R-10-03-25-10D5 - 3/25/2010RESOLUTION NO. R -10-03-25-10D5
WHEREAS, the City of Round Rock desires to retain engineering
services for the Water Reuse System - Phase 1 Project, and
WHEREAS, HDR Engineering, Inc. has submitted a Contract for
Engineering Services to provide said services, and
WHEREAS, the City Council desires to enter into said contract
with HDR Engineering, Inc., Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK,
TEXAS,
That the Mayor is hereby authorized and directed to execute on
behalf of the City a Contract for Engineering Services with HDR
Engineering, Inc. for the Water Reuse System - Phase 1 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 25th day of March, 2010.
ALAN MCGRAW, Mayor
City of Round Rock, Texas
ATTEST:
fy/vpit, Ofra.
SARA L. WHITE, City Secretary
O:\wdox\SCClnts\0112\1005\MUNICIPAL\00186550.DOC/rmc
'ROUND ROCK, TEXAS
PURPOSE. PASSION PROSPERITY
EXHIBIT
CITY OF ROUND ROCK
CONTRACT FOR ENGINEERING SERVICES
FIRM: HDR ENGINEERING, INC.
ADDRESS: 4401 West Gate Blvd., Suite 400, Austin, TX 78745
("Engineer")
PROJECT: Water Reuse System — Phase 1
THE STATE OF TEXAS
COUNTY OF WILLIAMSON
THIS CONTRACT FOR ENGINEERING SERVICES ("Contract") is made and entered into on
this the day of , 2010 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. 10/08
0199.7134; 00185249.doc 00064494
WROI OSP
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 cornpleted 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 Five Hundred Forty -Three Thousand Four Hundred Ninety -One and No/100 Dollars
($543,491.00) as shown in Exhibit D. The lump sum amount payable shall be revised equitably only by
written Supplemental Contract in the event of a change in Engineering Services as authorized by City.
Engineer shall prepare and submit to City monthly progress reports in sufficient detail to support
the progress of the Engineering Services and to support invoices requesting monthly payment. Any
preferred format of City for such monthly progress reports shall be identified in Exhibit B. Satisfactory
progress of Engineering Services shall be an absolute condition of payment.
The fee herein referenced may be adjusted for additional Engineering Services requested and
performed only if approved by written Supplemental Contract.
ARTICLE 5
METHOD OF PAYMENT
Payments to Engineer shall be made while Engineering Services are in progress. Engineer shall
prepare and submit to City, not more frequently than once per month, a progress report as referenced in
Article 4 above. Such progress report shall state the percentage of completion of Engineering Services
accomplished during that billing period and to date. Simultaneous with submission of such progress
report, Engineer shall prepare and submit one (1) original and one (1) copy of a certified invoice in a
form acceptable to City. This submittal shall also include a progress assessment report in a form
acceptable to City.
Progress payments shall be made in proportion to the percentage of completion of Engineering
Services identified in Exhibit D. Progress payments shall be made by City based upon Engineering
Services actually provided and performed. Upon timely receipt and approval of each statement, City
shall make a good faith effort to pay the amount which is due and payable within thirty (30) days. City
reserves the right to withhold payment pending verification of satisfactory Engineering Services
performed. Engineer has the responsibility to submit proof to City, adequate and sufficient in its
determination, that tasks were completed.
The certified statements shall show the total amount earned to the date of submission and shall
show the amount due and payable as of the date of the current statement. Final payment does not relieve
Engineer of the responsibility of correcting any errors and/or omissions resulting from his/her/its
negligence.
3
ARTICLE 6
PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Engineer
will be made within thirty (30) days of the day on which the performance of services was complete, or
within thirty (30) days of the day on which City receives a correct invoice for services, whichever is
later. Engineer may charge a late fee (fee shall not be greater than that which is permitted by Texas law)
for payments not made in accordance with this prompt payment policy; however, this policy does not
apply in the event:
A. There is a bona fide dispute between City and Engineer concerning the supplies,
materials, or equipment delivered or the services performed that causes the payment to be
late; or
B. The teams 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:
David Freireich, P.E.
Senior Utility Engineer
212 Commerce Blvd.
Round Rock, Texas 78664
Telephone Number (512) 671-2756
Fax Number (512) 218-3242
Email Address dfreireich@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:
James R. Glaser, P.E.
Project Manager
4401 West Gate Blvd., Suite 400
Austin, TX 78745
Telephone Number (512) 912-5113
Fax Number (512) 912-5158
Email Address jim.glaser@hdrinc.com
ARTICLE 9
PROGRESS EVALUATION
Engineer shall, from time to time during the progress of the Engineering Services, confer with
City at City's election. Engineer shall prepare and present such information as may be pertinent and
necessary, or as may be requested by City, in order for City to evaluate features of the Engineering
Services. At the request of City or Engineer, conferences shall be provided at Engineer's office, the
offices of City, or at other locations designated by City. When requested by City, such conferences shall
also include evaluation of the Engineering Services.
Should City determine that the progress in Engineering Services does not satisfy the Work
Schedule, then City shall review the Work Schedule with Engineer to deterrnine 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 tenninate 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 comrnents on Engineer's preliminary reports shall be addressed in any
final report.
ARTICLE 19
VIOLATION OF CONTRACT TERMS/BREACH OF CONTRACT
Violation of contract teens 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
perforin 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
Iimited 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 claim 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 tern 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 govenunental
purposes.
11
ARTICLE 28
SUCCESSORS AND ASSIGNS
This Contract shall be binding upon and inure to the benefit of the parties hereto, their
successors, lawful assigns, and legal representatives. Engineer may not assign, sublet or transfer any
interest in this Contract, in whole or in part, by operation of law or otherwise, without obtaining the
prior written consent of City.
ARTICLE 29
SEVERABILITY
In the event any one or more of the provisions contained in this Contract shall for any reason be
held to be invalid, illegal or unenforceable in any respect, then such invalidity, illegality or
unenforceability shall not affect any other provision thereof and this Contract shall be construed as if
such invalid, illegal or unenforceable provision had never been contained herein.
ARTICLE 30
PRIOR AGREEMENTS SUPERSEDED
This Contract constitutes the sole agreement of the parties hereto, and supersedes any prior
understandings or written or oral contracts between the parties respecting the subject matter defined
herein. This Contract may only be amended or supplemented by mutual agreement of the parties hereto
in writing.
ARTICLE 31
ENGINEER'S ACCOUNTING RECORDS
Records pertaining to the project, and records of accounts between City and Engineer, shall be
kept on a generally recognized accounting basis and shall be available to City or its authorized
representatives at mutually convenient times. The City reserves the right to review all records it deems
relevant which are related to this Contract.
ARTICLE 32
NOTICES
All notices to either party by the other required under this Contract shall be personally delivered
or mailed to such party at the following respective addresses:
City:
City of Round Rock
Attention: City Manager
221 East Main Street
Round Rock, TX 78664
12
and to:
Stephan L. Sheets
City Attorney
309 East Main Street
Round Rock, TX 78664
Engineer:
James R. Glaser, P.E.
Project Manager
4401 West Gate Blvd., Suite 400
Austin, TX 78745
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 fain. 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, as has 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:
Alan McGraw, Mayor
ATTEST:
By:
Sara L. White, City Secretary
HDR ENGINEER
By.
Signature of " nnci al
Printed Name: AO c 4. .4,4465 -FE
14
Stephan L. Sheets, City Attorney
LIST OF EXHIBITS ATTACHED
(1) Exhibit A City Services
(2) Exhibit B Engineering Services
(3) Exhibit C Work Schedule
(4) Exhibit D Fee Schedule
(5) Exhibit E Certificates of Insurance
EXHIBIT A
City Services
The City will provide to the Engineer under this agreement the following
items/information/assistance:
1. Provide available information regarding existing utilities and planned construction within
the project area.
2. Provide City design and construction standards, such as standard details, specifications,
engineering documents, etc.
3. Provide timely review of draft documents submitted for review.
4. Attend project meetings.
EXHIBIT B
Engineering Services
Prosect Understanding
The City of Round Rock water reuse system will include treatment, pumping and distribution
facilities to treat effluent from the Brushy Creek Regional Wastewater Treatment Plant (WWTP)
and convey it to reuse customers for irrigation purposes. The City plans to implement the reuse
system in five phases as described in the CORR Water Reuse Master Plan dated September 2009.
Phase I includes construction of filtration, disinfection and pumping facilities at the WWTP and
installation of reuse water distribution piping in Old Settler's Park (OSP).
Phase I - Water Reuse System
Phase IA - Old Settler's Park Reuse Waterline
1. Revise and prepare drawings based on current size and routing for the reuse waterline.
2. Prepare project specifications.
3. Provide bidding phase services.
4. Provide construction phase services.
Phase 1B - Brushy Creek Regional Wastewater Treatment Plant Reuse Water Treatment
Facilities
1. Review plans and project material to evaluate status.
2. Develop and update technical memoranda for key project items, including evaluating and
providing recommendations for necessary reuse water storage either on-site (clearwell) or at
OSP for future phase expansions, effluent filters, disinfection facilities, and reuse water pump
station(s).
3. Update/Prepare drawings and merge updated drawings with current WWTP site drawings
that reflect recent expansion project.
4. Review, update and complete project specifications.
5. Provide bidding phase services.
6. Provide construction phase services.
Reuse Water Storage and Pump Station Facilities*
1. Evaluate design options for reuse water storage and pumping and develop technical
memorandum for implementation of reuse water storage and pumping facilities.
2. Prepare drawings for storage and pumping facilities and merge with reuse water treatment
facilities drawings.
3. Complete project specifications for storage and pumping facilities.
4. Provide bidding phase services for storage and pumping facilities.
5. Provide construction phase services for storage and pumping facilities.
Engineering services for Reuse Water Storage and related Pump Station Facilities will be added
to the Phase I Water Reuse System project if separately authorized by City of Round Rock staff.
EXHIBIT C
Work Schedules
Attached Behind This Page
PHASE 1 - WATER REUSE SYSTEM
w
Z_
J r
W N
o
a a
WX Ili Ce�
Un CO
Ce 1,1
UO _
mW
W
H
X W
1.1J 0
a
0
0
T
0
Z
0
Q
1
s7
a
F";M;AIM
TASKS
Agreement
Engineering Design
Finalizing Drawings And Specifications For Current Route
City Review Of Drawings And Specifications
Finalize Drawings and Specifications
Advertise
Award
Construction
PHASE 1 - WATER REUSE SYSTEM
tc
current project schedule to maximize Federal Funds
0
z
0
CO
.-
't—
,r.•
0
C%1
J J Hek
2
<
2
2010
0
Z
.
0
_
<
2
,_....
<
:
,...,
11
2
LI-
TASKS
Agreement
Engineering Design
Geotechnical/Surveying
Preparation/Update Of Drawings And Specifications
City Review Of Drawings And Specifications
Finalize Drawings and Specifications
Advertise
Award
Construction
tc
current project schedule to maximize Federal Funds
EXHIBIT D
Fee Schedules
Attached Behind This Page
Fee schedule includes listings of tasks and fee development information for the Phase IA — Old
Settler's Park (OSP) Reuse Waterline and Phase 1B --- Brushy Creek Regional Wastewater
Treatment Plant (BCRWWTP) Reuse Water Treatment Facilities. Fee schedule also includes
listing of tasks and fee development information for Reuse Water Storage (Clearwell) and related
Pumping Facilities, the engineering services for which will be added to the Phase I Water Reuse
System if separately authorized by the City of Round Rock staff. The individual and total lump
sum costs for the Phase I Water Reuse System are below.
D-1: OSP Design $48,811
D-2: OSP Bidding $10,182
D-3: OSP Construction Administration $20,010
D-4: BCRWWTP Design $199,094
D-5: BCRWWTP Bidding $27,650
D-6: BCRWWTP Construction Administration $89,965
SUBTOTAL $395,712
D -4A: Clearwell Design $114,694
D -6A: Clearweli Construction Administration $33,085
SUBTOTAL $147,779
TOTAL $543,491
PHASE 1 - WATER REUSE SYSTEM
Exhibit D1
OSP Design
Table 1 of 4
Estimated Hours By Category
Task No. Description PM PE EE TECH CLER
1 Prepare/revise plans (see following sheet) 7 66 14 196
2 Prepare specifications 6 32 8 16
3 Internal reviews 4 8
4 Meetings/review with client 2 4
5 Project administration (filing setup, filing, staffing, scheduling). 2 8
Total 21 110 22 196 24
PHASE 1 - WATER REUSE SYSTEM
Exhibit D1
OSP Design
Table 2 of 4
Description Estimated Hours By Labor Category
Series 0 General PM PE EE Tech
0G-01 Cover Sheet 1 1
0G-02 Vicinity Map and Sheet Index 1 1
0G-03 Project Location Map/Control Points 2 2
0G-04 General Legend and Abbreviations
Series 100 - Conveyance Line
01C-01 Pipeline Plan/Profile (1" = 50 Feet) 1 2 20
01C-02 Pipeline Pian/Profile (1" = 50 Feet) 1 2 20
01C-03 Pipeline Plan/Profile (1" = 50 Feet) 1 6 20
01C-04 Pipeline Plan/Profile (1" = 50 Feet) 1 6 20
01C-05 Pipeline Plan/Profile (1" = 50 Feet) 1 6 20
01C-06 Pipeline Plan/Profile (1" = 50 Feet) 1 6 20
01C-07 Pipeline Plan/Profile (1" = 50 Feet) 1 6 20
Series 200 - Details
02C-01 Tree Protection and Erosion Control 2 2
02C-02 Irrigation System Connections/Details 6 8
02C-03 Various details (embedment, trench repair, etc.) 4 4
02C-04 Joint Restraint and Thrust Blocking 2 2
02C-05 Pipe Crossings 2 4
02C-06 Meter Vault 8 8
02C-07 Traffic Control Plan 4 4
Series 300 - Electrical
03E-01 Meter Vault 8 8
03E-02 Details/Controls 6 12
Total 7 66 14 196
Total hours listed above for each labor category are Included in item 1 on Table 1.
PHASE 1 - WATER REUSE SYSTEM
Exhibit D1
OSP Design
Table 3 of 4
Design Phase
Employee Category Hours Salary Direct Labor Cost
PM 21 $81 $1,711
PE 110 $45 $5,004
EE 22 $50 $1,111
CADD Tech 196 $37 $7,348
Cler/Acct 24 $20 $492
Subtotal $15,666
LABOR COST
Phase
Design
DIRECT COST
Total Direct Costs
LUMP SUM COST - BASIC SERVICES
Table 4 of 4
Overhead Total - Labor Fixed Fee • Total
Labor Percent Plus Overhead Percent Cost
$15,666 175% $43,081 12% $48,251
Expense Rate Quantity Total
Miscellaneous $50 1 Job $50
Printing $400 1 Job $400
Travel(1) $0.55 200 $110
$560
Total Lump Sum Cost $48,811
Notes
1. Current IRS mileage rate
Exhibit D2
OSP Bidding
Table 1 of 3
Estimated Hours By Category
Bidding PM PE FE TECH CLER
1 Printing plans and specifications for distribution. 2 2 8
2 Coordinating distribution of plans and specifications to bidders and plan houses. 4 8
3 Responding to bidder questions. 4 4 4
4 Pre-bid conference. 4 12
5 Issue Addenda e 4 8
6 Revew bids and develop recommendation for award. 2 4
7 Prepare contract documents. 2 2 4
Total 10 26 0 4 44
PHASE 1 - WATER REUSE SYSTEM
Exhibit D2
OSP Bidding
HOURLY SUMMARY SHEET
Table 2 of 3
Bidding Phase
Employee Category Hours Salary Direct Labor Cost
PM 10 $81 $815
PE 28 $45 $1,274
EE 0 $50 $0
CADD Tech 4 $37 $150
Cler/Acct 44 $20 $902
Subtotal $3,140
LUMP SUM COST
Table 3 of 3
LABOR COST
Total -
Overhead Labor Plus Fixed Fee Total
Phase Labor Percent Overhead - Percent Cost
Bidding $3,140 175% $8,635 12% $9,672
DIRECT COST
Total Direct Costs
Expense Rate Quantity Total
Printing $400 1 Job $400
Travels) $0.55 200 $110
$510
Total Lump Sum Cost $10,182
1. Current IRS mileage rate.
2. Printing of plans and specifications is not included in the above fee calculation. The
costs of printing pians and specifications will be billed as an additional service as the
cost cannot be precisely estimated at this time. Cost will likely be in the $6,000 range.
Exhibit D3
OSP Construction Administration
Table 1 of 3
Estimated Hours By Category
Construction Phase PM PE EE TECH CLER
1 Pre -construction Conference 1 2 4
2 Shop Drawing (Estimate 8) and O&M Review 2 16 4 2
3 Project Meetings/Site Visits/Documentation (Estimate 4) 4 16 20
4 Respond To RFIs 4 12 2 2
5 Review Pay Applications (Estimate 5) 6 2
6 Project Administration (Contractor Com/Subcontract Admin/Filing,...) 2 16 2
7 Project Start-up Observation 4 4
8 Prepare Record Drawings 4 12
9 Project Closeout 2 2
Total 17 78 4 14 34
PHASE 1 - WATER REUSE SYSTEM
Exhibit D3
OSP Construction Administration
HOURLY SUMMARY SHEET
Table 2 of 3
Construction Phase
Employee Category Hours Salary Direct Labor Cost
PM 17 $81 $1,385
PE 78 $45 $3,548
EE 4 $50 $202
CADD Tech 14 $37 $525
Cler/Acct 34 $20 $697
Subtotal $6,357
LABOR COST
Phase
Construction
DIRECT COST
Total Direct Costs
LUMP SUM COST
Table 3 of 3
Total - Labor
Overhead Plus Fixed Fee Total
Labor Percent Overhead - Percent Cost
$6,357 175% $17,482 12% $19,580
Expense Rate Quantity Total
Printing $100 1 Job $100
Traveltr) $0.55 600 $330
$430
Total Lump Sum Cost $20,010
1. Current IRS mileage rate.
PHASE 2 - WATER REUSE SYSTEM
Exhibit D4
BCRWWTP Design
Table 1 of 4
Estimated Hours By Category
Task No. Description PM PE EE TECH CLER
peslan Phase
1 Review plans and other material to evaluate status. 32 32 4
2 Remobilize and plan project completion. 4 2 4
3 Coordinate with subconsuttants. 4 2
4 Develop/Update Technical Memoranda on key project items (see below),
a. Effluent polishing facilities (layouts and sections). 8 16 12
b. Reuse water pumping station (layouts and sections). 4 8 8
c. Impact on/need for revisions in disinfection system. 4 16 12
d. Storage evaluation
e. Updated cost estimate. 2 8
5 Review Technical Memoranda with City and finalize improvements to be implemented. 8 8 16
6 Merge updated drawings with current site drawings reflecting recent expansion project. 50 128 256
7 Review, Update, and Complete Project Specifications. 32 60 48
8 Review drawings and specifications with City. 4 4
9 Revise drawings and specifications as required by review. 4 4 12 16
10 Internal quality assurance monitoring. 16 8 8 2
11 Project meetings 12 12
12 Project administration (filing setup, filing, staffing, scheduling). 24 72
Total 208 308 0 332 138
Note: Hours for plan preparation (Item 6) are from Table 2.
PHASE 1 - WATER REUSE SYSTEM
Exhibit D4
BCRWWTP Design
Table 2 of 4
Description Estimated Hours By Labor Category
Series 000 - General PM PE EE Tech
OG -01 Cover Sheet 2 2
OG -02 Location Map and Sheet Index 2 2
OG -03 General Legend and Abbreviations 2 2
OG -04 General Notes And Symbols 2 2
OS -01 Structural General Notes
OS -02 Structural -Typical Details And General Notes
0S-03 Structural - Typical Details
OC -01 Erosion Control And Paving Details 2 4
OC -02 Civil Details 2 4
OC -03 Civil Details 2 6 6
OC -04 Miscellaneous Civil Details 2 2 4
OD -01 Schematics Flow Diagrams 2 2 4
OD -02 Hydraulic Profile 2 2 2
OD -03 Process Pipe Support Details 2 2
OD -04 Pipe Penetrations/Other Detalis 2 2
0E-01 Electrical Symbols
0E-02 Electrical Abbreviations
0E-03 Electrical Schedules and Detalis
0E-04 Electrical Schedules and Details
0E-05 Electrical Details
0E-06 Electrical Details
0E-07 Electrical Details
0E-08 Electrical Details
OY-01 Instrumentation Symbols
0Y-02 Instrumentation Process and Instrumentation Legend - Sheet 1
OY-03 Instrumentation Process and Instrumentation Legend -Sheet 2
OY-04 P & ID
0Y-05 P & ID
OY-06 Instrumentation Loop Diagrams - Sheet 1
0Y-07 instrumentation Loop Diagrams - Sheet 2
OY-08 Instrumentation Loop Diagrams - Sheet 3
Series 100 - Site Improvements
0IC-01 General Plant Layout & Horizontal Control 2 2 4
01C-02 Erosion Control And Contractor Storage Area 4 4
01C-03 Layout - Filter, Chlorine Contact, Pump Station Area - NE Quadrant 2 8 8
O1C-04 Paving/Grading Plan - Filter, Chlorine Contact, Pump Station Area 2 8 8
01C-05 Piping Plan - Filter, Chlorine Contact, Pump Station Area 2 8 8
O1C-06 Piping Plan - Plant 2 4 8
01C-07 Meter And Control Vaults 2 4 6
01C-08 Miscellaneous Site Details 2 4 6
01E-01 Electrical Overall Site - Distribution Plan
01E-02 Electrical Site Plan - Filter, Chlorine Contact, Pumping Area
01E-03 One Line Diagram - Project
01E-04 Electrical Duct Bank Details
01E-05 Electrical - Meter and Control Vaults
01E-06 Electrical - Modifications to Existing MCCs
01Y-01 Instrumentation - Schematic Symbols
O1Y-02 Instrumentation Legend Sheet
O1Y-03 Instrumentation Legend Sheet
O1Y-04 P & ID - Filters
O1Y-05 P & ID - Chlorine Contact, Pumping Station
Description Estimated Hours By Labor Category
Serles 200 - Effuent Filters PM PE EE Tech
028-01 Structural - Foundation Plan
02S-02 Structural - Sections
02S-03 Structural - Sections
02S-04 Structural - Sections
02A-01 Architectural - Filter Canopy 2 6 16
02D-01 Pian - Filters 2 4 16
02D-02 Sections - Filters 2 4 16
02D-03 Sections - Filters 2 4 16
02D-04 Sections - Filters 2 4 16
02D-05 Sections - Filters 2 4 16
01E-01 Filters - Electrical Plan
01E-02 Filter - Filter One line Diagram
01E-03 Filters - Control and Lighting Plan
01E-04 Details And Schedules
01Y-01 Schematics
01Y-02 Schematics
O1Y-03 Schematics/Details
Series 300 - Chlorine Contact and Reuse Water Pumping Station
03S-01 Foundation Plan
03S-02 Slab Plan
03S-03 Sections and Details
03S-04 Sections and Details
03S-05 Sections and Details
035-06 Sections and Details
03D-01 Chlorine Contact and Pump Station Layout 2 4 12
03D-02 Chlorine Contact and Pump Station Sections 2 4 12
03D-03 Chlorine Contact and Pump Station Sections and Details 2 4 12
03D-04 Pumping Station Details 2 4 12
01E-01 Power/Control Plan
01E-02 Lighting Plan
01E-03 One Line Diagram
01E-04 Schedules and Details
01Y-01 Schematics
O1Y-02 Schematics
Series 400 - Miscellaneous
04D-01 Connection To Existing Final Clarifier Box Section 4 4 8
04D-02 Chlorination System Changes 4 12 16
Total 50 128 0 256
PHASE 1 - WATER REUSE SYSTEM
Exhibit D4
BCRWWTP Design
Table 3 of 4
Design Phase
Employee Category Hours Salary Direct Labor Cost
PM 208 $81 $16,950
PE 308 $45 $14,011
CADD Tech 332 $37 $12,447
ClerlAcct 138 $20 $2,828
Subtotal $46,235
LABOR COST
Phase
Design
DIRECT COST
LUMP SUM COST - BASIC SERVICES
Table 4 of 4
Overhead Total - Labor Fixed Fee - Total
Labor Percent Plus Overhead Percent Cost
$46,235 175% $127,147 12% $142,404
Expense Rate Quantity Total
Miscellaneous $50 1 Job $50
Printing $2,730 1 Job $2,730
Traver) $0.55 400 $220
Structural Subconsultant (JIG) $23,570
Electrical Subconsultant (Schultz) $30,120
Total Direct Costs $56,690
Total Lump Sum Cost $199,094
Notes
1. Current IRS mileage rate
PHASE 1 -WATER REUSE SYSTEM
Exhibit D4 -A
Clearwell Design
Table 1 of 4
Task No. DescrlpUon Estimated Hours By Category
Design Phase: Clearwell PM PE SE EE TECH CLER
1A Coordinate with structural and electrical engineers 2 2
2A Ciearweil design evaluation 12 40 12
3A Review design evaluation with City and finalize Improvements to be implemented 6 12
4A Develop drawings 18 54 92
5A Complete Specifications 2 8 2
6A Review drawings and specifications with City 2 2
7A Review drawings and specifications as required by review 2 4 8 4
8A Internal quality assurance monitoring 4 4 2
9A Project meetings 12 12
10A Project administration 8 20
Total 68 138 0 0 112 28
Note: Hours for plan preparation (Item 4A) are from Table 2.
PHASE 1- WATER REUSE SYSTEM
Exhibit D4 -A
Clearwell Design
Drawing Sheets: Clearwell
Table 2 of 4
Description Estimated Hours By Labor Category
PM PE SE EE Tech
Series 100 - Site Improvements
01C -03A Layout - Clearwell/ Pump Station Area 2 8 8
O1C-04A Paving/Grading Plan - Clearwell And Pump Station Area 2 8 8
01C -05A Piping Plan - Clearwell And Pump Station Area 2 8 8
01E -02A Electrical Site Plan -Ctearwell and Pumping Area
O1Y-04A P & ID - Clearwell, Pump Station
Series 500 - Clearwell and Reuse Water Pumping Station
05S-01 Pumping Station Foundation Plan
05S-02 Sections and Details
05S-03 Sections and Details
05D-01 Tank Plan and Sections 2 6 12
050-02 Tank Piping Details 2 6 12
05D-03 Tank Piping and Miscellaneous Details 2 4 12
05D-04 Miscellaneous Tank Details 2 4 8
05D-05 Pumping Station Plan and Sections 2 6 12
05D-06 Pumping Station Sections and Details 2 4 12
OSE -01 Tank Power/Control and Lighting Plan
05E-02 Pumping Station Power/Control and Lighting Plan
05E-03 One Line Diagrams
05E-04 Electrical Details
05Y-01 Instrumentation Schematics
Total 18 54 0 0 92
PHASE 1 - WATER REUSE SYSTEM
Exhibit D4 -A
Clearwell Design
Hourly Summary Sheet: Clearwell
Table 3 of 4
Design Phase: Clearwell
Employee Category Hours Salary Direct Labor Cost
PM 68 $81 $5,541
PE 138 $45 $6,278
CADD Tech 112 $37 $4,199
Cler/Acct 28 $20 $574
Subtotal $16,592
LUMP SUM COST - BASIC SERVICES: CLEARWELL
Table 4of4
LABOR COST
Overhead Total - Labor Fixed Fee - Total
Phase Labor Percent Plus Overhead Percent Cost
Design: Clearwell $16,592 175% $45,627 12% $51,102
DIRECT COST
Expense Rate Quantity Total
Printing $600
Travel(1) $0.55
Structural Subconsultant (JIG)
Electrical Subconsultant (Schultz)
Geotechnical Subconsultant (Kleinfelder)
Survey Subconsultant (Inland Geodetics)
1 Job
400
$600
$220
$19,752
$19,720
$15,300
$8,000
Total Direct Costs $63,592
Total Lump Sum Cost $114,694
Notes
1. Current IRS mileage rate
PHASE 1 - WATER REUSE SYSTEM
Exhibit DS
BCRWWTP Bidding
Table 1 of 3
Blddlnn
1 Printing drawings and specifications for distribution.
Estimated Hours By Category
PM PE EE TECH CLER
2 2 8 16
2 Coordinating distribution of drawings and specifications to bidders and plan houses. 4 16
3 Responding to bidder questions. 8 16 8
4 Pre-bid conference. 4 4 8
5 Issuing Addenda 8 12 16 8
6 Revew bids and develop recommendation for award. 4 4 4
7 Prepare contract documents. 2 2 4
Total 28 44 0 24 64
PHASE 1 - WATER REUSE SYSTEM
Exhibit 05
BCRWWTP Bidding
Hourly Summary Sheet
Table 2 of 3
Bidding Phase
Employee Category Hours Salary Direct Labor Cost
PM 28 $81 $2,282
PE 44 $45 $2,002
CADD Tech 24 $37 $900
Cier/Acct 64 $20 $1,311
Subtotal $6,494
LUMP SUM COST - BASIC SERVICES
Table 3 of 3
LABOR COST
Overhead Total - Labor Plus Fixed Fee Total
Phase Labor Percent Overhead - Percent Cost
Bidding $6,494 175% $17,860 12% $20,003
DIRECT COST
Expense Rate Quantity Total
Miscellaneous $1,425 1 Job $1,425
Travel(') $0.55 200 $110
Structural Subconsultant (JIG) $3,992
Electrical Subconsultant (Schultz) $2,120
Total Direct Costs $7,647
Total Lump Sum Cost $27,650
Notes
1. Current IRS mileage rate
2. Printing of plans and specifications is not included in the above fee calculation. The
costs of printing plans and specifications will be billed as an additional service as the
cost cannot be precisely estimated at this time. Cost will likely be in the $6,000 range.
PHASE 1 - WATER REUSE SYSTEM
Exhibit 08
BCRWWTP Construction Administration
Table 1 of 3
Estimated Hours By Category
Construction PM PE EE TECH CL ER
1 Pre -construction Conference 4 4 8
2 Shop Drawing and 0&M Review 16 64 24
3 Project Meetings (Estimate 12)/Site Visits/Documentation 24 48 40
4 Respond To RFIs 16 48 16 12
5 Review Pay Applications (Estimate 13) 8 40 12
6 Project Administration (Contractor Com/Subcontract Admin/Filing,...) 4 40 16
7 Project Start-up Observation 4 8
8 Prepare Record Drawings 8 40
9 Project Closeout 2 8 8
Total 78 268 0 56 120
PHASE 1 - WATER REUSE SYSTEM
Exhibit 06
BCRWWTP Construction Administration
Hourly Summary Sheet
Table 2 of 3
Construction Phase
Employee Category Hours Salary Direct Labor Cost
PM 78 $81 $6,356
PE 268 $45 $12,191
CADD Tech 56 $37 $2,099
Cler/Acct 120 $20 $2,459
Subtotal $23,106
LABOR COST
Phase
Construction
DIRECT COST
Total Direct Costs
LUMP SUM COST - BASIC SERVICES
Table 3 of 3
Overhead Total - Labor Plus Fixed Fee - Total
Labor Percent Overhead Percent Cost
$23,106 175% $63,541 12% $71,166
Expense Rate Quantity Total
Printing $400 1 Job $ 400
Travel(') $0.55 1500 $ 825
Structural Subconsultant (JIG) $ 10,954
Electrical Subconsuitant (Schultz) $ 6,620
$18,799
Total Lump Sum Cost $89,965
Notes
1. Current IRS mileage rate
PHASE 1 - WATER REUSE SYSTEM
Exhibit DS -A
Clearwell Construction Administration
Table 1 of 3
Estimated Hours By Category
Construction: Clearwefl PM PE SE EE TECH CLER
1A Pre -construction Conference 2 2 4
2A Shop Drawing and O&M Review 8 24 8
3A Project Meetings/Site Visits/Documentation 6 12
4A Respond To RFIs 4 8 2
SA Project Administration 2 8 8
6A Protect Start-up Observation 4
7A Prepare Record Drawings 4 20
Total 22 62 0 0 20 22
PHASE 1 - WATER REUSE SYSTEM
Exhibit D6 -A
Clearwell Construction Administration
Hourly Summary Sheet: Clearwell
Table 2 of 3
Construction Phase: Clearwell
Employee Category Hours Salary Direct Labor Cost
PM 22 $81 $1,793
PE 62 $45 $2,820
CADD Tech 20 $37 $750
Cler/Acct 22 $20 $451
Subtotal $5,814
LUMP SUM COST - BASIC SERVICES: CLEARWELL
Table 3 of 3
LABOR COST
Overhead Total - Labor Plus Fixed Fee -
Phase Labor Percent Overhead Percent Total Cost
Construction: Clearwell $5,814 175% $15,988 12% $17,906
DIRECT COST
Expense Rate Quantity Total
Printing $100 1 Job $ 100
Travel(') $0.55 750 $ 413
Structural Subconsultant (JIG) $ 8,866
Electrical Subconsultant (Schultz) $ 5,800
Total Direct Costs $15,179
Total Lump Sum Cost $33,085
Notes
1. Current IRS mileage rate
EXHIBIT E
Certificates of Insurance
Attached Behind This Page
CERTIFICATE OF LIABILITY INSURANCE
Date: 10/1/09
TDI number required. Please refer to the
PRODUCER: Texas Dept of Insurance website: http://www,tdi,state.tx.us/
Lockton Companies. LLC
444 W. 47°' St. Suite 900
Kansas City, MO 64112
Phone:816-960-9000 E-mail:
INSURED:
HDR Engineering. Inc.
8404 Indian Hills Dr
Omaha. NE 68114-4049
Phone:402-399-1145 E-mail:
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 herelnafter described. Exceptions to the policies are noted below.
CO TYPE OF POLICY EFFECTIVE EXPIRATION
LTR INSURANCE NUMBER DATE DATE
LIMITS
A GENERAL LIABILITY 37CSEQUO950 6/1109 6/1110 ' GENERAL AGGREGATE $ 2,000,000
PRODUCTS-COMP/OP AGG. $ 2,000,000
PERSONAL & ADV. INJURY $ 1,000,000
EACH OCCURRENCE $ 1,000,000
FIRE DAMAGE (Any one fire) $1,000,000
MED. EXPENSE (Any one person) $ 10,000
A AUTOMOBILE LIABILITY 37CSEQU0951 8/1109 611110 COMBINED SINGLE LIMIT $ 2,000,000
BODILY INJURY (Per person) $
BODILY INJURY (Per accident) $
PROPERTY DAMAGE $
B EXCESS LIABILITY (excludes Professional Liab) 611109 6/1110 EACH OCCURRENCE $ 1,000,000
C012177/001 AGGREGATE $ 1,000,000
C WORKERS' COMPENSATION 3621195 6/1/09 7/1/10 STATUTORY LIMITS $ Statutory
AND EMPLOYERS' LIABILITY EACH ACCIDENT $ 1,000,000
DISEASE - POLICY LIMIT $ 1,000,000
DISEASE - EACH EMPLOYEE $ 1,000,000
D PROFESSIONAL LIABILITY E0C9260026.02 6/1/09 6/1/10 Per Claim: 81,000,000 Aggregate: $1,000.000
BUILDERS' RISK INSURANCE
OR INSTALLATION INSURANCE
DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES/SPECIAL ITEMS/EXCEPTIONS:
RE: Design, Bidding and Construction Phase Services for Phase I of the City of Round Rock Water Reuse System.
The City of Round Rock Is named as additional Insured with respect to all policies except 'Workers' Compensation and Employers' Liability' and
'Professional Liability'. 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 Manager
City of Round Rock
221 E. Main Street
Round Rock, Texas 78664
SIGN/E OF AGENT ENSE IN STATE OF TEXAS
f //l'
Typed Name: Ron Lockton
Title: President
Page 2
00650 — I-2008 Certificate of Liability Insurance
COMPANIES AFFORDING COVERAGE
TDI
A
Hartford Fire Insurance Company
19682
B
Allied World National Assurance Company
10690
C
New Hampshire Insurance Company
23841
D
Zurich American Insurance Company
16535
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 herelnafter described. Exceptions to the policies are noted below.
CO TYPE OF POLICY EFFECTIVE EXPIRATION
LTR INSURANCE NUMBER DATE DATE
LIMITS
A GENERAL LIABILITY 37CSEQUO950 6/1109 6/1110 ' GENERAL AGGREGATE $ 2,000,000
PRODUCTS-COMP/OP AGG. $ 2,000,000
PERSONAL & ADV. INJURY $ 1,000,000
EACH OCCURRENCE $ 1,000,000
FIRE DAMAGE (Any one fire) $1,000,000
MED. EXPENSE (Any one person) $ 10,000
A AUTOMOBILE LIABILITY 37CSEQU0951 8/1109 611110 COMBINED SINGLE LIMIT $ 2,000,000
BODILY INJURY (Per person) $
BODILY INJURY (Per accident) $
PROPERTY DAMAGE $
B EXCESS LIABILITY (excludes Professional Liab) 611109 6/1110 EACH OCCURRENCE $ 1,000,000
C012177/001 AGGREGATE $ 1,000,000
C WORKERS' COMPENSATION 3621195 6/1/09 7/1/10 STATUTORY LIMITS $ Statutory
AND EMPLOYERS' LIABILITY EACH ACCIDENT $ 1,000,000
DISEASE - POLICY LIMIT $ 1,000,000
DISEASE - EACH EMPLOYEE $ 1,000,000
D PROFESSIONAL LIABILITY E0C9260026.02 6/1/09 6/1/10 Per Claim: 81,000,000 Aggregate: $1,000.000
BUILDERS' RISK INSURANCE
OR INSTALLATION INSURANCE
DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES/SPECIAL ITEMS/EXCEPTIONS:
RE: Design, Bidding and Construction Phase Services for Phase I of the City of Round Rock Water Reuse System.
The City of Round Rock Is named as additional Insured with respect to all policies except 'Workers' Compensation and Employers' Liability' and
'Professional Liability'. 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 Manager
City of Round Rock
221 E. Main Street
Round Rock, Texas 78664
SIGN/E OF AGENT ENSE IN STATE OF TEXAS
f //l'
Typed Name: Ron Lockton
Title: President
Page 2
00650 — I-2008 Certificate of Liability Insurance
DATE: March 18, 2010
SUBJECT: City Council Meeting — March 25, 2010
ITEM: 10D5. Consider a resolution authorizing the Mayor to execute a Contract for
Engineering Services with HDR Engineering, Inc. for the Water Reuse System —
Phase 1 Project.
Department:
Staff Person:
Justification:
Water and Wastewater Utilities
Michael Thane, P.E., Director of Utilities
The City of Round Rock water reuse system will include treatment, pumping and distribution facilities to
treat and distribute effluent from the Brushy Creek Regional Wastewater Treatment Plant (BCWWTP).
The treated effluent will be conveyed to reuse customers in the northeast part of Round Rock for
irrigation and potentially other non -potable water purposes. The City plans to implement the reuse
system in five phases as described in the CORR Water Reuse Master Plan dated September 2009. These
engineering services are for Phase 1 and include construction of filtration, disinfection and pumping
facilities at the BCWWTP and installation of reuse water distribution piping to serve Old Settler's Park.
Strategic Plan Relevance:
Goal 27.0 "Ensure there is an adequate, affordable and safe water supply."
Funding:
Cost: $ 543,491
Source of funds: Self -Financed Water Utility Construction Fund
Outside Resources:
HDR Engineering, Inc.
Bureau of Reclamation
Public Comment:
N/A
EXECUTED
DOCUMENT
FOLLOWS
7ROUND ROCK, TEXAS
PURPOSE PASSION. PROSPERITY
CITY OF ROUND ROCK
CONTRACT FOR ENGINEERING SERVICES
FIRM: HDR ENGINEERING, INC. ("Engineer")
ADDRESS: 4401 West Gate Blvd., Suite 400, Austin, TX 78745
PROJECT: Water Reuse System — Phase 1
THE STATE OF TEXAS
COUNTY OF WILLIAMSON
THIS CONTRACT FOR ENGINEERING SERVICES ("Contract") is made and entered into on
this the2Sday of flliAerM , 2010 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
perfonned by the respective parties hereto, it is agreed as follows:
Engineering Services Contract Rev. 10/08
0199.7134; 00185249.doc 00064494
WROI OSP
1
top (Y -J. =j -'(O1j
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) Terni. 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 Five Hundred Forty -Three Thousand Four Hundred Ninety -One and No/100 Dollars
($543.491.00) as shown in Exhibit D. The lump sum amount payable shall be revised equitably only by
written Supplemental Contract in the event of a change in Engineering Services as authorized by City.
Engineer shall prepare and submit to City monthly progress reports in sufficient detail to support
the progress of the Engineering Services and to support invoices requesting monthly payment. Any
preferred format of City for such monthly progress reports shall be identified in Exhibit 13. 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 perfonned 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:
David Freireich, P.E.
Senior Utility Engineer
212 Commerce Blvd.
Round Rock, Texas 78664
Telephone Number (512) 671-2756
Fax Number (512) 218-3242
Email Address dfreireich@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:
James R. Glaser, P.E.
Project Manager
4401 West Gate Blvd., Suite 400
Austin, TX 78745
Telephone Number (512) 912-5113
Fax Number (512) 912-5158
Email Address jim.glaser@hdrinc.com
ARTICLE 9
PROGRESS EVALUATION
Engineer shall, from time to time during the progress of the Engineering Services, confer with
City at City's election. Engineer shall prepare and present such information as may be pertinent and
necessary, or as may be requested by City, in order for City to evaluate features of the Engineering
Services. At the request of City or Engineer, conferences shall be provided at Engineer's office, the
offices of City, or at other locations designated by City. When requested by City, such conferences shall
also include evaluation of the Engineering Services.
Should City determine that the progress in Engineering Services does not satisfy the Work
Schedule, then City shall review the Work Schedule with Engineer to determine corrective action
required.
Engineer shall promptly advise City in writing of events which have or may have a significant
impact upon the progress of the Engineering Services, including but not limited to the following:
(1) Problems, delays, adverse conditions which may materially affect the ability to meet the
objectives of the Work Schedule, or preclude the attainment of project Engineering Services
units by established time periods; and such disclosure shall be accompanied by statement of
actions taken or contemplated, and City assistance needed to resolve the situation, if any;
and
(2) Favorable developments or events which enable meeting the Work Schedule goals sooner
than anticipated.
5
ARTICLE 10
SUSPENSION
Should City desire to suspend the Engineering Services, but not to terminate this Contract, then
such suspension may be effected by City giving Engineer thirty (30) calendar days' verbal notification
followed by written confirmation to that effect. Such thirty -day notice may be waived in writing by
agreement and signature of both parties. The Engineering Services may be reinstated and resumed in
full force and effect within sixty (60) days of receipt of written notice from City to resume the
Engineering Services. Such sixty-day notice may be waived in writing by agreement and signature of
both parties. If this Contract is suspended for more than thirty (30) days, Engineer shall have the option
of terminating this Contract.
If City suspends the Engineering Services, the contract period as determined in Article 3, and
the Work Schedule, shall be extended for a time period equal to the suspension period.
City assumes no liability for Engineering Services performed or costs incurred prior to the date
authorized by City for Engineer to begin Engineering Services, and/or during periods when Engineering
Services is suspended, and/or subsequent to the contract completion date.
ARTICLE 11
ADDITIONAL ENGINEERING SERVICES
If Engineer forms a reasonable opinion that any work he/she/it has been directed to perform is
beyond the scope of this Contract and as such constitutes extra work, he/she/it shall promptly notify
City in writing. In the event City finds that such work does constitute extra work and exceeds the
maximum amount payable, City shall so advise Engineer and a written Supplemental Contract will be
executed between the parties as provided in Article 13. Engineer shall not perform any proposed
additional work nor incur any additional costs prior to the execution, by both parties, of a written
Supplemental Contract. City shall not be responsible for actions by Engineer nor for any costs incurred
by Engineer relating to additional work not directly associated with the performance of the Engineering
Services authorized in this Contract or any amendments thereto.
ARTICLE 12
CHANGES IN ENGINEERING SERVICES
If City deems it necessary to request changes to previously satisfactorily completed Engineering
Services or parts thereof which involve changes to the original Engineering Services or character of
Engineering Services under this Contract, then Engineer shall make such revisions as requested and as
directed by City. Such revisions shall be considered as additional Engineering Services and paid for as
specified under Article 11.
Engineer shall make revisions to Engineering Services authorized hereunder as are necessary to
correct errors appearing therein, when required to do so by City. No additional compensation shall be
due for such Engineering Services.
6
ARTICLE 13
SUPPLEMENTAL CONTRACTS
The terms of this Contract may be modified by written Supplemental Contract if City
determines that there has been a significant change in (1) the scope, complexity or character of the
Engineering Services, or (2) the duration of the Engineering Services. Any such Supplemental Contract
must be duly authorized by 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 perforrnance 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 perforin the duties assigned to thein. 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
perforin 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 terinination 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
Iimited 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 claim 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 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:
James R. Glaser, P.E.
Project Manager
4401 West Gate Blvd., Suite 400
Austin, TX 78745
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, as has 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 UND RO , TEXAS
By:
Al cGraw, Mayor
ATTEST:
By:
Sara L. White, City Secretary
HDR ENGINEERI ► ' C.
By
Signature of nnci al
Printed Name: Ates L 4. 62,0VE
14
APP
Steph
VED AS T
L
L. Sheets, City Attorney
LIST OF EXHIBITS ATTACHED
(1) Exhibit A City Services
(2) Exhibit B Engineering Services
(3) Exhibit C Work Schedule
(4) Exhibit D Fee Schedule
(5) Exhibit E Certificates of Insurance
EXHIBIT A
City Services
The City will provide to the Engineer under this agreement the following
items/information/assistance:
1. Provide available information regarding existing utilities and planned construction within
the project area.
2. Provide City design and construction standards, such as standard details, specifications,
engineering documents, etc.
3. Provide timely review of draft documents submitted for review.
4. Attend project meetings.
EXHIBIT B
Engineering Services
Project Understanding
The City of Round Rock water reuse system will include treatment, pumping and distribution
facilities to treat effluent from the Brushy Creek Regional Wastewater Treatment Plant (WWTP)
and convey it to reuse customers for irrigation purposes. The City plans to implement the reuse
system in five phases as described in the CORR Water Reuse Master Plan dated September 2009.
Phase I includes construction of filtration, disinfection and pumping facilities at the WWTP and
installation of reuse water distribution piping in Old Settler's Park (OSP).
Phase I - Water Reuse System
Phase lA - Old Settler's Park Reuse Waterline
1. Revise and prepare drawings based on current size and routing for the reuse waterline.
2. Prepare project specifications.
3. Provide bidding phase services.
4. Provide construction phase services.
Phase 1B - Brushy Creek Regional Wastewater Treatment Plant Reuse Water Treatment
Facilities
1. Review plans and project material to evaluate status.
2. Develop and update technical memoranda for key project items, including evaluating and
providing recommendations for necessary reuse water storage either on-site (clearwell) or at
OSP for future phase expansions, effluent filters, disinfection facilities, and reuse water pump
station(s).
3. Update/Prepare drawings and merge updated drawings with current WWTP site drawings
that reflect recent expansion project.
4. Review, update and complete project specifications.
5. Provide bidding phase services.
6. Provide construction phase services.
Reuse Water Storage and Pump Station Facilities*
1. Evaluate design options for reuse water storage and pumping and develop technical
memorandum for implementation of reuse water storage and pumping facilities.
2. Prepare drawings for storage and pumping facilities and merge with reuse water treatment
facilities drawings.
3. Complete project specifications for storage and pumping facilities.
4. Provide bidding phase services for storage and pumping facilities.
5. Provide construction phase services for storage and pumping facilities.
* Engineering services for Reuse Water Storage and related Pump Station Facilities will be added
to the Phase I Water Reuse System project if separately authorized by City of Round Rock staff.
EXHIBIT C
Work Schedules
Attached Behind This Page
PHASE 1 - WATER REUSE SYSTEM
W
Z c
J T.
LU N
Q
= WLU
Q
NWf-C
Ce Y
O`1NJ
=�
a" - w
Ce
H w U)
m J
1—
X
xw
LLI O
a
0
0
0
0
2
2
IL
N
0
L
a
Engineering Design
Finalizing Drawings And Specifications For Current Route
City Review Of Drawings And Specifications
Finalize Drawings and Specifications
Construction
PHASE 1 - WATER REUSE SYSTEM
RUARY 2010
0
N
0
Z
0
2
0
0
N
0
Z
0
2
2
LL
1
-,
Engineering Design
Geotechnical/Surveying
Preparation/Update Of Drawings And Specifications
City Review Of Drawings And Specifications
Finalize Drawings and Specifications
Construction
01
current project schedule to maximize Federal Funds
EXHIBIT D
Fee Schedules
Attached Behind This Page
Fee schedule includes listings of tasks and fee development information for the Phase IA — Old
Settler's Park (OSP) Reuse Waterline and Phase 1B — Brushy Creek Regional Wastewater
Treatment Plant (BCRWWTP) Reuse Water Treatment Facilities. Fee schedule also includes
listing of tasks and fee development information for Reuse Water Storage (Clearwell) and related
Pumping Facilities, the engineering services for which will be added to the Phase I Water Reuse
System if separately authorized by the City of Round Rock staff. The individual and total lump
sum costs for the Phase I Water Reuse System are below.
D-1: OSP Design $48,811
D-2: OSP Bidding $10,182
D-3: OSP Construction Administration $20,010
D-4: BCRWWTP Design $199,094
D-5: BCRWWTP Bidding $27,650
D-6: BCRWWTP Construction Adtninistration $89,965
SUBTOTAL $395,712
D -4A: Clearwell Design $114,694
D -6A: Clearwell Construction Administration $33,085
SUBTOTAL $147,779
TOTAL $543,491
PHASE 1 - WATER REUSE SYSTEM
Exhibit D1
OSP Design
Table 1 of 4
Estimated Hours By Category
Task No. Description PM PE EE TECH CLER
1 Prepare/revise plans (see following sheet) 7 66 14 196
2 Prepare specifications 6 32 8 16
3 Internal reviews 4 g
4 Meetings/review with client 2 4
5 Project administration (filing setup, filing, staffing, scheduling). 2 8
Total 21 110 22 196 24
Series 0 - General
PHASE 1 - WATER REUSE SYSTEM
Exhibit D1
OSP Design
Table 2 of 4
Description Estimated Hours By Labor Cafegory
PM PE EE Tech
0G-01 Cover Sheet 1 1
0G-02 Vicinity Map and Sheet Index 1 1
0G-03 Project Location Map/Control Points 2 2
OG -04 General Legend and Abbreviations
Series 100 - Conveyance Line
01C-01 Pipeline Plan/Profile (1" = 50 Feet) 1 2 20
01C-02 Pipeline Plan/Profile (1" = 50 Feet) 1 2 20
01C-03 Pipeline Plan/Profile (1" = 50 Feet) 1 6 20
01C-04 Pipeline Plan/Profile (1" = 50 Feet) 1 6 20
01C-05 Pipeline Plan/Profile (1" = 50 Feet) 1 6 20
01C-06 Pipeline Plan/Profile (1" = 50 Feet) 1 6 20
01C-07 Pipeline Plan/Profile (1" = 50 Feet) 1 6 20
Series 200 - Details
02C-01 Tree Protection and Erosion Control 2 2
02C-02 Irrigation System Connections/Details 6 8
02C-03 Various details (embedment, trench repair, etc.) 4 4
02C-04 Joint Restraint and Thrust Blocking 2 2
02C-05 Pipe Crossings 2 4
02C-06 Meter Vault 8 8
02C-07 Traffic Control Plan 4 4
Series 300 - Electrical
03E-01 Meter Vault 8 8
03E-02 Details/Controls 6 12
Total 7 66 14 196
Total hours listed above for each labor category are included in item 1 on Table 1.
PHASE 1 - WATER REUSE SYSTEM
Exhibit D1
OSP Design
Table 3 of 4
Design Phase
Employee Category Hours Salary Direct Labor Cost
PM 21 $81 $1,711
PE 110 $45 $5,004
EE 22 $50 $1,111
CADD Tech 196 $37 $7,348
Cier/Acct 24 $20 $492
Subtotal $15,666
LUMP SUM COST - BASIC SERVICES
Table 4 of 4
LABOR COST
Overhead Total - Labor Fixed Fee • Total
Phase Labor Percent Plus Overhead Percent Cost
Design $15,666 175% $43,081 12% $48,251
DIRECT COST
Expense Rate Quantity Total
Miscellaneous $50 1 Job $50
Printing $400 1 Job $400
Travel(') $0.55 200 $110
Total Direct Costs $560
Total Lump Sum Cost $48,811
Notes
1. Current IRS mileage rate
Exhibit D2
OSP Bidding
Table 1 of 3
Estimated Hours By Calegory
Bidding PM PE EE TECH CLER
1 Printing plans and specifications for distribution. 2 2 8
2 Coordinating distribution of plans and specifications to bidders and plan houses. 4 8
3 Responding to bidder questions. 4 4 4
4 Pre-bid conference, 4 12
5 Issue Addenda 8 4 8
6 Revaw bids and develop recommendation for award. 2 4
7 Prepare contract documents. 2 2 4
Total 10 28 0 4 44
PHASE 1 - WATER REUSE SYSTEM
Exhibit D2
OSP Bidding
HOURLY SUMMARY SHEET
Table 2 of 3
Bidding Phase
Employee Category Hours Salary Direct Labor Cost
PM 10 $81 $815
PE 28 $45 $1,274
EE 0 $50 $0
CADD Tech 4 $37 $150
Cier/Acct 44 $20 $902
Subtotal $3,140
LUMP SUM COST
Table 3 of 3
LABOR COST
Total -
Overhead Labor Plus Fixed Fee Total
Phase Labor Percent Overhead - Percent Cost
Bidding $3,140 175% $8,635 12% $9,672
DIRECT COST
Expense Rate Quantity Total
Printing $400 1 Job $400
Traver) $0.55 200 $110
Total Direct Costs $510
Total Lump Sum Cost $10,182
1. Current IRS mileage rate.
2. Printing of plans and specifications is not included in the above fee calculation. The
costs of printing plans and specifications will be billed as an additional service as the
cost cannot be precisely estimated at this time. Cost will likely be in the $6,000 range.
Exhibit D3
OSP Construction Administration
Tablet of 3
Estimated Hours By Category
Construction Phase PM PE EE TECH CLER
1 Pre -construction Conference 1 2 4
2 Shop Drawing (Estimate 8) and O&M Review 2 16 4 2
3 Project Meetings/Site Visits/Documentation (Estimate 4) 4 16 20
4 Respond To RFIs 4 12 2 2
5 Review Pay Applications (Estimate 5) 6 2
6 Project Administration (Contractor Com/Subcontract Admin/Filing,...) 2 16 2
7 Project Start-up Observation 4 4
8 Prepare Record Drawings 4 12
9 Project Closeout 2 2
Total 17 78 4 14 34
PHASE 1 - WATER REUSE SYSTEM
Exhibit D3
OSP Construction Administration
HOURLY SUMMARY SHEET
Table 2 of 3
Construction Phase
Employee Category Hours Salary Direct Labor Cost
PM 17 $81 $1,385
PE 78 $45 $3,548
EE 4 $50 $202
CADD Tech 14 $37 $525
Cler/Acct 34 $20 $697
Subtotal $6,357
LABOR COST
Phase
Construction
DIRECT COST
LUMP SUM COST
Table 3 of 3
Total - Labor
Overhead Plus Fixed Fee Total
Labor Percent Overhead - Percent Cost
$6,357 175% $17,482 12% $19,580
Expense Rate Quantity Total
Printing $100 1 Job $100
Travelcr) $0.55 600 $330
Total Direct Costs $430
Total Lump Sum Cost $20,010
1. Current IRS mileage rate.
PHASE 2 - WATER REUSE SYSTEM
Exhibit 04
BCRWWTP Design
Table 1 of 4
Estimated Hours By Category
Task No. Description PM PE EE TECH CLER
Design Phase
1 Review plans and other material to evaluate status. 32 32 4
2 Remobilize and plan project completion. 4 2 4
3 Coordinate with subconsuttants. 4 2
4 Develop/Update Technical Memoranda on key project Items (see below).
a. Effluent polishing facilities (layouts and sections). 8 16 12
b. Reuse water pumping station (layouts and sections). 4 8 8
c. Impact on/need for revisions in disinfection system. 4 16 12
d. Storage evaluation
e. Updated cost estimate. 2 8
5 Review Technical Memoranda with City and finalize Improvements to be implemented. 8 8 16
6 Merge updated drawings with current site drawings reflecting recent expansion project, 50 128 256
7 Review, Update, and Complete Project Specifications. 32 60 48
8 Review drawings and specifications with City. 4 4
9 Revise drawings and specifications as required by review. 4 4 12 16
10 Internal quality assurance monitoring. 16 8 8 2
11 Project meetings 12 12
12 Project administration (filing setup, filing, staffing, scheduling). 24 72
Total 208 308 0 332 138
Note: Hours for plan preparation (Item 6) are from Table 2.
PHASE 1 - WATER REUSE SYSTEM
Exhibit 04
BCRWWTP Design
Table 2 of 4
Description Estimated Hours By Labor Category
Series 000 - General
PM PE EE Tech
OG -01 Cover Sheet 2 2
0G-02 Location Map and Sheet Index 2 2
OG -03 General Legend and Abbreviations 2 2
OG -04 General Notes And Symbols 2 2
OS -01 Structural General Notes
OS -02 Structural -Typical Details And General Notes
OS -03 Structural - Typical Details
OC -01 Erosion Control And Paving Details 2 4
OC -02 Civil Details 2 4
OC -03 Civil Details 2 6 6
OC -04 Miscellaneous Civil Details 2 2 4
OD -01 Schematics Flow Diagrams 2 2 4
OD -02 Hydraulic Profile 2 2 2
OD -03 Process Pipe Support Details 2 2
OD -04 Pipe Penetrations/Other Details 2 2
0E-01 Electrical Symbols
0E-02 Electrical Abbreviations
0E-03 Electrical Schedules and Details
0E-04 Electrical Schedules and Details
0E-05 Electrical Details
0E-06 Electrical Details
0E-07 Electrical Details
0E-08 Electrical Details
OY-01 Instrumentation Symbols
OY-02 Instrumentation Process and Instrumentation Legend - Sheet 1
OY-03 Instrumentation Process and instrumentation Legend - Sheet 2
OY-04 P & ID
OY-05 P & ID
OY-06 Instrumentation Loop Diagrams - Sheet 1
OY-07 Instrumentation Loop Diagrams - Sheet 2
OY-08 Instrumentation Loop Diagrams - Sheet 3
Series 100 - Site Improvements
01C-01 General Plant Layout & Horizontal Control 2 2 4
O1C-02 Erosion Control And Contractor Storage Area 4 4
OIC -03 Layout - Filter, Chlorine Contact, Pump Station Area - NE Quadrant 2 8 8
O1C-04 Paving/Grading Plan - Filter, Chlorine Contact, Pump Station Area 2 8 8
O1C-05 Piping Plan - Filter, Chlorine Contact, Pump Station Area 2 8 8
O1C-06 Piping Plan - Plant 2 4 8
01C-07 Meter And Control Vaults 2 4 6
01C-08 Miscellaneous Site Details 2 4 6
O1E-01 Electrical Overall Site - Distribution Plan
01E-02 Electrical Site Plan - Filter, Chlorine Contact, Pumping Area
01E-03 One Line Diagram - Project
01E-04 Electrical Duct Bank Details
01E-05 Electrical - Meter and Control Vaults
O1E•06 Electrical - Modifications to Existing MCCs
O1Y-01 Instrumentation - Schematic Symbols
OIY-02 Instrumentation Legend Sheet
O1Y-03 Instrumentation Legend Sheet
O1Y-04 P & ID - Filters
O1Y-05 P & ID - Chlorine Contact, Pumping Station
Description Estimated Hours By Labor Category
Series 200 - Effuent Filters PM PE EE Tech
02S-01 Structural - Foundation Plan
02S-02 Structural - Sections
02S-03 Structural - Sections
02S-04 Structural - Sections
02A-01 Architectural - Filter Canopy 2 6 16
02D-01 Plan - Filters 2 4 16
02D-02 Sections -Filters 2 4 16
02D-03 Sections -Filters 2 4 16
02D-04 Sections - Filters 2 4 16
02D-05 Sections -Filters 2 4 16
01E-01 Filters - Electrical Plan
01E-02 Filter - Filter One line Diagram
01E-03 Filters - Control and Lighting Plan
01E-04 Details And Schedules
01Y-01 Schematics
O1Y-02 Schematics
O1Y-03 Schematics/Details
Series 300 - Chlorine Contact and Reuse Water Pumping Station
03S-01 Foundation Plan
03S-02 Slab Plan
03S-03 Sections and Details
03S-04 Sections and Details
03S-05 Sections and Details
03S-06 Sections and Details
03D-01 Chlorine Contact and Pump Station Layout 2 4 12
03D-02 Chlorine Contact and Pump Station Sections 2 4 12
030-03 Chlorine Contact and Pump Station Sections and Details 2 4 12
03D-04 Pumping Station Details 2 4 12
01E-01 Power/Control Plan
01E-02 Lighting Pian
01E-03 One Line Diagram
01E-04 Schedules and Details
01Y-01 Schematics
O1Y-02 Schematics
Series 400 - Miscellaneous
04D-01 Connection To Existing Final Clarifier Box Section 4 4 8
04D-02 Chlorination System Changes 4 12 16
Total 50 128 0 256
PHASE 1 - WATER REUSE SYSTEM
Exhibit D4
BCRWWTP Design
Table 3 of 4
Design Phase
Employee Category Hours Salary Direct Labor Cost
PM 208 $81 $16,950
PE 308 $45 $14,011
CADD Tech 332 $37 $12,447
Cler/Acct 138 $20 $2,828
Subtotal $46,235
LABOR COST
Phase
Design
DIRECT COST
LUMP SUM COST - BASIC SERVICES
Table 4 of 4
Overhead Total - Labor Fixed Fee - Total
Labor Percent Plus Overhead Percent Cost
$46,235 175% $127,147 12% $142,404
Expense Rate Quantity Total
Miscellaneous $50 1 Job $50
Printing $2,730 1 Job $2,730
Traver) $0.55 400 $220
Structural Subconsultant (JIG) $23,570
Electrical Subconsultant (Schultz) $30,120
Total Direct Costs $56,690
Total Lump Sum Cost $199,094
Notes
1. Current IRS mileage rate
PHASE 1 -WATER REUSE SYSTEM
Exhibit 04.A
Ciearwell Design
Table 1 of 4
Task No. bescrlpUon EsUmated Hours By Category
Peskin Phase: Clearwell PM PE SE EE TECH CLER
1A Coordinate with structural and electrical engineers 2 2
2A Clearwell design evaluation 12 40 12
3A Review design evaluation with City and finalize Improvements to be implemented 6 12
4A Develop drawings 18 54 92
5A Complete Specifications 2 8 2
6A Review drawings and specifications with City 2 2
7A Review drawings and specifications as required by review 2 4 8 4
SA Internal quality assurance monitoring 4 4 2
9A Project meetings 12 12
10A Project administration 8 20
Total 68 138 0 0 112 28
Note: Hours for plan preparation (Item 4A) are from Table 2.
PHASE 1 - WATER REUSE SYSTEM
Exhibit D4 -A
Clearwell Design
Drawing Sheets: Clearwell
Table 2 of 4
Description Estimated Hours By Labor Category
PM PE SE EE Tech
Series 100 - Site Improvements
O1C-03A Layout - Clearwell/ Pump Station Area 2 8 8
01C -04A Paving/Grading Plan - Clearwell And Pump Station Area 2 8 8
O1C-05A Piping Plan - Clearwell And Pump Station Area 2 8 8
01E -02A Electrical Site Plan - Clearwell and Pumping Area
01Y -04A P & ID - Clearwell, Pump Station
Series 500 - Clearwell and Reuse Water Pumping Station
05S-01 Pumping Station Foundation Plan
05S-02 Sections and Details
05S-03 Sections and Details
05D-01 Tank Plan and Sections 2 6 12
05D-02 Tank Piping Details 2 6 12
05D-03 Tank Piping and Miscellaneous Details 2 4 12
O5D-04 Miscellaneous Tank Details 2 4 8
05D-05 Pumping Station Plan and Sections 2 6 12
05D-06 Pumping Station Sections and Details 2 4 12
05E-01 Tank Power/Control and Lighting Plan
OSE -02 Pumping Station Power/Control and Lighting Pian
05E-03 One Line Diagrams
05E-04 Electrical Details
05Y-01 Instrumentation Schematics
Total 18 54 0 0 92
PHASE 1 - WATER REUSE SYSTEM
Exhibit D4 -A
Clearwell Design
Hourly Summary Sheet: Clearwell
Table 3 of 4
Design Phase: Clearwell
Employee Category Hours Salary Direct Labor Cost
PM 68 $81 $5,541
PE 138 $45 $6,278
CADD Tech 112 $37 $4,199
Cler/Acct 28 $20 $574
Subtotal $16,592
LUMP SUM COST - BASIC SERVICES: CLEARWELL
Table 4 of 4
LABOR COST
Overhead Total - Labor Fixed Fee - Total
Phase Labor Percent Plus Overhead Percent Cost
Design: Clearwell $16,592 175% $45,627 12% $51,102
DIRECT COST
Expense Rate Quantity Total
Printing $600 1 Job $600
Travelt't $0.55 400 $220
Structural Subconsultant (JIG) $19,752
Electrical Subconsultant (Schultz) $19,720
Geotechnical Subconsultant (Kleinfelder) $15,300
Survey Subconsultant (Inland Geodetics) $8,000
Total Direct Costs $63,592
Total Lump Sum Cost $114,694
Notes
1. Current IRS mileage rate
PHASE 1 - WATER REUSE SYSTEM
Exhibit D6
BCRWWTP Bidding
Table 1 of 3
Estimated Hours By Category
iB ddinn PM PE EE TECH CLER
1 Printing drawings and specifications for distribution. 2 2 8 16
2 Coordinating distribution of drawings and specifications to bidders and plan houses. 4 16
3 Responding to bidder questions. 8 16 8
4 Pre•bld conference, 4 4 8
5 Issuing Addenda 8 12 16 8
6 Revew bids and develop recommendation for award. 4 4 4
7 Prepare contract documents. 2 2 4
Total 28 44 0 24 64
PHASE 1 - WATER REUSE SYSTEM
Exhibit D5
BCRWWTP Bidding
Hourly Summary Sheet
Table 2 of 3
Bidding Phase
Employee Category Hours Salary Direct Labor Cost
PM 28 $81 $2,282
PE 44 $45 $2,002
CADD Tech 24 $37 $900
Cler/Acct 64 $20 $1,311
Subtotal $6,494
LUMP SUM COST - BASIC SERVICES
Table 3 of 3
LABOR COST
Overhead Total - Labor Plus Fixed Fee Total
Phase Labor Percent Overhead - Percent Cost
Bidding $6,494 175% $17,860 12% $20,003
DIRECT COST
Expense Rate Quantity Total
Miscellaneous $1,425 1 Job $1,425
Travel(1) $0.55 200 $110
Structural Subconsultant (JIG) $3,992
Electrical Subconsultant (Schultz) $2,120
Total Direct Costs $7,647
Total Lump Sum Cost $27,650
Notes
1. Current IRS mileage rate
2. Printing of plans and specifications is not included in the above fee calculation. The
costs of printing plans and specifications will be billed as an additional service as the
cost cannot be precisely estimated at this time. Cost will likely be in the $6,000 range.
PHASE 1 • WATER REUSE SYSTEM
Exhibit D6
BCRWWTP Construction Administration
Table 1 of 3
Estimated Hours By Category
Construction PM PE EE TECH CLER
1 Pre -construction Conference 4 4 8
2 Stop Drawing and O&M Review 16 64 24
3 Project Meetings (Estimate 12)/Site Visits/Documentation 24 48 40
4 Respond To RFIs 16 48 16 12
5 Review Pay Applications (Estimate 13) 8 40 12
6 Project Administration (Contractor Com/Subcontract AdminlFilirg,...) 4 40 16
7 Project Start-up Observation 4 8
8 Prepare Record Drawings 8 40
9 Project Closeout 2 8 8
Tota/ 78 268 0 56 120
PHASE 1 - WATER REUSE SYSTEM
Exhibit D6
BCRWWTP Construction Administration
Hourly Summary Sheet
Table 2 of 3
Construction Phase
Employee Category Hours Salary Direct Labor Cost
PM 78 $81 $6,356
PE 268 $45 $12,191
CADD Tech 56 $37 $2,099
Cler/Acct 120 $20 $2,459
Subtotal $23,106
LABOR COST
Phase
Construction
DIRECT COST
LUMP SUM COST - BASIC SERVICES
Table 3 of 3
Overhead Total - Labor Plus Fixed Fee - Total
Labor Percent Overhead Percent Cost
$23,106 175% $63,541 12% $71,166
Expense Rate Quantity Total
Printing $400 1 Job $ 400
Travel(1) $0.55 1500 $ 825
Structural Subconsultant (JIG) $ 10,954
Electrical Subconsultant (Schultz) $ 6,620
Total Direct Costs $18,799
Total Lump Sum Cost $89,965
Notes
1. Current IRS mileage rate
Construction: Cleaiwell
1A Pre -construction Conference
2A Shop Drawing and O&M Review
PHASE 1 - WATER REUSE SYSTEM
Exhibit D6 -A
Clearweli Construction Administration
Table 1 of 3
Estimated Hours By Category
PM PE SE EE TECH CLER
2 2 4
8 24 8
3A Project Meetings/Site Visits/Documentation 6 12
4A Respond To RFIs 4 8 2
5A Project Administration 2 8 8
6A Project Start-up Observation 4
7A Prepare Record Drawings 4 20
Total 22 62 0 0 20 22
PHASE 1 - WATER REUSE SYSTEM
Exhibit D6 -A
Clearwell Construction Administration
Hourly Summary Sheet: Clearwell
Table 2 of 3
Construction Phase: Clearwell
Employee Category Hours Salary Direct Labor Cost
PM 22 $81 $1,793
PE 62 $45
$2,820
CADD Tech 20 $37 $750
Cler/Acct 22 $20 $451
Subtotal $5,814
LUMP SUM COST - BASIC SERVICES: CLEARWELL
Table 3 of 3
LABOR COST
Overhead Total - Labor Plus Fixed Fee -
Phase Labor Percent Overhead Percent Total Cost
Construction: Clearwell $5,814 175% $15,988 12% $17,906
DIRECT COST
Expense Rate Quantity Total
Printing $100 1 Job $ 100
Travel(13 $0.55 750 $ 413
Structural Subconsultant (JIG) $ 8,866
Electrical Subconsultant (Schultz) $ 5,800
Total Direct Costs $15,179
Total Lump Sum Cost
Notes
1. Current IRS mileage rate
$33,085
EXHIBIT E
Certificates of Insurance
Attached Behind This Page
CERTIFICATE OF LIABILITY INSURANCE
PRODUCER:
Lockton Companies. LLC
444 W. 47°i St. Suite 900
Kansas City, MO 64112
Phone:816.960-9000 E-mail:
INSURED:
HDR Engineering. Inc.
8404 Indlan Hil s Dr
Omaha. NE 88114-4049
Phone:402-399-1145 E-mail:
Date: 10/1/09
TDI number required. Please refer to the
Texas Dept of Insurance website: http:I/www,tdi.state.tx,us/
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 POLICY EFFECTIVE EXPIRATION
LTR INSURANCE NUMBER DATE DATE
LIMITS
A GENERAL LIABILITY 37CSEQUO950 6/1/09 6/1110 ' GENERAL AGGREGATE $ 2,000,000
PRODUCTS-COMP/OP AGG. $ 2,000,000
PERSONAL &ADV. INJURY $ 1,000,000
EACH OCCURRENCE $ 1,000,000
FIRE DAMAGE (Any one fire) S1,000,000
MED. EXPENSE (Any one person) $ 10,000
A AUTOMOBILE LIABILITY 37CSEQU0951 6/1/09 6/1110 COMBINED SINGLE LIMIT $ 2,000,000
BODILY INJURY (Per person) $
BODILY INJURY (Per accident) $
PROPERTY DAMAGE $
B EXCESS LIABILITY (excludes Professional Liab) 6/1/09 6/1/10 EACH OCCURRENCE $ 1,000,000
C012177/001 AGGREGATE $ 1,009,000
C WORKERS' COMPENSATION 3621195 8/1/09 7/1/10 STATUTORY LIMITS $ Statutory
AND EMPLOYERS' LIABILITY EACH ACCIDENT $ 1,000,000
DISEASE - POLICY LIMIT $ 1,000,000
DISEASE - EACH EMPLOYEE $ 1.000,000
D PROFESSIONAL LIABILITY E0C9260026.02 6/1/09 6/1/10 Per Claim: $1,000,000 Aggregate: $1,000.000
BUILDERS' RISK INSURANCE
OR INSTALLATION INSURANCE
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLESISPECIAL ITEMS/EXCEPTIONS:
RE: Design, Bidding and Construction Phase Services for Phase I of the City of Round Rock Water Reuse System.
The City of Round Rock is named as additional insured with respect to all policies except `Workers' Compensation and Employers' Liability' and
'Professional Liability'. 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 Manager
City of Round Rock
221 E. Main Street
Round Rock, Texas 78664
00650 — 1-2008
SIGN�E OF AGENT ENSE IN STATE OF TEXAS
/
d-4
Typed Name: Ron Lockton
Title: President
Page 2
Certificate of Liability Insurance
COMPANIES AFFORDING COVERAGE
TDI
A
Hartford Fire Insurance Company
19682
B
Allied World National Assurance Company
10690
C
New Hampshire Insurance Company
23841
D
Zurich American Insurance Company
16535
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 POLICY EFFECTIVE EXPIRATION
LTR INSURANCE NUMBER DATE DATE
LIMITS
A GENERAL LIABILITY 37CSEQUO950 6/1/09 6/1110 ' GENERAL AGGREGATE $ 2,000,000
PRODUCTS-COMP/OP AGG. $ 2,000,000
PERSONAL &ADV. INJURY $ 1,000,000
EACH OCCURRENCE $ 1,000,000
FIRE DAMAGE (Any one fire) S1,000,000
MED. EXPENSE (Any one person) $ 10,000
A AUTOMOBILE LIABILITY 37CSEQU0951 6/1/09 6/1110 COMBINED SINGLE LIMIT $ 2,000,000
BODILY INJURY (Per person) $
BODILY INJURY (Per accident) $
PROPERTY DAMAGE $
B EXCESS LIABILITY (excludes Professional Liab) 6/1/09 6/1/10 EACH OCCURRENCE $ 1,000,000
C012177/001 AGGREGATE $ 1,009,000
C WORKERS' COMPENSATION 3621195 8/1/09 7/1/10 STATUTORY LIMITS $ Statutory
AND EMPLOYERS' LIABILITY EACH ACCIDENT $ 1,000,000
DISEASE - POLICY LIMIT $ 1,000,000
DISEASE - EACH EMPLOYEE $ 1.000,000
D PROFESSIONAL LIABILITY E0C9260026.02 6/1/09 6/1/10 Per Claim: $1,000,000 Aggregate: $1,000.000
BUILDERS' RISK INSURANCE
OR INSTALLATION INSURANCE
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLESISPECIAL ITEMS/EXCEPTIONS:
RE: Design, Bidding and Construction Phase Services for Phase I of the City of Round Rock Water Reuse System.
The City of Round Rock is named as additional insured with respect to all policies except `Workers' Compensation and Employers' Liability' and
'Professional Liability'. 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 Manager
City of Round Rock
221 E. Main Street
Round Rock, Texas 78664
00650 — 1-2008
SIGN�E OF AGENT ENSE IN STATE OF TEXAS
/
d-4
Typed Name: Ron Lockton
Title: President
Page 2
Certificate of Liability Insurance