of a change in Engineering Services as authorized by City. Engineer shall prepare and submit to City monthly progress reports in sufficient detail to support the progress of the Engineering Services and to support invoices requesting monthly payment. Any preferred format of City for such monthly progress reports shall be identified in Exhibit B. Satisfactory progress of Engineering Services shall be an absolute condition of payment. The fee herein referenced may be adjusted for additional Engineering Services requested and performed only if approved by written Supplemental Contract. ARTICLE 5 METHOD OF PAYMENT Payments to Engineer shall be made while Engineering Services are in progress. Engineer shall prepare and submit to City, not more frequently than once per month, a progress report as referenced in Article 4 above. Such progress report shall state the percentage of completion of Engineering Services accomplished during that billing period and to date. Simultaneous with submission of such progress report, Engineer shall prepare and submit one (1) original and one (1) copy of a certified invoice in a form acceptable to City. This submittal shall also include a progress assessment report in a form acceptable to City. Progress payments shall be made in proportion to the percentage of completion of Engineering Services identified in Exhibit D. Progress payments shall be made by City based upon Engineering Services actually provided and performed. Upon timely receipt and approval of each statement, City shall make a good faith effort to pay the amount which is due and payable within thirty (30) days. City reserves the right to withhold payment pending verification of satisfactory Engineering Services performed. Engineer has the responsibility to submit proof to City, adequate and sufficient in its determination,that tasks were completed. The certified statements shall show the total amount earned to the date of submission and shall show the amount due and payable as of the date of the current statement. Final payment does not relieve Engineer of the responsibility of correcting any errors and/or omissions resulting from his/her/its negligence. 3 ARTICLE 6 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Engineer will be made within thirty (30) days of the day on which the performance of services was complete, or within thirty (30) days of the day on which City receives a correct invoice for services, whichever is later. Engineer may charge a late fee (fee shall not be greater than that which is permitted by Texas law) for payments not made in accordance with this prompt payment policy; however, this policy does not apply in the event: A. There is a bona fide dispute between City and Engineer concerning the supplies, materials, or equipment delivered or the services performed that causes the payment to be late; or B. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or C. There is a bona fide dispute between Engineer and a subcontractor or between a subcontractor and its supplier concerning supplies, materials, or equipment delivered or the Engineering Services performed which causes the payment to be late; or D. The invoice is not mailed to City in strict accordance with instructions, if any, on the purchase order, or this Contract or other such contractual agreement. City shall document to Engineer the issues related to disputed invoices within ten(10) calendar days of receipt of such invoice. Any non-disputed invoices shall be considered correct and payable per the terms of Chapter 2251,V.T.C.A.,Texas Government Code. ARTICLE 7 NOTICE TO PROCEED The Engineer shall not proceed with any task listed on Exhibit B until the City has issued a written Notice to Proceed regarding such task. The City shall not be responsible for work performed or costs incurred by Engineer related to any task for which a Notice to Proceed has not been issued. ARTICLE 8 PROJECT TEAM City's Designated Representative for purposes of this Contract is as follows: William J. Dobrowolski III,P.E. Senior Engineer 2008 Enterprise Round Rock, Texas 78664 Telephone Number(512) 218-6601 Fax Number(512) 218-5563 Email Address wdobrowolski@round-rock.tx.us 4 City's Designated Representative shall be authorized to act on City's behalf with respect to this Contract. City or City's Designated Representative shall render decisions in a timely manner pertaining to documents submitted by Engineer in order to avoid unreasonable delay in the orderly and sequential progress of Engineering Services. Engineer's Designated Representative for purposes of this Contract is as follows: Garry Tuttle, P.E. Project Manager 1106 S. Mays, Suite 100 0 Round Kock,TX 725664 a Telephone Number (512)218-4404 ext. 12 Fax Number (512)218-1668 Email Address garry@sdkallman.com ARTICLE 9 PROGRESS EVALUATION Engineer shall, from time to time during the progress of the Engineering Services, confer with City at City's election. Engineer shall prepare and present such information as may be pertinent and necessary, or as may be requested by City, in order for City to evaluate features of the Engineering Services. At the request of City or Engineer, conferences shall be provided at Engineer's office, the offices of City, or at other locations designated by City.When requested by City, such conferences shall also include evaluation of the Engineering Services. Should City determine that the progress in Engineering Services does not satisfy the Work Schedule, then City shall review the Work Schedule with Engineer to determine corrective action required. Engineer shall promptly advise City in writing of events which have or may have a significant impact upon the progress of the Engineering Services, including but not limited to the following: (1) Problems, delays, adverse conditions which may materially affect the ability to meet the objectives of the Work Schedule, or preclude the attainment of project Engineering Services units by established time periods; and such disclosure shall be accompanied by statement of actions taken or contemplated, and City assistance needed to resolve the situation, if any; and (2) Favorable developments or events which enable meeting the Work Schedule goals sooner than anticipated. 5 ARTICLE 10 SUSPENSION Should City desire to suspend the Engineering Services, but not to terminate this Contract, then such suspension may be effected by City giving Engineer thirty (30) calendar days' verbal notification followed by written confirmation to that effect. Such thirty-day notice may be waived in writing by agreement and signature of both parties. The Engineering Services may be reinstated and resumed in full force and-effect within sixty (60) days of receipt of written notice from City to resume the Engineering Services. Such sixty-day notice may be waived in writing by agreement and signature of both parties. If this Contract is suspended for more than thirty(30) days, Engineer shall have the option of terminating this Contract. If City suspends the Engineering Services, the contract period as determined in Article 3, and the Work Schedule, shall be extended for a time period equal to the suspension period. City assumes no liability for Engineering Services performed or costs incurred prior to the date authorized by City for Engineer to begin Engineering Services, and/or during periods when Engineering Services is suspended, and/or subsequent to the contract completion date. ARTICLE 11 ADDITIONAL ENGINEERING SERVICES If Engineer forms a reasonable opinion that any work he/she/it has been directed to perform is beyond the scope of this Contract and as such constitutes extra work, he/she/it shall promptly notify City in writing. In the event City finds that such work does constitute extra work and exceeds the maximum amount payable, City shall so advise Engineer and a written Supplemental Contract will be executed between the parties as provided in Article 13. Engineer shall not perform any proposed additional work nor incur any additional costs prior to the execution, by both parties, of a written Supplemental Contract. City shall not be responsible for actions by Engineer nor for any costs incurred by Engineer relating to additional work not directly associated with the performance of the Engineering Services authorized in this Contract or any amendments thereto. ARTICLE 12 CHANGES IN ENGINEERING SERVICES If City deems it necessary to request changes to previously satisfactorily completed Engineering Services or parts thereof which involve changes to the original Engineering Services or character of Engineering Services under this Contract, then Engineer shall make such revisions as requested and as directed by City. Such revisions shall be considered as additional Engineering Services and paid for as specified under Article 11. Engineer shall make revisions to Engineering Services authorized hereunder as are necessary to correct errors appearing therein, when required to do so by City. No additional compensation shall be due for such Engineering Services. 6 ARTICLE 13 SUPPLEMENTAL CONTRACTS The terms of this Contract may be modified by written Supplemental Contract if City determines that there has been a significant change in (1) the scope, complexity or character of the Engineering Services, or(2) the duration of the Engineering Services. Any such Supplemental Contract must be duly authorized by the City. Engineer shall not proceed until the Supplemental Contract has been executed.Additional compensation, if appropriate, shall be identified as provided in Article 4: It is understood and agreed by and between both parties that Engineer shall make no claim for extra work done or materials furnished until the City authorizes full execution of the written Supplemental Contract and authorization to proceed. City reserves the right to withhold payment pending verification of satisfactory Engineering Services performed. ARTICLE 14 OWNERSHIP OF DOCUMENTS All data, basic sketches, charts, calculations, plans, specifications, and other documents created or collected under the terms of this Contract are the exclusive property of City and shall be furnished to City upon request. All documents prepared by Engineer and all documents furnished to Engineer by City shall be delivered to City upon completion or termination of this Contract. Engineer, at its own expense, may retain copies of such documents or any other data which it has furnished City under this Contract. ARTICLE 15 PERSONNEL,EOUIPMENT AND MATERIAL Engineer shall furnish and maintain, at its own expense, quarters for the performance of all Engineering Services, and adequate and sufficient personnel and equipment to perform the Engineering Services as required. All employees of Engineer shall have such knowledge and experience as will enable them to perform the duties assigned to them. Any employee of Engineer who, in the opinion of City, is incompetent or whose conduct becomes detrimental to the Engineering Services shall immediately be removed from association with the project when so instructed by City. Engineer certifies that it presently has adequate qualified personnel in its employment for performance of the Engineering Services required under this Contract, or will obtain such personnel from sources other than City. Engineer may not change the Project Manager without prior written consent of City. ARTICLE 16 SUBCONTRACTING Engineer shall not assign, subcontract or transfer any portion of the Engineering Services under this Contract without prior written approval from City. All subcontracts shall include the provisions required in this Contract and shall be approved as to form, in writing, by City prior to Engineering Services being performed under the subcontract. No subcontract shall relieve Engineer of any responsibilities under this Contract. 7 ARTICLE 17 EVALUATION OF ENGINEERING SERVICES City,or any authorized representatives of it, shall have the right at all reasonable times to review or otherwise evaluate the Engineering Services performed or being performed hereunder and the premises on which it is being performed. If any review or evaluation is made on the premises of Engineer or a subcontractor, then Engineer shall provide and require its subcontractors to provide all reasonable facilities and assistance for the safety and convenience of City or other representatives in the performance of their duties. ARTICLE 18 SUBMISSION OF REPORTS All applicable study reports shall be submitted in preliminary form for approval by City before any final report is issued. City's comments on Engineer's preliminary reports shall be addressed in any final report. ARTICLE 19 VIOLATION OF CONTRACT TERMS/BREACH OF CONTRACT Violation of contract terms or breach of contract by Engineer shall be grounds for termination of this Contract, and any increased costs arising from Engineer's default, breach of contract, or violation of contract terms shall be paid by Engineer. ARTICLE 20 TERMINATION This Contract may be terminated as set forth below. (1) By mutual agreement and consent, in writing, of both parties. (2) By City, by notice in writing to Engineer, as a consequence of failure by Engineer to perform the Engineering Services set forth herein in a satisfactory manner. (3) By either party, upon the failure of the other party to fulfill its obligations as set forth herein. (4) By City, for reasons of its own and not subject to the mutual consent of Engineer, upon not less than thirty(30)days' written notice to Engineer. (5) By satisfactory completion of all Engineering Services and obligations described herein. Should City terminate this Contract as herein provided, no fees other than fees due and payable at the time of termination shall thereafter be paid to Engineer. In determining the value of the Engineering Services performed by Engineer prior to termination, City shall be the sole judge. Compensation for Engineering Services at termination will be based on a percentage of the Engineering 8 Services completed at that time. Should City terminate this Contract under Subsection (4) immediately above,then the amount charged during the thirty-day notice period shall not exceed the amount charged during the preceding thirty(30)days. If Engineer defaults in the performance of this Contract or if City terminates this Contract for fault on the part of Engineer, then City shall give consideration to the actual costs incurred by Engineer in performing the Engineering Services to the date of default, the amount of Engineering Services required which was satisfactorily completed to date of default,the value of the Engineering Services which are usable to City, the cost to City of employing another firm to complete the Engineering Services required and the time required to do so, and other factors which affect the value to City of the Engineering Services performed at the time of default. The termination of this Contract and payment of an amount in settlement as prescribed above shall extinguish all rights, duties, and obligations of City and Engineer under this Contract, except the obligations set forth herein in Article 21 entitled "Compliance with Laws." If the termination of this Contract is due to the failure of Engineer to fulfill his/her/its contractual obligations,then City may take over the project and prosecute the Engineering Services to completion. In such case, Engineer shall be liable to City for any additional and reasonable costs incurred by City. Engineer shall be responsible for the settlement of all contractual and administrative issues arising out of any procurements made by Engineer in support of the Engineering Services under this Contract. ARTICLE 21 COMPLIANCE WITH LAWS (1) Compliance. Engineer shall comply with all applicable federal, state and local laws, statutes, codes, ordinances, rules and regulations, and the orders and decrees of any court, or administrative bodies or tribunals in any manner affecting the performance of this Contract, including without limitation, minimum/maximum salary and wage statutes and regulations, and licensing laws and regulations. Engineer shall furnish City with satisfactory proof of his/her/its compliance. Engineer shall further obtain all permits and licenses required in the performance of the Engineering Services contracted for herein. (2) Taxes. Engineer will pay all taxes, if any, required by law arising by virtue of the Engineering Services performed hereunder. City is qualified for exemption pursuant to the provisions of Section 151.309 of the Texas Limited Sales,Excise, and Use Tax Act. ARTICLE 22 INDEMNIFICATION Engineer shall save and hold harmless City and its officers and employees from all claims and liabilities due to activities of his/her/itself and his/her/its agents or employees, performed under this Contract, which are caused by or which result from the negligent error, omission, or negligent act of Engineer or of any person employed by Engineer or under Engineer's direction or control. 9 Engineer shall also save and hold City harmless from any and all expenses, including but not limited to reasonable attorneys fees which may be incurred by City in litigation or otherwise defending claims or liabilities which may be imposed on City as a result of such negligent activities by Engineer, its agents, or employees. ARTICLE 23 ENGINEER'S RESPONSIBILITIES Engineer shall be responsible for the accuracy of his/her/its Engineering Services and shall promptly make necessary revisions or corrections to its work product resulting from errors, omissions, or negligent acts, and same shall be done without compensation. City shall determine Engineer's responsibilities for all questions arising from design errors and/or omissions. Engineer shall not be relieved of responsibility for subsequent correction of any such errors or omissions in its work product, or for clarification of any ambiguities until after the construction phase of the project has been completed. ARTICLE 24 ENGINEER'S SEAL The responsible engineer shall sign, seal and date all appropriate engineering submissions to City in accordance with the Texas Engineering Practice Act and the rules of the State Board of Registration for Professional Engineers. ARTICLE 25 NON-COLLUSION,FINANCIAL INTEREST PROHIBITED (1) Non-collusion. Engineer warrants that he/she/it has not employed or retained any company or persons, other than a bona fide employee working solely for Engineer, to solicit or secure this Contract, and that he/she/it has not paid or agreed to pay any company or engineer any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this Contract. For breach or violation of this warranty, City reserves and shall have the right to annul this Contract without liability or, in its discretion and at its sole election, to deduct from the contract price or compensation, or to otherwise recover, the full amount of such fee, commission,percentage,brokerage fee, gift or contingent fee. (2) Financial Interest Prohibited. Engineer covenants and represents that Engineer, his/her/its officers, employees, agents, consultants and subcontractors will have no financial interest, direct or indirect, in the purchase or sale of any product, materials or equipment that will be recommended or required for the construction of the project. ARTICLE 26 INSURANCE (1) Insurance. Engineer, at Engineer's sole cost, shall purchase and maintain during the entire term while this Contract is in effect professional liability insurance coverage in the minimum amount of One Million Dollars per occurrence from a company authorized to do insurance business in Texas and 10 otherwise acceptable to City. Engineer shall also notify City,within twenty-four(24)hours of receipt, of any notices of expiration, cancellation, non-renewal, or material change in coverage it receives from its insurer. (2) Subconsultant Insurance. Without limiting any of the other obligations or liabilities of Engineer, Engineer shall require each subconsultant performing work under this Contract to maintain during the term of this Contract, at the subconsultant's own expense, the same stipulated minimum insurance required in Article 26, Section (1) above, including the required provisions and additional policy conditions as shown below in Article 26, Section(3). Engineer shall obtain and monitor the certificates of insurance from each subconsultant in order to assure compliance with the insurance requirements. Engineer must retain the certificates of insurance for the duration of this Contract, and shall have the responsibility of enforcing these insurance requirements among its subconsultants. City shall be entitled, upon request and without expense, to receive copies of these certificates of insurance. (3) Insurance Policy Endorsements. Each insurance policy shall include the following conditions by endorsement to the policy: (a) Each policy shall require that thirty (30) days prior to the expiration, cancellation, non- renewal or reduction in limits by endorsement a notice thereof shall be given to City by certified mail to: City Manager, City of Round Rock 221 East Main Street Round Rock, Texas 78664 (b) The policy clause "Other Insurance" shall not apply to any insurance coverage currently held by City, to any such future coverage, or to City's Self-Insured Retentions of whatever nature. (4) Cost of Insurance. The cost of all insurance required herein to be secured and maintained by Engineer shall be borne solely by Engineer, with certificates of insurance evidencing such minimum coverage in force to be filed with City. Such Certificates of Insurance are evidenced as Exhibit E herein entitled"Certificates of Insurance." ARTICLE 27 COPYRIGHTS City shall have the royalty-free, nonexclusive and irrevocable right to reproduce, publish or otherwise use, and to authorize others to use, any reports developed by Engineer for governmental purposes. 11 ARTICLE 28 SUCCESSORS AND ASSIGNS This Contract shall be binding upon and inure to the benefit of the parties hereto, their successors, lawful assigns, and legal representatives. Engineer may not assign, sublet or transfer any interest in this Contract, in whole or in part, by operation of law or otherwise, without obtaining the prior written consent of City. ARTICLE 29 SEVERABILITY In the event any one or more of the provisions contained in this Contract shall for any reason be held to be invalid, illegal or unenforceable in any respect, then such invalidity, illegality or unenforceability shall not affect any other provision thereof and this Contract shall be construed as if such invalid, illegal or unenforceable provision had never been contained herein. ARTICLE 30 PRIOR AGREEMENTS SUPERSEDED This Contract constitutes the sole agreement of the parties hereto, and supersedes any prior understandings or written or oral contracts between the parties respecting the subject matter defined herein. This Contract may only be amended or supplemented by mutual agreement of the parties hereto in writing. ARTICLE 31 ENGINEER'S ACCOUNTING RECORDS Records pertaining to the project, and records of accounts between City and Engineer, shall be kept on a generally recognized accounting basis and shall be available to City or its authorized representatives at mutually convenient times. The City reserves the right to review all records it deems relevant which are related to this Contract. ARTICLE 32 NOTICES All notices to either party by the other required under this Contract shall be personally delivered or mailed to such parry at the following respective addresses: City: City of Round Rock Attention: City Manager 221 East Main Street Round Rock, TX 78664 12 and to: Stephan L. Sheets City Attorney 309 East Main Street Round Rock, TX 78664 Engineer: Steven D. Kallman, P.E. General Partner S. D. Kallman,LP 1106 S. Mays, Suite 100 Round Rock,TX 78664 ARTICLE 33 GENERAL PROVISIONS (1) Time is of the Essence. Engineer understands and agrees that time is of the essence and that any failure of Engineer to complete the Engineering Services for each phase of this Contract within the agreed Work Schedule may constitute a material breach of this Contract. Engineer shall be fully responsible for his/her/its delays or for failures to use his/her/its reasonable efforts in accordance with the terms of this Contract and the Engineer's standard of performance as defined herein. Where damage is caused to City due to Engineer's negligent failure to perform City may accordingly withhold, to the extent of such damage, Engineer's payments hereunder without waiver of any of City's additional legal rights or remedies. (2) Force Majeure. Neither City nor Engineer shall be deemed in violation of this Contract if prevented from performing any of their obligations hereunder by reasons for which they are not responsible or circumstances beyond their control. However, notice of such impediment or delay in performance must be timely given,and all reasonable efforts undertaken to mitigate its effects. (3) Enforcement and Venue. This Contract shall be enforceable in Round Rock, Williamson County, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Contract shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. (4) Standard of Performance. The standard of care for all professional engineering, consulting and related services performed or furnished by Engineer and its employees under this Contract will be the care and skill ordinarily used by members of Engineer's profession practicing under the same or similar circumstances at the same time and in the same locality. Excepting Articles 25 and 34 herein, Engineer makes no warranties, express or implied, under this Contract or otherwise, in connection with the Engineering Services. 13 (5) Opinion of Probable Cost. Any opinions of probable project cost or probable construction cost provided by Engineer are made on the basis of information available to Engineer and on the basis of Engineer's experience and qualifications and represents its judgment as an experienced and qualified professional engineer. However, since Engineer has no control over the cost of labor, materials, equipment or services furnished by others, or over the contractor(s') methods of determining prices, or over competitive bidding or market conditions, Engineer does not guarantee that proposals, bids or actual project or construction cost will not vary from opinions of probable cost Engineer prepares. (6) Opinions and Determinations. Where the terms of this Contract provide for action to be based upon opinion,judgment, approval, review, or determination of either party hereto, such terms are not intended to be and shall never be construed as permitting such opinion,judgment, approval,review, or determination to be arbitrary, capricious, or unreasonable. ARTICLE 34 SIGNATORY WARRANTY The undersigned signatory for Engineer hereby represents and warrants that the signatory is an officer of the organization for which he/she has executed this Contract and that he/she has full and complete authority to enter into this Contract on behalf of the firm. The above-stated representations and warranties are made for the purpose of inducing City to enter into this Contract. IN WITNESS WHEREOF,the City of Round Rock has caused this Contract to be signed in its corporate name by its duly authorized City Manager or Mayor and Engineer, signing by and through its duly authorized representative(s), thereby binding the parties hereto, their successors, assigns and representatives for the faithful and full performance of the terms and provisions hereof. CITY OF ROUND ROCK, TEXAS APPROVED AS TO FORM: By: Nyle Maxwell,Mayor Stephan L. Sheets, City Attorney ATTEST: By: Christine Martinez, City Secretary S.D. Kallman,LP By: —.& �. Signature of Principal Printed Name: S' Y ..N KA i_tmmy 14 LIST OF EXHIBITS ATTACHED (1)Exhibit A City Services (2)Exhibit B Engineering Services (3)Exhibit C Work Schedule (4)Exhibit D Fee Schedule (5)Exhibit E Certificates of Insurance 15 EXHIBIT A City Services The City of Round Rock will furnish to the Engineer the following items/information: 1. Coordination necessary to identify any sub-standard curb and gutter on the Loop Street defined by Robb Lane, Sara Drive, Dennis Drive and the cul-de- sac Karen Cove. 2. Existing available drainage facility information and hydraulic design criteria for project design. 3. Record drawings and documents pertaining to projects in the area, including easement documents, construction plans, test records, aerial photography, system maps, etc. 4. Existing utilities within the construction area shall be exposed by City forces to allow Engineer's Surveyor to establish horizontal and vertical location of existing utilities. EXHIBIT B Engineering Services The Engineer shall provide the following engineering services required for the preparation of the plans, specifications, and estimate: GENERAL 1. The work effort and the management for the project included in this contract will be conducted in the Engineer's office in Round Rock, Texas. 2. The engineer will be readily accessible to the City of Round Rock staff and will meet with the City's project manager as necessary. 3. Monthly progress reports will be submitted,which will detail on-going work as well as work accomplished since the previous report. 4. When feasible, the City's standard drawings and specifications of previously approved special provisions/specifications will be utilized. 5. If a special provision or special specification must be developed under this contract, it shall be in the City's format, and to the extent possible, incorporate references to the City's approved test procedures. 6. The plan sheets will adhere in format and content to current City of Round Rock (CORR) standards. 7. The Engineer is fully responsible for any traffic control required from any data collection activities. 8. Survey work for platting shall be performed in accordance with the Texas Board of Professional Surveyors"Manual of Practice for Land Surveying in Texas". Category 1A, Condition II. 9. Survey work for design and construction control shall be performed in accordance with the Texas Board of Professional Surveyors "Manual of Practice for Land Surveying in Texas", Category 2, Condition Ill. Construction staking shall be provided by construction contractor. PHASE I - PRELIMINARY PHASE Engineering Services: 1. Identify possible curb and gutter rehabilitation/replacement. 2. Preparation of preliminary drainage plan. 3. Determine possible utility locations. 4. Update preliminary cost estimates. 5. Preparation of project scope of work. 6. Meet with affected property owners and city staff. 7. Approval of project scope of work. 8. Schedule and review non-destructive geotechnical testing of existing streets. 1 PHASE II - DESIGN PHASE Engineering Services: 1. Prepare drainage area maps showing existing conditions and proposed improvements and submit for review. 2. Review existing utility schematics and coordinate with the utility companies and the City to determine field utility locations. 3. Prepare hydraulic computations for culverts, channels, storm sewers and inlets. 4. Prepare hydraulic data sheets. 5. Develop storm sewer plan and profile and culvert cross-section sheets. 6. Develop miscellaneous drainage details. 7. Prepare construction plans and submit for review. 8. Coordinate with the sub-consultant and City regarding land and/or easement acquisition. 9. Prepare a narrative of the construction sequencing and time estimates. 10. Prepare bid quantities. 11. Prepare pre-design estimate after utility locations and determination of scope of work, final design estimate, specifications and general notes. 12. Prepare bidding documents and all copies for the bidding process. Sub-Contract Services: 1. Locate existing curb, driveways, drainage facilities and cross section natural drainage features. 2. Locate existing marked underground and overhead utilities. 3. Prepare field notes and sketch for necessary easements. 4. Set horizontal and vertical controls. 5. Collect data using GPS equipment. PHASE III - ENVIRONMENTAL PHASE Engineering Services: 1. Provide technical assistance at the public meetings scheduled by the City. 2. Participate in project meetings and resource agency meetings. 3. Coordinate with Sub-consultant and review historic structures studies. 4. Coordinate with Sub-consultant and review notification letter to the Texas Historical Commission Division of Antiquities. 5. Perform an Environmental Audit for hazardous materials impact in accordance with ASTM 6. Coordinate with Sub-consultant and review environmental documents. PHASE IV— BIDDING PHASE Engineering Services: 1. Attend pre-bid conference. 2. Attend public bid opening. 2 3. Review bids received for completeness and accuracy. 4. Prepare detailed bid tabulations. 5. Make recommendation for bid award. 6. Prepare notice of award. 7. Prepare seven sets of final contract documents. PHASE V - CONSTRUCTION ADMINISTRATION Engineering Services: 1. Provide periodic construction inspection services to assure compliance with plans and specifications. 2. Attend construction meetings as requested by City. 3. Review and make recommendations to City on submittals, pay requests and change orders. 4. Punch list the project when contractor requests consideration for acceptance. 5. Sign off on completed punch list. 6. Prepare and submit a Plan of Record for the completed project. 7. Evaluate and make recommendations on all value-engineering submittals. 3 EXHIBIT C -WORK SCHEDULE CITY OF ROUND ROCK, TEXAS EGGERACRESAND DENNIS DRIVE IMPROVEMENTS PROJECT SCHEDULE ID Task Name Ad-2 Ad-1 M1 Ad2 Ada Ado Ads Ad6 Adz Ad8 Ad9 Ad10 111M12 13 M14 U15 ° Eger .Acres Schedule 1 Notice to Pznceed - -- ---__._ 2 Kick-off Meeting 3 - Fhase I:Preliminary Phase _ _ 4 I deritify curb/gutter/driveway rehabilitationh e_placem erg 5 Geotechnical Testing&Report _ 6 _ Proposed drainage and existingutilityidentification plan 7 Preliminary Report w/she o ions& cost estimate. $ City review and selection of project scope _ 9 Phase II:Design Phase 10 Des' n Meetings 27 Drainage area map 28 _— Field design surveys 29 Existing utility fieldlocat'Ons _...._ .ns 31 A Contract documerds and techriical specifications 32 City review and approval 33 Phase III• Bidding Phase 34Advertising and bidding 35 S D Kallman review and recommendation 36 +� Awardproject 37 Ex ecution of contract documents 38 Phase IV: Construction Administration Phase 39 C onstruction notice to proceed _ 40 Construction administration services 41 Pre-constructionmeetir> __.._..._......__...___.................. 42 W Bi-Weekly Construction Meeting 54 Setting survey cork ols 55 � Fl an of record 56 C ity plan of record review E97.rACres SoledIk2mpp Pmectscleaite EXHIBIT D FEE SCHEDULE TOTAL COMPENSATION FOR SERVICES: $156,853.41 PAYMENT SCHEDULE TASK ITEMS FEE REIMBURSABLE TOTAL Phase I:Preliminary Phase 401/o Phase I $ 11,357.43 $ 6,049.67 $ 17,407.10 60%Phase I $ 17,036.15 $ 496.10 $ 17,532.25 Phase 1I:Design Phase 30%Phase II $ 23,454.58 $ 7,092.80 $ 30,547.38 200/9 Phase II $ 15,636.39 $ 4,893.90 $ 20,530.29 25%Phase II $ 19,545.49 $ 496.10 $ 20,041.59 25%Phase II $ 19,545.49 $ 496.10 $ 20,041.59 Phase III:Bidding Phase 60%Phase III $ 3,048.13 $ 1,736.35 $ 4,784.48 20%Phase III $ 1,016.04 $ 1,016.04 20%Phase III $ 1,016.04 $ 1,016.04 Phase IV: Construction Administration Phase 200%Phase IV $ 4,359.32 $ 2,140.05 $ 6,499.37 15%Phase IV $ 3,269.49 $ 3,269.49 15%Phase IV $ 3,269.49 $ 3,269.49 15%Phase IV $ 3,269.49 $ 3,269.49 15%Phase IV $ 3,269.49 $ 3,269.49 20%Phase IV $ 4,359.32 $ 41359.32 Total Project Costs $ 133,452.34 $ 23,401.07 $156,853.41 EXPERT TESTIMONY.IF REQUIRED BY THE CITY MINIMUM 4 HOURS PER DAY TOTAL TOTAL EXPERT CLASSIFICATION STANDARD TESTIMONY RATE RATE* Principal and Registered Professional $ 237.97 $ 297.46 Engineer Senior Engineer $ 125.40 $ 156.75 Project Manager $ 95.21 $ 119.01 *Rates are based on"Total Standard Rate"with a 1.25 multiplier. Exhibit E Certificates of Insurance See Attached Forms A CORD DATE{MMIDD/DD/YY1'Y) I TM. CERTIFICATE OF LIABILITY INSURANCE FEB PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION MICHAEL J.HALL&COMPANY ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 1957810TH AVENUE N.E. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR POULSBO WA 98370 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Agen2y Lic#:91-1461089 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURERA: LLODY'S OF LONDONS. t D.KALLMAN,LP. INSURER B: HARTFORD ACCIDENT – 1106 S.MAYS,SUITE 100 INSURER C: _ ROUND ROCK TX 78664 INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT.TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, LTTRRI;a TYPE OF INSURANCE I POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS DATE MM/D DATE�-• GENERAL LIABILITY 52SBARW9963 FEB 19 05 FEB 19 06 EACH OCCURRENCE $ 1,000,050— X COMMERCIAL GENERAL LLABILM DAMAGE TO RENTED�1--$ 300,000 CLAIMS MADE OCCUR MED.EXP(Any one person) $ 10,000 B PERSONAL BADV INJURY S 1,000,000 GENERAL AGGREGATE_ $ 2_,000,000 GEN'L AGGREGATE LIMIT APPLIES PERPRODUCTS•COMP/OPAGG. $ 2,000,000 POLICY PROJECT F�LOC - . AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT ANY AUTO (Ea acMdent) $ ALL OWNED AUTOS I BODILY- INJURY SCHEDULED AUTOS I(Per person) $ HIRED AUTOS BODILY INJURY NON-OWNED AUTOS (Per accident) $ PROPERTY DAMAGE $ (Peraccident) GARAGE LIABILITY $ AUTO ONLY-EA ACCIDENT ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE ,S .....---- ---- .... OCCUR CLAIMS MADE AGGREGATE $ DEDUCTIBLE $ RETENTION$ $ WORKERS COMPENSATION AND vmc STATU OTHER EMPLOYERS'LIABILITY ANYPROPRIETORIPARTNEPADMCUTIVE - E.L.EACH ACCIDENT $ OFFICERNSIABER EXCLUDEDI It yes.tleeMbe antler E.L.DISEASE-EA EMPLOYEE S .. SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $ A I!OTHER: 11056395141005 FEB 13 05 FEB 13 06 $1,000,000 PER CLAIM PROFESSIONAL LIABILITY POLICY $1,000,000 AGGREGATE CLAIMS MADE FORM RETRO DATE-111193 DESCRIPTION OF OPERATIONSILOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS CERTIFICATE HOLDER — CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 CITY OF ROUND ROCK DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE 221 E MAIN STREET INSURER ITS AGENTS OR REPRESENTATIVES. ROUND ROCK,TX 78664 AUTHORIZED REPRESENTATIVE Attention: CHRISTINE MARTINEZ -CITY SEC Matthew L.Copus ACORD 25(2001108) Certificate# 23305 ©ACORD CORPORATION 1988 CERTIFICATE OF LIABILITY INSURANCE Date: 2/8/05 PROFESSIONAL SERVICES PRODUCER COMPANIES AFFORDING COVERAGE Michael J Hall & Company 19578 10" Ave NE Poulsbo, WA 98370 A Lloyd's of London INSURED B Hartford Accident & Indemnity S.D. Kallman, L.P.. C 1106 S. Mays, Suite 100 Round Rock, TX 78664 D THIS IS TO CERTIFY THAT the Insured named above is insured by the Companies listed above with respect to the business operations hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by the companies, and further hereinafter described. Exceptions to the policies are noted below. CO TYPE OF INSURANCE POLICY EFFECTIVE MIRA71ON LIMIT'S LTR NUMBER DATE DATE A PROFESSIONAL LIABILITY 1105639514/005 2/13/05 2/13/06 $,000,000 per claim $1,000,000 aggregate B General Liability 52SBARW9963 2/19/05 2/19/06 $1,000,000 per claim $1,000,000 aggregate DESCRIPTION OF SPECIAL rMMS/EXCEPTIONS Should any of the above described policies be cancelled or changed before the expiration date thereof, the issuing company will mail thirty(30)days written notice to the certificate holder named below. CERTIFICATE HOLDER: City of Round Rock 221 E.Main Street Round Rock,Texas 78664 attn:Christine Martinez, City Secretary SIGNATURE OF AUTHORIZED REPRESENTATIVE Typed Name:Matthew L Copus Title- Title: Producer Rev'd 2/10/03-Professional Liability Certificate.doe n , i t ti� '' • � r� ,. ;a. M1 `' 4 y,�' s^,'{�� � �}�t yet ��°s �;'�' "�I� �' '", ° e 'l 1 '4 • • — ` — • — R � of �� sa , _ 1 i yy � AI V Possible . • - • ` f - r 1 .r� P x - a L 1 � T r r. Egger Acres Dennis Drive Improvements DATE: September 1, 2005 SUBJECT: City Council Meeting - September 8, 2005 ITEM: 11.B.1. Consider a resolution authorizing the Mayor to execute a Contract for Engineering Services with S.D. Kallman, LP for the Egger Acres and Dennis Drive Improvements Project. Department: Engineering and Developmental Services Staff Person: Danny Halden, City Engineer Justification: Design portion of the Egger Acres and Dennis Drive Improvements project is funded out of the second issuance 2001 GO Bond Program. Timely execution of contract will assure the bid/construction documents are completed for the third issuance 2001 GO Bond Program funds that will pay for the bidding and construction phases of the project. Funding: Cost: $156,853.41 Source of funds: 2001 GO Bonds (2"d Issuance) Outside Resources: S.D. Kallman, LP, Engineers and Environmental Consultants Background Information• Repairs of the City's infrastructure in this area under the Wastewater Rehabilitation Program, the City- Wide Street Maintenance Program, City-Wide Sidewalk Enhancement Program, and Water Line Maintenance Program have kept the infrastructure in this area in good condition. Therefore, we are not expecting major expenses in rehabilitating and up grading our underground infrastructure. This project is targeted towards the Dennis Drive area of Egger Acres and its related drainage. The structural integrity of the pavements, the minor drainage concerns of the residential area, and difficulty to access the drainage outfall system for maintenance will be evaluated and analyzed. Solutions will be explored and contemplated to develop the most cost effective plan. That plan will be value engineered into bid/construction documents. Public Comment: This project was placed in the 2001 GO Bond Program at the request of the area's residents after an evaluation and ranking by the Bond Program Committee. EXECUTED DOCUMENT FOLLOWS / ROUND ROCK,`1-EX,4S t Rt'CtSk.PAS'It)N PNf�S'I R19 t. CITY OF ROUND ROCK CONTRACT FOR ENGINEERING SERVICES FIRM: S. D. Kallman, LP (`Engineer") ADDRESS: 1106 S. Mays, Suite 100, Round Rock, TX 78664 PROJECT: EGGER ACRES AND DENNIS DRIVE IMPROVEMENTS PROJECT THE STATE OF TEXAS § COUNTY OF WILLIAMSON § WSay CONTRACT FOR ENGINEERING SERVICES ("Contract") is made and entered into on this the of+SW71:mSP, , 2005 by and between the CITY OF ROUND ROCK, a Texas home- rule municipal corporation, whose offices are located at 221 East Main Street, Round Rock, Texas 78664-5299, (hereinafter referred to as "City"), and Engineer, and such Contract is for the purpose of contracting for professional engineering services. RECITALS: WHEREAS, V.T.C.A., Government Code §2254.002(2)(A)(vii) under Subchapter A entitled "Professional Services Procurement Act" provides for the procurement by municipalities of services of professional engineers; and WHEREAS, City and Engineer desire to contract for such professional engineering services; and WHEREAS, City and Engineer wish to document their agreement concerning the requirements and respective obligations of the parties; NOW, THEREFORE, WITNESSETH: That for and in consideration of the mutual promises contained herein and other good and valuable considerations, and the covenants and agreements hereinafter contained to be kept and performed by the respective parties hereto, it is agreed as follows: Engineering Services Contract Rev.04/06/05 File Name: sdkallman-egger&dennis;stl2denn;89805 00064494 R-05- 09-09-1161 1 CONTRACT DOCUMENTS The Contract Documents consist of this Contract and any exhibits attached hereto (which exhibits are hereby incorporated into and made a part of this Contract) and all Supplemental Contracts (as defined herein in Article 13) which are subsequently issued. These form the entire contract, and all are as fully a part of this Contract as if attached to this Contract or repeated herein. ARTICLE 1 CITY SERVICES City shall perform or provide services as identified in Exhibit A entitled"City Services." ARTICLE 2 ENGINEERING SERVICES Engineer shall perform Engineering Services as identified in Exhibit B entitled "Engineering Services." Engineer shall perform the Engineering Services in accordance with the Work Schedule as identified in Exhibit C entitled "Work Schedule." Such Work Schedule shall contain a complete schedule so that the Engineering Services under this Contract may be accomplished within the specified time and at the specified cost. The Work Schedule shall provide specific work sequences and definite review times by City and Engineer of all Engineering Services. Should the review times or Engineering Services take longer than shown on the Work Schedule, through no fault of Engineer, Engineer may submit a timely written request for additional time, which shall be subject to the approval of the City Manager. ARTICLE 3 CONTRACT TERM (1) Term. The Engineer is expected to complete the Engineering Services described herein in accordance with the above described Work Schedule. If Engineer does not perform the Engineering Services in accordance with the Work Schedule, then City shall have the right to terminate this Contract as set forth below in Article 20. So long as the City elects not to terminate this Contract, it shall continue from day to day until such time as the Engineering Services are completed. Any Engineering Services performed or costs incurred after the date of termination shall not be eligible for reimbursement. Engineer shall notify City in writing as soon as possible if he/she/it determines, or reasonably anticipates, that the Engineering Services will not be completed in accordance with the Work Schedule. (2) Work Schedule. Engineer acknowledges that the Work Schedule is of critical importance, and agrees to undertake all necessary efforts to expedite the performance of Engineering Services required herein so that construction of the project will be commenced and completed as scheduled. In this regard, and subject to adjustments in the Work Schedule as provided in Article 2 herein, Engineer shall proceed with sufficient qualified personnel and consultants necessary to fully and timely accomplish all Engineering Services required under this Contract in a professional manner. 2 (3) Notice to Proceed. After execution of this Contract, Engineer shall not proceed with Engineering Services until authorized in writing by City to proceed as provided in Article 7. ARTICLE 4 COMPENSATION City shall pay and Engineer agrees to accept the amount shown below as full compensation for the Engineering Services performed and to be performed under this Contract. The amount payable under this Contract, without modification of the Contract as provided herein, is the sum of One Hundred Fifty-six Thousand Eight Hundred Fifty-three and 41/100 Dollars ($ 156,853.41 ) as shown in Exhibit D. The lump sum amount payable shall be revised equitably only by written Supplemental Contract in the event of a change in Engineering Services as authorized by City. Engineer shall prepare and submit to City monthly progress reports in sufficient detail to support the progress of the Engineering Services and to support invoices requesting monthly payment. Any preferred format of City for such monthly progress reports shall be identified in Exhibit B. Satisfactory progress of Engineering Services shall be an absolute condition of payment. The fee herein referenced may be adjusted for additional Engineering Services requested and performed only if approved by written Supplemental Contract. ARTICLE 5 METHOD OF PAYMENT Payments to Engineer shall be made while Engineering Services are in progress. Engineer shall prepare and submit to City, not more frequently than once per month, a progress report as referenced in Article 4 above. Such progress report shall state the percentage of completion of Engineering Services accomplished during that billing period and to date. Simultaneous with submission of such progress report, Engineer shall prepare and submit one (1) original and one (1) copy of a certified invoice in a form acceptable to City. This submittal shall also include a progress assessment report in a form acceptable to City. Progress payments shall be made in proportion to the percentage of completion of Engineering Services identified in Exhibit D. Progress payments shall be made by City based upon Engineering Services actually provided and performed. Upon timely receipt and approval of each statement, City shall make a good faith effort to pay the amount which is due and payable within thirty (30) days. City reserves the right to withhold payment pending verification of satisfactory Engineering Services performed. Engineer has the responsibility to submit proof to City, adequate and sufficient in its determination, that tasks were completed. The certified statements shall show the total amount earned to the date of submission and shall show the amount due and payable as of the date of the current statement. Final payment does not relieve Engineer of the responsibility of correcting any errors and/or omissions resulting from his/her/its negligence. 3 ARTICLE 6 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Engineer will be made within thirty (30) days of the day on which the performance of services was complete, or within thirty (30) days of the day on which City receives a correct invoice for services, whichever is later. Engineer may charge a late fee (fee shall not be greater than that which is permitted by Texas law) for payments not made in accordance with this prompt payment policy; however, this policy does not apply in the event: A. There is a bona fide dispute between City and Engineer concerning the supplies, materials, or equipment delivered or the services performed that causes the payment to be late; or B. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or C. There is a bona fide dispute between Engineer and a subcontractor or between a subcontractor and its supplier concerning supplies, materials, or equipment delivered or the Engineering Services performed which causes the payment to be late; or D. The invoice is not mailed to City in strict accordance with instructions, if any, on the purchase order, or this Contract or other such contractual agreement. City shall document to Engineer the issues related to disputed invoices within ten (10) calendar days of receipt of such invoice. Any non-disputed invoices shall be considered correct and payable per the terms of Chapter 2251, V.T.C.A., Texas Government Code. ARTICLE 7 NOTICE TO PROCEED The Engineer shall not proceed with any task listed on Exhibit B until the City has issued a written Notice to Proceed regarding such task. The City shall not be responsible for work performed or costs incurred by Engineer related to any task for which a Notice to Proceed has not been issued. ARTICLE 8 PROJECT TEAM City's Designated Representative for purposes of this Contract is as follows: William J. Dobrowolski III, P.E. Senior Engineer 2008 Enterprise Round Rock, Texas 78664 Telephone Number(512) 218-6601 Fax Number(512) 218-5563 Email Address wdobrowolski@round-rock.tx.us 4 City's Designated Representative shall be authorized to act on City's behalf with respect to this Contract. City or City's Designated Representative shall render decisions in a timely manner pertaining to documents submitted by Engineer in order to avoid unreasonable delay in the orderly and sequential progress of Engineering Services. Engineer's Designated Representative for purposes of this Contract is as follows: Garry Tuttle, P.E. Project Manager 1106 S. Mays, Suite 100 o Kound Kock, '1X 8664 0 Telephone Number (512) 218-4404 ext. 12 Fax Number (512) 218-1668 Email Address garry@sdkallman.com ARTICLE 9 PROGRESS EVALUATION Engineer shall, from time to time during the progress of the Engineering Services, confer with City at City's election. Engineer shall prepare and present such information as may be pertinent and necessary, or as may be requested by City, in order for City to evaluate features of the Engineering Services. At the request of City or Engineer, conferences shall be provided at Engineer's office, the offices of City, or at other locations designated by City. When requested by City, such conferences shall also include evaluation of the Engineering Services. Should City determine that the progress in Engineering Services does not satisfy the Work Schedule, then City shall review the Work Schedule with Engineer to determine corrective action required. Engineer shall promptly advise City in writing of events which have or may have a significant impact upon the progress of the Engineering Services, including but not limited to the following: (1) Problems, delays, adverse conditions which may materially affect the ability to meet the objectives of the Work Schedule, or preclude the attainment of project Engineering Services units by established time periods; and such disclosure shall be accompanied by statement of actions taken or contemplated, and City assistance needed to resolve the situation, if any; and (2) Favorable developments or events which enable meeting the Work Schedule goals sooner than anticipated. 5 ARTICLE 10 SUSPENSION Should City desire to suspend the Engineering Services, but not to terminate this Contract, then such suspension may be effected by City giving Engineer thirty (30) calendar days' verbal notification followed by written confirmation to that effect. Such thirty-day notice may be waived in writing by agreement and signature of both parties. The Engineering Services may be reinstated and resumed in full force and effect within sixty (60) days of receipt of written notice from City to resume the Engineering Services. Such sixty-day notice may be waived in writing by agreement and signature of both parties. If this Contract is suspended for more than thirty (30) days, Engineer shall have the option of terminating this Contract. If City suspends the Engineering Services, the contract period as determined in Article 3, and the Work Schedule, shall be extended for a time period equal to the suspension period. City assumes no liability for Engineering Services performed or costs incurred prior to the date authorized by City for Engineer to begin Engineering Services, and/or during periods when Engineering Services is suspended, and/or subsequent to the contract completion date. ARTICLE 11 ADDITIONAL ENGINEERING SERVICES If Engineer forms a reasonable opinion that any work he/she/it has been directed to perform is beyond the scope of this Contract and as such constitutes extra work, he/she/it shall promptly notify City in writing. In the event City finds that such work does constitute extra work and exceeds the maximum amount payable, City shall so advise Engineer and a written Supplemental Contract will be executed between the parties as provided in Article 13. Engineer shall not perform any proposed additional work nor incur any additional costs prior to the execution, by both parties, of a written Supplemental Contract. City shall not be responsible for actions by Engineer nor for any costs incurred by Engineer relating to additional work not directly associated with the performance of the Engineering Services authorized in this Contract or any amendments thereto. ARTICLE 12 CHANGES IN ENGINEERING SERVICES If City deems it necessary to request changes to previously satisfactorily completed Engineering Services or parts thereof which involve changes to the original Engineering Services or character of Engineering Services under this Contract, then Engineer shall make such revisions as requested and as directed by City. Such revisions shall be considered as additional Engineering Services and paid for as specified under Article 11. Engineer shall make revisions to Engineering Services authorized hereunder as are necessary to correct errors appearing therein, when required to do so by City. No additional compensation shall be due for such Engineering Services. 6 ARTICLE 13 SUPPLEMENTAL CONTRACTS The terms of this Contract may be modified by written Supplemental Contract if City determines that there has been a significant change in (1) the scope, complexity or character of the Engineering Services, or (2) the duration of the Engineering Services. Any such Supplemental Contract must be duly authorized by the City. Engineer shall not proceed until the Supplemental Contract has been executed. Additional compensation, if appropriate, shall be identified as provided in Article 4. It is understood and agreed by and between both parties that Engineer shall make no claim for extra work done or materials furnished until the City authorizes full execution of the written Supplemental Contract and authorization to proceed. City reserves the right to withhold payment pending verification of satisfactory Engineering Services performed. ARTICLE 14 OWNERSHIP OF DOCUMENTS All data, basic sketches, charts, calculations, plans, specifications, and other documents created or collected under the terms of this Contract are the exclusive property of City and shall be furnished to City upon request. All documents prepared by Engineer and all documents furnished to Engineer by City shall be delivered to City upon completion or termination of this Contract. Engineer, at its own expense, may retain copies of such documents or any other data which it has furnished City under this Contract. ARTICLE 15 PERSONNEL, EQUIPMENT AND MATERIAL Engineer shall furnish and maintain, at its own expense, quarters for the performance of all Engineering Services, and adequate and sufficient personnel and equipment to perform the Engineering Services as required. All employees of Engineer shall have such knowledge and experience as will enable them to perform the duties assigned to them. Any employee of Engineer who, in the opinion of City, is incompetent or whose conduct becomes detrimental to the Engineering Services shall immediately be removed from association with the project when so instructed by City. Engineer certifies that it presently has adequate qualified personnel in its employment for performance of the Engineering Services required under this Contract, or will obtain such personnel from sources other than City. Engineer may not change the Project Manager without prior written consent of City. ARTICLE 16 SUBCONTRACTING Engineer shall not assign, subcontract or transfer any portion of the Engineering Services under this Contract without prior written approval from City. All subcontracts shall include the provisions required in this Contract and shall be approved as to form, in writing, by City prior to Engineering Services being performed under the subcontract. No subcontract shall relieve Engineer of any responsibilities under this Contract. 7 ARTICLE 17 EVALUATION OF ENGINEERING SERVICES City, or any authorized representatives of it, shall have the right at all reasonable times to review or otherwise evaluate the Engineering Services performed or being performed hereunder and the premises on which it is being performed. If any review or evaluation is made on the premises of Engineer or a subcontractor, then Engineer shall provide and require its subcontractors to provide all reasonable facilities and assistance for the safety and convenience of City or other representatives in the performance of their duties. ARTICLE 18 SUBMISSION OF REPORTS All applicable study reports shall be submitted in preliminary form for approval by City before any final report is issued. City's comments on Engineer's preliminary reports shall be addressed in any final report. ARTICLE 19 VIOLATION OF CONTRACT TERMS/BREACH OF CONTRACT Violation of contract terms or breach of contract by Engineer shall be grounds for termination of this Contract, and any increased costs arising from Engineer's default, breach of contract, or violation of contract terms shall be paid by Engineer. ARTICLE 20 TERMINATION This Contract may be terminated as set forth below. (1) By mutual agreement and consent, in writing, of both parties. (2) By City, by notice in writing to Engineer, as a consequence of failure by Engineer to perform the Engineering Services set forth herein in a satisfactory manner. (3) By either parry, upon the failure of the other party to fulfill its obligations as set forth herein. (4) By City, for reasons of its own and not subject to the mutual consent of Engineer, upon not less than thirty(30) days' written notice to Engineer. (5) By satisfactory completion of all Engineering Services and obligations described herein. Should City terminate this Contract as herein provided, no fees other than fees due and payable at the time of termination shall thereafter be paid to Engineer. In determining the value of the Engineering Services performed by Engineer prior to termination, City shall be the sole judge. Compensation for Engineering Services at termination will be based on a percentage of the Engineering 8 Services completed at that time. Should City terminate this Contract under Subsection (4) immediately above, then the amount charged during the thirty-day notice period shall not exceed the amount charged during the preceding thirty(30) days. If Engineer defaults in the performance of this Contract or if City terminates this Contract for fault on the part of Engineer, then City shall give consideration to the actual costs incurred by Engineer in performing the Engineering Services to the date of default, the amount of Engineering Services required which was satisfactorily completed to date of default, the value of the Engineering Services which are usable to City, the cost to City of employing another firm to complete the Engineering Services required and the time required to do so, and other factors which affect the value to City of the Engineering Services performed at the time of default. The termination of this Contract and payment of an amount in settlement as prescribed above shall extinguish all rights, duties, and obligations of City and Engineer under this Contract, except the obligations set forth herein in Article 21 entitled "Compliance with Laws." If the termination of this Contract is due to the failure of Engineer to fulfill his/her/its contractual obligations, then City may take over the project and prosecute the Engineering Services to completion. In such case, Engineer shall be liable to City for any additional and reasonable costs incurred by City. Engineer shall be responsible for the settlement of all contractual and administrative issues arising out of any procurements made by Engineer in support of the Engineering Services under this Contract. ARTICLE 21 COMPLIANCE WITH LAWS (1) Compliance. Engineer shall comply with all applicable federal, state and local laws, statutes, codes, ordinances, rules and regulations, and the orders and decrees of any court, or administrative bodies or tribunals in any manner affecting the performance of this Contract, including without limitation, minimum/maximum salary and wage statutes and regulations, and licensing laws and regulations. Engineer shall furnish City with satisfactory proof of his/her/its compliance. Engineer shall further obtain all permits and licenses required in the performance of the Engineering Services contracted for herein. (2) Taxes. Engineer will pay all taxes, if any, required by law arising by virtue of the Engineering Services performed hereunder. City is qualified for exemption pursuant to the provisions of Section 151.309 of the Texas Limited Sales, Excise, and Use Tax Act. ARTICLE 22 INDEMNIFICATION Engineer shall save and hold harmless City and its officers and employees from all claims and liabilities due to activities of his/her/itself and his/her/its agents or employees, performed under this Contract, which are caused by or which result from the negligent error, omission, or negligent act of Engineer or of any person employed by Engineer or under Engineer's direction or control. 9 Engineer shall also save and hold City harmless from any and all expenses, including but not limited to reasonable attorneys fees which may be incurred by City in litigation or otherwise defending claims or liabilities which may be imposed on City as a result of such negligent activities by Engineer, its agents, or employees. ARTICLE 23 ENGINEER'S RESPONSIBILITIES Engineer shall be responsible for the accuracy of his/her/its Engineering Services and shall promptly make necessary revisions or corrections to its work product resulting from errors, omissions, or negligent acts, and same shall be done without compensation. City shall determine Engineer's responsibilities for all questions arising from design errors and/or omissions. Engineer shall not be relieved of responsibility for subsequent correction of any such errors or omissions in its work product, or for clarification of any ambiguities until after the construction phase of the project has been completed. ARTICLE 24 ENGINEER'S SEAL The responsible engineer shall sign, seal and date all appropriate engineering submissions to City in accordance with the Texas Engineering Practice Act and the rules of the State Board of Registration for Professional Engineers. ARTICLE 25 NON-COLLUSION.FINANCIAL INTEREST PROHIBITED (1) Non-collusion. Engineer warrants that he/she/it has not employed or retained any company or persons, other than a bona fide employee working solely for Engineer, to solicit or secure this Contract, and that he/she/it has not paid or agreed to pay any company or engineer any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this Contract. For breach or violation of this warranty, City reserves and shall have the right to annul this Contract without liability or, in its discretion and at its sole election, to deduct from the contract price or compensation, or to otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. (2) Financial Interest Prohibited. Engineer covenants and represents that Engineer, his/her/its officers, employees, agents, consultants and subcontractors will have no financial interest, direct or indirect, in the purchase or sale of any product, materials or equipment that will be recommended or required for the construction of the project. ARTICLE 26 INSURANCE (1) Insurance. Engineer, at Engineer's sole cost, shall purchase and maintain during the entire term while this Contract is in effect professional liability insurance coverage in the minimum amount of One Million Dollars per occurrence from a company authorized to do insurance business in Texas and 10 otherwise acceptable to City. Engineer shall also notify City, within twenty-four(24) hours of receipt, of any notices of expiration, cancellation, non-renewal, or material change in coverage it receives from its insurer. (2) Subconsultant Insurance. Without limiting any of the other obligations or liabilities of Engineer, Engineer shall require each subconsultant performing work under this Contract to maintain during the term of this Contract, at the subconsultant's own expense, the same stipulated minimum insurance required in Article 26, Section (1) above, including the required provisions and additional policy conditions as shown below in Article 26, Section(3). Engineer shall obtain and monitor the certificates of insurance from each subconsultant in order to assure compliance with the insurance requirements. Engineer must retain the certificates of insurance for the duration of this Contract, and shall have the responsibility of enforcing these insurance requirements among its subconsultants. City shall be entitled, upon request and without expense, to receive copies of these certificates of insurance. (3) Insurance Policy Endorsements. Each insurance policy shall include the following conditions by endorsement to the policy: (a) Each policy shall require that thirty (30) days prior to the expiration, cancellation, non- renewal or reduction in limits by endorsement a notice thereof shall be given to City by certified mail to: City Manager, City of Round Rock 221 East Main Street Round Rock, Texas 78664 (b) The policy clause "Other Insurance" shall not apply to any insurance coverage currently held by City, to any such future coverage, or to City's Self-Insured Retentions of whatever nature. (4) Cost of Insurance. The cost of all insurance required herein to be secured and maintained by Engineer shall be borne solely by Engineer, with certificates of insurance evidencing such minimum coverage in force to be filed with City. Such Certificates of Insurance are evidenced as Exhibit E herein entitled"Certificates of Insurance." ARTICLE 27 COPYRIGHTS City shall have the royalty-free, nonexclusive and irrevocable right to reproduce, publish or otherwise use, and to authorize others to use, any reports developed by Engineer for governmental purposes. 11 ARTICLE 28 SUCCESSORS AND ASSIGNS This Contract shall be binding upon and inure to the benefit of the parties hereto, their successors, lawful assigns, and legal representatives. Engineer may not assign, sublet or transfer any interest in this Contract, in whole or in part, by operation of law or otherwise, without obtaining the prior written consent of City. ARTICLE 29 SEVERABILITY In the event any one or more of the provisions contained in this Contract shall for any reason be held to be invalid, illegal or unenforceable in any respect, then such invalidity, illegality or unenforceability shall not affect any other provision thereof and this Contract shall be construed as if such invalid, illegal or unenforceable provision had never been contained herein. ARTICLE 30 PRIOR AGREEMENTS SUPERSEDED This Contract constitutes the sole agreement of the parties hereto, and supersedes any prior understandings or written or oral contracts between the parties respecting the subject matter defined herein. This Contract may only be amended or supplemented by mutual agreement of the parties hereto in writing. ARTICLE 31 ENGINEER'S ACCOUNTING RECORDS Records pertaining to the project, and records of accounts between City and Engineer, shall be kept on a generally recognized accounting basis and shall be available to City or its authorized representatives at mutually convenient times. The City reserves the right to review all records it deems relevant which are related to this Contract. ARTICLE 32 NOTICES All notices to either parry by the other required under this Contract shall be personally delivered or mailed to such party at the following respective addresses: City: City of Round Rock Attention: City Manager 221 East Main Street Round Rock, TX 78664 12 and to: Stephan L. Sheets City Attorney 309 East Main Street Round Rock, TX 78664 Engineer: Steven D. Kallman, P.E. General Partner S. D. Kallman, LP 1106 S. Mays, Suite 100 Round Rock, TX 78664 ARTICLE 33 GENERAL PROVISIONS (1) Time is of the Essence. Engineer understands and agrees that time is of the essence and that any failure of Engineer to complete the Engineering Services for each phase of this Contract within the agreed Work Schedule may constitute a material breach of this Contract. Engineer shall be fully responsible for his/her/its delays or for failures to use his/her/its reasonable efforts in accordance with the terms of this Contract and the Engineer's standard of performance as defined herein. Where damage is caused to City due to Engineer's negligent failure to perform City may accordingly withhold, to the extent of such damage, Engineer's payments hereunder without waiver of any of City's additional legal rights or remedies. (2) Force Majeure. Neither City nor Engineer shall be deemed in violation of this Contract if prevented from performing any of their obligations hereunder by reasons for which they are not responsible or circumstances beyond their control. However, notice of such impediment or delay in performance must be timely given, and all reasonable efforts undertaken to mitigate its effects. (3) Enforcement and Venue. This Contract shall be enforceable in Round Rock, Williamson County, Texas, and if legal action is necessary by either parry with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Contract shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. (4) Standard of Performance. The standard of care for all professional engineering, consulting and related services performed or furnished by Engineer and its employees under this Contract will be the care and skill ordinarily used by members of Engineer's profession practicing under the same or similar circumstances at the same time and in the same locality. Excepting Articles 25 and 34 herein, Engineer makes no warranties, express or implied, under this Contract or otherwise, in connection with the Engineering Services. 13 (5) Opinion of Probable Cost. Any opinions of probable project cost or probable construction cost provided by Engineer are made on the basis of information available to Engineer and on the basis of Engineer's experience and qualifications and represents its judgment as an experienced and qualified professional engineer. However, since Engineer has no control over the cost of labor, materials, equipment or services furnished by others, or over the contractor(s') methods of determining prices, or over competitive bidding or market conditions, Engineer does not guarantee that proposals, bids or actual project or construction cost will not vary from opinions of probable cost Engineer prepares. (6) Opinions and Determinations. Where the terms of this Contract provide for action to be based upon opinion,judgment, approval, review, or determination of either party hereto, such terms are not intended to be and shall never be construed as permitting such opinion,judgment, approval, review, or determination to be arbitrary, capricious, or unreasonable. ARTICLE 34 SIGNATORY WARRANTY The undersigned signatory for Engineer hereby represents and warrants that the signatory is an officer of the organization for which he/she has executed this Contract and that he/she has full and complete authority to enter into this Contract on behalf of the firm. The above-stated representations and warranties are made for the purpose of inducing City to enter into this Contract. IN WITNESS WHEREOF, the City of Round Rock has caused this Contract to be signed in its corporate name by its duly authorized City Manager or Mayor and Engineer, signing by and through its duly authorized representative(s), thereby binding the parties hereto, their successors, assigns and representatives for the faithful and full performance of the terms and provisions hereof. CITY OFR R S APPR D AS TO FO By: N,x4ffxwell,3A'ay or Stephan heets, City Attorney ATTEST: . By: Christine Martinez, City Secretary S. D. Kallman, LP By: �� b . r4fv', Signature of Principal Printed Name: '5-M V EN A. K&J CM4H 14 LIST OF EXHIBITS ATTACHED (1) Exhibit A City Services (2) Exhibit B Engineering Services (3) Exhibit C Work Schedule (4) Exhibit D Fee Schedule (5) Exhibit E Certificates of Insurance 15 EXHIBIT A City Services The City of Round Rock will furnish to the Engineer the following items/information: 1. Coordination necessary to identify any sub-standard curb and gutter on the Loop Street defined by Robb Lane, Sara Drive, Dennis Drive and the cul-de- sac Karen Cove. 2. Existing available drainage facility information and hydraulic design criteria for project design. 3. Record drawings and documents pertaining to projects in the area, including easement documents, construction plans, test records, aerial photography, system maps, etc. 4. Existing utilities within the construction area shall be exposed by City forces to allow Engineer's Surveyor to establish horizontal and vertical location of existing utilities. EXHIBIT B Engineering Services The Engineer shall provide the following engineering services required for the preparation of the plans, specifications, and estimate: GENERAL 1. The work effort and the management for the project included in this contract will be conducted in the Engineer's office in Round Rock, Texas. 2. The engineer will be readily accessible to the City of Round Rock staff and will meet with the City's project manager as necessary. 3. Monthly progress reports will be submitted,which will detail on-going work as well as work accomplished since the previous report. 4. When feasible, the City's standard drawings and specifications of previously approved special provisions/specifications will be utilized. 5. If a special provision or special specification must be developed under this contract, it shall be in the City's format, and to the extent possible, incorporate references to the City's approved test procedures. 6. The plan sheets will adhere in format and content to current City of Round Rock (CORR) standards. 7. The Engineer is fully responsible for any traffic control required from any data collection activities. 8. Survey work for platting shall be performed in accordance with the Texas Board of Professional Surveyors"Manual of Practice for Land Surveying in Texas". Category 1A, Condition II. 9. Survey work for design and construction control shall be performed in accordance with the Texas Board of Professional Surveyors "Manual of Practice for Land Surveying in Texas", Category 2, Condition III. Construction staking shall be provided by construction contractor. PHASE I - PRELIMINARY PHASE Engineering Services: 1. Identify possible curb and gutter rehabilitation/replacement. 2. Preparation of preliminary drainage plan. 3. Determine possible utility locations. 4. Update preliminary cost estimates. 5. Preparation of project scope of work. 6. Meet with affected property owners and city staff. 7. Approval of project scope of work. 8. Schedule and review non-destructive geotechnical testing of existing streets. 1 PHASE II - DESIGN PHASE Engineering Services: 1. Prepare drainage area maps showing existing conditions and proposed improvements and submit for review. 2. Review existing utility schematics and coordinate with the utility companies and the City to determine field utility locations. 3. Prepare hydraulic computations for culverts, channels, storm sewers and inlets. 4. Prepare hydraulic data sheets. 5. Develop storm sewer plan and profile and culvert cross-section sheets. 6. Develop miscellaneous drainage details. 7. Prepare construction plans and submit for review. 8. Coordinate with the sub-consultant and City regarding land and/or easement acquisition. 9. Prepare a narrative of the construction sequencing and time estimates. 10. Prepare bid quantities. 11. Prepare pre-design estimate after utility locations and determination of scope of work, final design estimate, specifications and general notes. 12. Prepare bidding documents and all copies for the bidding process. Sub-Contract Services: 1. Locate existing curb, driveways, drainage facilities and cross section natural drainage features. 2. Locate existing marked underground and overhead utilities. 3. Prepare field notes and sketch for necessary easements. 4. Set horizontal and vertical controls. 5. Collect data using GPS equipment. PHASE III - ENVIRONMENTAL PHASE Engineering Services: 1. Provide technical assistance at the public meetings scheduled by the City. 2. Participate in project meetings and resource agency meetings. 3. Coordinate with Sub-consultant and review historic structures studies. 4. Coordinate with Sub-consultant and review notification letter to the Texas Historical Commission Division of Antiquities. 5. Perform an Environmental Audit for hazardous materials impact in accordance with ASTM 6. Coordinate with Sub-consultant and review environmental documents. PHASE IV— BIDDING PHASE Engineering Services: 1. Attend pre-bid conference. 2. Attend public bid opening. 2 3. Review bids received for completeness and accuracy. 4. Prepare detailed bid tabulations. 5. Make recommendation for bid award. 6. Prepare notice of award. 7. Prepare seven sets of final contract documents. PHASE V - CONSTRUCTION ADMINISTRATION Engineering Services: 1. Provide periodic construction inspection services to assure compliance with plans and specifications. 2. Attend construction meetings as requested by City. 3. Review and make recommendations to City on submittals, pay requests and change orders. 4. Punch list the project when contractor requests consideration for acceptance. 5. Sign off on completed punch list. 6. Prepare and submit a Plan of Record for the completed project. 7. Evaluate and make recommendations on all value-engineering submittals. 3 EXHIBIT C -WORK SCHEDULE CITY OF ROUND ROCK. TEXAS EGGER ACRES AND DENNIS DRIVE IMPROVEMENTS PROJECT SCHEDULE ID Task Name M-2 M-1 M1 M2 ,M3 M4 ;MS M6 M7 M8 M9 M10 M" M UP 13 bd14 IM15 0 Eager Acres Schedide �� � .. ,.. Notice to Proceed 2 Kick-off Meeting 3 Phase I: Preliminary Phase 41 der>tify curb/gutter/driveway rehabilitatianfreplscemert a x�; Geotechrrical Testing& Report 6 Proposed drainage and existing utility identification plan Preliminary Report wl scope options& cost estimate. City review and selection of proj ect scope 9 Phase II: Design Phase ... to , Design Meetings E ( � 27 Drainage area map 28 Field design surveys I 29 Ex isting utility field lo cations 30 C onstruction plans 31 Contract documents and technical specifications $ 32 City review and approval 33 Phase III: Bidding Phase 34 Advertising and bidding .:.. _..t_ 35 S D Kallman review and recommendation 36 Awardproject € 37 Ex ecution of contract documents 38 Phase IV: Construction Administration Phase 39 C onstruction notice to proceed 40 Construction administration services 41 Pre-construction meeting t 42 Bi- Weekly Construction Meeting ��•� 54 Setting survey controls Loa 55 Planofrecord 56 City plan of recordreview EXHIBIT D FEE SCHEDULE TOTAL COMPENSATION FOR SERVICES: $156,853.41 PAYMENT SCHEDULE TASK ITEMS FEE REIMBURSABLE TOTAL Phase I: Preliminary Phase 40%Phase 1 $ 11,357.43 $ 6,049.67 $ 17,407.10 60%Phase 1 $ 17,036.15 $ 496.10 $ 17,532.25 Phase II:Design Phase 30%Phase II $ 23,454.58 $ 7,092.80 $ 30,547.38 20%Phase II $ 15,636.39 $ 4,893.90 $ 20,530.29 25%Phase II $ 19,545.49 $ 496.10 $ 20,041.59 25%Phase II $ 19,545.49 $ 496.10 $ 20,041.59 Phase III: Bidding Phase 60%Phase III $ 3,048.13 $ 1,736.35 $ 4,784.48 20%Phase III $ 1,016.04 $ 1,016.04 20%Phase III $ 1,016.04 $ 1,016.04 Phase IV: Construction Administration Phase 20%Phase IV $ 4,359.32 $ 2,140.05 $ 6,499.37 15%Phase IV $ 3,269.49 $ 3,269.49 15%Phase IV $ 3,269.49 $ 3,269.49 15%Phase IV $ 3,269.49 $ 3,269.49 15%Phase IV $ 3,269.49 $ 3,269.49 20%Phase IV $ 4,359.32 $ 4,359.32 Total Project Costs $ 133,452.34 $ 23,401.07 $156,853.41 EXPERT TESTIMONY,IF REQUIRED BY THE CITY MINIMUM 4 HOURS PER DAY TOTAL TOTAL EXPERT CLASSIFICATION STANDARD TESTIMONY RATE RATE* Principal and Registered Professional $ 237.97 $ 297.46 Engineer Senior Engineer $ 125.40 $ 156.75 Project Manager $ 95.21 $ 119.01 *Rates are based on"Total Standard Rate"with a 1.25 multiplier. Exhibit E Certificates of Insurance See Attached Forms ACORD TM. CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDNYYY) FES 8 05 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION MICHAEL J.HALL&COMPANY ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 1957810TH AVENUE N.E. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR POULSBO WA 98370 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Agency Lic#:91-1461089 INSURERS AFFORDING COVERAGE NAIC# INSURED 71NSURERE: : LLODY'S OFS.D.KALLMAN,L.P, : HARTFORD ACCIDENT 1106 S.MAYS,SUITE 100ROUND ROCK TX 78664 : : COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSRIADD'LI TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE I POLICY EXPIRATION LIMITS LTR;INSftD DATE MMlDD/YY ! DATE MMlDD/YY GENERAL LIABILITY 52SBARW9963 FEB 1905 FEB 1906 -EACH OCCURRENCE 1,000,000 X COMMERCIAL GENERAL LIABILI DAMAGETO RENTED — a�ccurence).__.__—.�$ _ 300,000 CLAIMS MADEIX] OCCUR MED.EXP(Any one person) $ 10,000 B PERSONAL&ADV INJURY S 1,000,OOD GENERAL AGGREGATE $ 2,000,000 GEN'LAGGREGATELIMIT APPLIES PER. PRODUCTS-COMP/OPAGG. �$ 2,000,000 POLICY PROJECT I LOC 1 1 r I -- -- - AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT ! ANYAUTO (Ea accident) $ ALLOWNEDAUTOS BODILY INJURY SCHEDULED AUTOS I(Per person) $ HIRED AUTOS NON OWNED AUTOS PeRY rracci entDILY ) $ PROPERTY DAMAGE $ (Per accident) I GARAGE LIABILITY AUTO ONLY-EA ACCIDENT S ANY AUTO OTHER THAN AUTO ONLY: EA ACC_ $ AQ Q �$ EXCESS 1 UMBRELLA LIABILITY EACH OCCURRENCE IS OCCUR l_--_J CLAIMS MADE AGGREGATE '$ I S DEDUCTIBLE S RETENTION$ --- 5 WORKERS COMPENSATION AND WC STA TV- I OTHER EMPLOYERS'LIABILITY ANY PROPRIETORIPARTNERIEXECUTIVE E.L.EACH ACCIDENT $ OFFICERfUrNBER EXCLUDED? --- E.L.DISEASE-EA EMPLOYEE S If yes,describe antler I SPECIAL PROVISIONS below E.L.DISEASE POLICY LIMIT $ 'OTHER: 11056395141005 FEB 13 05 FEB 13 06 1$1,000,000 PER CLAIM A I PROFESSIONAL LIABILITY POLICY CLAIMS MADE FORM ($1,000,000 AGGREGATE RETRO DATE' 111193 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE A80VE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 CITY OF ROUND ROCK DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE 221 E MAIN STREET INSURER,ITS AGENTS OR REPRESENTATIVES. ROUND ROCK,TX 78664 AUTHORIZED REPRESENTATIVE Attention. CHRISTINE MARTINEZ -CITY SEG Matthew L.Copus ACORD 25(2001108) Certificate# 23305 ©ACORD CORPORATION 1988 CERTIFICATE OF LIABILITY INSURANCE Date: 2/8/05 PROFESSIONAL SERVICES PRODUCER COMPANIES AFFORDING COVERAGE Michael J Hail & Company 19578 10' Ave NE Poulsbo, WA 98370 A Lloyd's of London INSURED B Hartford Accident & Indemnity S.D. Kallman, L P.. C 1106 S. Mays, Suite 100 Round Rock, TX 78664 D THIS IS TO CERTIFY THAT the Insured named above is insured by the Companies listed above with respect to the business operations hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by the companies, and further hereinafter described. Exceptions to the policies are noted below. CO TYPE OF INSURANCE POLICY EFFECTIVE EXPIRATION LIMITS LTR NUMBER DATE DATE A PROFESSIONAL LIABILITY 1105639514/005 2/13/05 2/13/06 $,000,000 per claim $1,000,000 aggregate B General Liability 52SBARW9963 2119/05 2/19/06 $1,000,000 per claim $1,000,000 aggregate DESCRIPTION OF SPECIAL ITEMS/EXCEPTIONS Should any of the above described policies be cancelled or changed before the expiration date thereof, the issuing company will mail thirty (30)days written notice to the certificate holder named below. CERTIFICATE HOLDER: City of Round Rock 221 E. Main Street Round Rock,Texas 78664 attn: Christine Martinez, City Secretary SIGNATURE OF AUTHORIZED REPRESENTATIVE C / Typed Name: Matthew L Copus Title- Title- Producer Rev'd 2/10/03-Professional Liability Certificate doe