Loading...
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