CM-2018-1726 - 5/25/2018CITY OF ROUND ROCK AGREEMENT FOR
PROFESSIONAL CONSULTING SERVICES FOR
CONSTRUCTION MATERIALS TESTING SERVICES WITH
ROCK ENGINEERING & TESTING LABORATORY INC.
THE STATE OF TEXAS §
THE CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS §
THIS AGREEMENT for professional consulting services related to construction
materials testing services for construction of Phase Two (2) of the Fire Station No. 9 Project (the
"Agreement") is made by and between the CITY OF ROUND ROCK, a Texas home -rule
municipal corporation with offices located at 22I East Main Street, Round Rock, Texas 78664-
5299, (the "City") and ROCK ENGINEERING & TESTING LABORATORY, INC., located at
No. I Roundville Lane, Round Rock, Texas 78664 (the "Consultant").
RECITALS:
WHEREAS, City has determined that there is a need for a construction material testing
services for construction of Phase Two (2) of the Fire Station No. 9 Project; and
WHEREAS, City desires to contract for such professional services; and
WHEREAS, the parties desire to enter into this Agreement to set forth in writing their
respective rights, duties and obligations hereunder;
NOW, THEREFORE, WITNESSETH:
That for and in consideration of the mutual promises contained herein and other good and
valuable consideration, the sufficiency and receipt of which are hereby acknowledged, it is
mutually agreed between the parties as follows:
1.01 EFFECTIVE DATE, DURATION, AND TERM
This Agreement shall be effective on the date this Agreement has been signed by each
party hereto, and shall remain in full force and effect unless and until it expires by operation of
the term indicated herein, or is terminated or extended as provided herein.
The term of this Agreement shall be until full and satisfactory completion of the
work specified herein is achieved, which shall be no later than September 31, 2018. Work shall
commence by June 1, 2018.
00369586.ass-7
��1� -) /`i i- /'7 �
City reserves the right to review the Agreement at any time, and may elect to terminate
the Agreement with or without cause or may elect to continue.
2.01 PROPOSAL FOR SERVICES
Consultant has issued its proposal for
proposal for services being attached hereto
document is incorporated herein for all purposes.
3.01 SCOPE OF SERVICES
services for the tasks delineated therein, such
as Exhibit "A" titled "Scope of Work," which
Consultant shall satisfactorily provide all services described herein and as set forth in
Exhibit "A." Consultant's undertaking shall be limited to performing services for City and/or
advising City concerning those matters on which Consultant has been specifically engaged.
Consultant shall perform services in accordance with this Agreement, in accordance with the
appended proposal for services, and in a professional and workmanlike manner.
4.01 LINUTATION TO SCOPE OF SERVICES
Consultant and City agree that the scope of services to be performed is enumerated in
Exhibit -A," and Consultant shall not undertake work that is beyond the Scope of Work set forth
in Exhibit "A," however, either party may make written requests for changes to the Scope of
Work." To be effective, a change to the Scope of Work must be negotiated and agreed to and
must be embodied in a valid Supplemental Agreement as described in 9.01.
5.01 CONTRACT AMOUNT
In consideration for the professional consulting services to be performed by Consultant,
City agrees to pay Consultant in accordance with Exhibit "A" which in payment for services and
the Scope of Services deliverables as delineated in Exhibit "A."
Not -to -Exceed Total Pavment for Services: Consultant's total compensation for
consulting services hereunder shall not exceed Ten Thousand Two Hundred Twenty -Four
and No/100 Dollars ($10,224.00). This amount represents the absolute limit of City's liability
to Consultant hereunder unless same shall be changed by Supplemental Agreement, and City
shall pay, strictly within the not -to -exceed sum recited herein, Consultant's professional fees for
work done on behalf of City.
Pavment for Reimbursable Expenses: There shall be no payments for reimbursable
expenses included in this Agreement.
Deductions: No deductions shall be made for Consultant's compensation on account of
penalty, liquidated damages or other sums withheld from payments to Consultant.
Additions: No additions shall be made to Consultant's compensation based upon project
claims, whether paid by the City or denied.
1)
6.01 INVOICE REQUIREMENTS; TERMS OF PAYMENT
Invoices: To receive payment, Consultant shall prepare and submit detailed invoices to
the City, in accordance with the delineation contained herein, for services rendered. Such
invoices for professional services shall track the referenced Scope of Work, and shall detail the
services performed, along with documentation for each service performed. Payment to
Consultant shall be made on the basis of the invoices submitted by Consultant and approved by
the City. Such invoices shall conform to the schedule of services and costs in connection
therewith.
Should additional backup material be requested by the City relative to service
deliverables, Consultant shall comply promptly. In this regard, should the City determine it
necessary, Consultant shall make all records and books relating to this Agreement available to
the City for inspection and auditing purposes.
Pavment of Invoices: The City reserves the right to correct any error that may be
discovered in any invoice that may have been paid to Consultant and to adjust same to meet the
requirements of this Agreement. Following approval of an invoice, the City shall endeavor to pay
Consultant promptly, but no later than the time period required under the Texas Prompt Payment
Act described in Section 8.01 herein. Under no circumstances shall Consultant be entitled to
receive interest on payments which are late because of a good faith dispute between Consultant
and the City or because of amounts which the City has a right to withhold under this Agreement
or state Iaw. The City shall be responsible for any sales, gross receipts or similar taxes
applicable to the services, but not for taxes based upon Consultant's net income.
7.01 PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, any payment to be
made by the City to Consultant will be made within thirty (30) days of the date the City receives
goods under this Agreement, the date the performance of the services under this Agreement are
completed, or the date the City receives a correct invoice for the goods or services, whichever is
later. Consultant may charge interest on an overdue payment at the "rate in effect" on September
I of the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas
Government Code, Section 2251.025(b). This Prompt Payment Policy does not apply to
payments made by the City in the event:
(a) There is a bona fide dispute between the City and Consultant, a contractor,
subcontractor, or supplier about the goods delivered or the service performed
that cause the payment to be late; or
(b) There is a bona fide dispute between Consultant and a subcontractor or
between a subcontractor and its supplier about the goods delivered or the
service performed that causes the payment to be Iate; or
(c) The terms of a federal contract, grant, regulation, or statute prevent the City
from making a timely payment with federal funds; or
3
(d) The invoice is not mailed to the City in strict accordance with any instruction
on the purchase order relating to the payment.
8.01 NON -APPROPRIATION AND FISCAL FUNDING
This Agreement is a commitment of the City's current revenues only. It is understood and
agreed that the City shall have the right to terminate this Agreement at the end of any City fiscal
year if the governing body of the City does not appropriate funds sufficient to purchase the
services as determined by the City's budget for the fiscal year in question. The City may effect
such termination by giving Consultant a written notice of termination at the end of its then -
current fiscal year.
9.01 SUPPLEMENTAL AGREEMENT
The terms of this Agreement may be modified by written Supplemental Agreement
hereto, duly authorized by City Council or by the City Manager, if the City determines that there
has been a significant change in (1) the scope, complexity, or character of the services to be
performed; or (2) the duration of the work. Any such Supplemental Agreement must be
executed by both parties within the period specified as the term of this Agreement. Consultant
shall not perform any work or incur any additional costs prior to the execution, by both parties,
of such Supplemental Agreement. Consultant shall make no claim for extra work done or
materials furnished unless and until there is full execution of any Supplemental Agreement, and
the City shall not be responsible for actions by Consultant nor for any costs incurred by
Consultant relating to additional work not directly authorized by Supplemental Agreement.
I0.0I TERIVIINATION; DEFAULT
Termination: It is agreed and understood by Consultant that the City may terminate this
Agreement for the convenience of the City, upon thirty (30) days' written notice to Consultant,
with the understanding that immediately upon receipt of said notice all work being performed
under this Agreement shall cease. Consultant shall invoice the City for work satisfactorily
completed and shall be compensated in accordance with the terms hereof for work accomplished
prior to the receipt of said notice of termination. Consultant shall not be entitled to any lost or
anticipated profits for work terminated under this Agreement. Unless otherwise specified in this
Agreement, all data, information, and work product related to this project shall become the
property of the City upon termination of this Agreement, and shall be promptly delivered to the
City in a reasonably organized form without restriction on future use. Should the City
subsequently contract with a new consultant for continuation of service on the project,
Consultant shall cooperate in providing information.
Termination of this Agreement shall extinguish all rights, duties, and obligations of the
City and the terminated party to fulfill contractual obligations. Termination under this section
shall not relieve the terminated party of any obligations or liabilities which occurred prior to
termination.
4
Nothing contained in this section shall require the City to pay for any work which it
deems unsatisfactory or which is not performed in compliance with the terms of this Agreement.
Default: Either party may terminate this Agreement, in whole or in part, for default if
the Parry provides the other Party with written notice of such default and the other fails to
satisfactorily cure such default within ten (10) business days of receipt of such notice (or a
greater time if agreed upon between the Parties).
If default results in termination of this Agreement, then the City shall give consideration
to the actual costs incurred by Consultant in performing the work to the date of default. The cost
of the work that is useable to the City, the cost to the City of employing another firm to complete
the useable work, and other factors will affect the value to the City of the work performed at the
time of default. Neither party shall be entitled to any Iost or anticipated profits for work
terminated for default hereunder.
The termination of this Agreement for default shall extinguish all rights, duties, and
obligations of the terminating Party and the terminated Party to fulfill contractual obligations.
Termination under this section shall not relieve the terminated party of any obligations or
liabilities which occurred prior to termination.
Nothing contained in this section shall require the City to pay for any work which it
deems unsatisfactory, or which is not performed in compliance with the terms of this Agreement.
11.01 NON -SOLICITATION
All parties agree that they shall not directly or indirectly solicit for employment, employ,
or otherwise retain staff of the other during the term of this Agreement.
12.01 CITY'S RESPONSIBILITIES
Consultant's performance requires receipt of all requested information reasonably
necessary to provision of services. Consultant agrees, in a timely manner, to provide City with a
comprehensive and detailed information request list, if any.
13.01 INDEPENDENT CONTRACTOR STATUS
Consultant is an independent contractor, and is not the City's employee. Consultant's
employees or subcontractors are not the City's employees. This Agreement does not create a
partnership, employer-employee, or joint venture relationship. No party has authority to enter
into contracts as agent for the other party. Consultant and the City agree to the following rights
consistent with an independent contractor relationship:
(1) Consultant has the right to perform services for others during the tern hereof.
(2) Consultant has the sole right to control and direct the means, manner and method
by which it performs its services required by this Agreement.
(3) Consultant has the right to hire assistants as subcontractors, or to use employees
to provide the services required by this Agreement.
(4) Consultant or its employees or subcontractors shall perform services required
hereunder, and the City shall not hire, supervise, or pay assistants to help
Consultant.
(S) Neither Consultant nor its employees or subcontractors shall receive training from
the City in skills necessary to perform services required by this Agreement.
(6) City shall not require Consultant or its employees or subcontractors to devote full
time to performing the services required by this Agreement.
(7) Neither Consultant nor its employees or subcontractors are eligible to participate
in any employee pension, health, vacation pay, sick pay, or other fringe benefit
plan of the City.
14.01 CONFIDENTIALITY; MATERIALS OWNERSHIP
Any and all programs, data, or other materials furnished by the City for use by Consultant
in connection with services to be performed under this Agreement, and any and all data and
information gathered by Consultant, shall be held in confidence by Consultant as set forth
hereunder. Each party agrees to take reasonable measures to preserve the confidentiality of any
proprietary or confidential information relative to this Agreement, and to not make any use
thereof other than for the performance of this Agreement, provided that no claim may be made
for any failure to protect information that occurs more than three (3) years after the end of this
Agreement.
The parties recognize and understand that the City is subject to the Texas Public
Information Act and its duties run in accordance therewith.
All data relating specifically to the City's business and any other information which
reasonably should be understood to be confidential to City is confidential information of City.
Consultant's proprietary software, tools, methodologies, techniques, ideas, discoveries,
inventions, know-how, and any other information which reasonably should be understood to be
confidential to Consultant is confidential information of Consultant. The City's confidential
information and Consultant's confidential information is collectively referred to as "Confidential
Information." Each party shall use Confidential Information of the other party only in
furtherance of the purposes of this Agreement and shall not disclose such Confidential
Information to any third party without the other party's prior written consent, which consent
shall not be unreasonably withheld. Each party agrees to take reasonable measures to protect the
confidentiality of the other party's Confidential Information and to advise their employees of the
confidential nature of the Confidential Information and of the prohibitions herein.
Any and all materials created and developed by Consultant in connection with services
performed under this Agreement, including all trademark and copyright rights, shall be the sole
property of City at the expiration of this Agreement.
15.0I WARRANTIES
Consultant represents that all services performed hereunder shall be performed consistent
with generally prevailing professional or industry standards, and shall be performed in a
professional and workmanlike manner. Consultant shall re -perform any work no in compliance
with this representation.
16.01 LIMITATION OF LIABILITY
Should any of Consultant's services not conform to the requirements of the City or of this
Agreement, then and in that event the City shall give written notification to Consultant;
thereafter, (a) Consultant shall either promptly re -perform such services to the City's satisfaction
at no additional charge, or (b) if such deficient services cannot be cured within the cure period
set forth herein, then this Agreement may be terminated for default.
In no event will Consultant be liable for any loss, damage, cost or expense attributable to
negligence, willful misconduct or misrepresentations by the City, its directors, employees or
agents.
In no event shall Consultant be liable to the City, by reason of any act or omission
relating to the services provided under this Agreement (including the negligence of Consultant),
whether a claim be in tort, contract or otherwise, (a) for any consequential, indirect, lost profit,
punitive, special or similar damages relating to or arising from the services, or (b) in any event,
in the aggregate, for any amount in excess of the total professional fees paid by the City to
Consultant under this Agreement, except to the extent determined to have resulted from
Consultant's gross negligence, willful misconduct or fraudulent acts relating to the service
provided hereunder.
17.0I INDEMNIFICATION
Consultant agrees to hold harmless, exempt, and indemnify City, its officers, agents,
directors, servants, representatives and employees, from and against any and all suits, actions,
legal proceedings, demands, costs, expenses, losses, damages, fines, penalties, liabilities and
claims of any character, type, or description, including but not limited to any and all expenses of
litigation, court costs, attorneys' fees and all other costs and fees incident to any work done as a
result hereof:
To the extent allowable by law, City agrees to hold harmless, exempt, and indemnify
Consultant, its officers, agents, directors, servants, representatives and employees, from and
against any and all suits, actions, legal proceedings, demands, costs, expenses, losses, damages,
fines, penalties, liabilities and claims of any character, type, or description, including but not
limited to any and all expenses of litigation, court costs, attorneys' fees and all other costs and
fees incident to any work done as a result hereof.
7
18.01 ASSIGNMENT AND DELEGATION
The parties each hereby bind themselves, their successors, assigns and legal
representatives to each other with respect to the terms of this Agreement. Neither party may
assign any rights or delegate any duties under this Agreement without the other party's prior
written approval, which approval shall not be unreasonably withheld.
14.01 LOCAL, STATE AND FEDERAL TAXES
Consultant shall pay all income taxes, and FICA (Social Security and Medicare taxes)
incurred while performing services under this Agreement. The City will not do the following:
(1) Withhold FICA from Consultant's payments or make FICA payments on its
behalf;
(2) Make state and/or federal unemployment compensation contributions on
Consultant's behalf; or
(3) Withhold state or federal income tax from any of ConsuItant's payments.
If requested, the City shall provide Consultant with a certificate from the Texas State
Comptroller indicating that the City is a non-profit corporation and not subject to State of Texas
Sales and Use Tax.
20.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES
A. Consultant, its consultants, agents, employees and subcontractors shall use best
efforts to comply with all applicable federal and state laws, the Charter and Ordinances of the
City of Round Rock, as amended, and with all applicable rules and regulations promulgated by
local, state and national boards, bureaus and agencies. Consultant shall further obtain all permits,
licenses, trademarks, or copyrights, if required in the performance of the services contracted for
herein, and same shall belong solely to the City at the expiration of the term of this Agreement.
B. Services Provider acknowledges and understands that City has adopted a Storm
Water Management Program (SWMP) and an Illicit Discharge Ordinance, Sections 14-139
through 14-152 of the City's Code of Ordinances, to manage the quality of the discharges from
its Municipal Separate Storm Sewer System (MS4) and to be in compliance with the
requirements of the Texas Commission on Environmental Quality (TCEQ) and the Texas
Pollutant Discharge Elimination System (TPDES). The Services Provider agrees to perform all
operations on City -owned facilities in compliance with the City's Illicit Discharge Ordinance to
minimize the release of pollutants into the MS4. The Services Provider agrees to comply with of
the City's stormwater control measures, good housekeeping practices and any facility specific
stormwater management operating procedures specific to a certain City facility. In addition, the
Services Provider agrees to comply with any applicable TCEQ Total Maximum Daily Load
(TMDL) Requirements and/or I -Plan requirements.
C. In accordance with Chapter 2270, Texas Government Code, a governmental entity
may not enter into a contract with a company for goods or services unless the contract contains
written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott
Israel and will not boycott Israel during the term of this contract. The signatory executing this
Agreement on behalf of Consultant verifies Consultant does not boycott Israel and will not
boycott Israel during the term of this Agreement.
21.01 FINANCIAL INTEREST PROHIBITED
Consultant covenants and represents that Consultant, 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 hereunder.
22.01 DESIGNATION OF REPRESENTATIVES
The City hereby designates the following representative authorized to act in its behalf
with regard to this Agreement:
Richard Will
Building Construction Manager
City of Round Rock
212 Commerce Cove
Round Rock, TX 78664
(512) 341-3311
richardwill.a.roundrock-texas.sov
23.01 NOTICES
All notices and other communications in connection with this Agreement shall be in
writing and shall be considered given as follows:
(1) When delivered personally to recipient's address as stated herein; or
(2) Three (3) days after being deposited in the United States mail, with postage
prepaid to the recipient's address as stated in this Agreement.
Notice to Consultant:
Rock Engineering & Testing Laboratory, Inc.
No. 1 Roundville Lane
Round Rock, Texas 78664
Notice to City:
City Manager, City of Round Rock
221 East Main Street
Round Rock, TX 78664
Z
AND TO:
Stephan L. Sheets, City Attorney
309 East Main Street
Round Rock, TX 78664
Nothing contained in this section shall be construed to restrict the transmission of routine
communications between representatives of the City and Consultant.
24.01 INSURANCE
Consultant shall meet all City of Round Rock Insurance Requirements set forth at:
http:;°.,�N•ww.roundrock--texas._oN.ivn-content/unloads 2014 12 corr insurance_07.20112.pdf
25.01 APPLICABLE LAW; ENFORCEMENT AND VENUE
This Agreement shall be enforceable in Round Rock, 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 Agreement shall
be governed by and construed in accordance with the laws and court decisions of Texas.
26.01 EXCLUSIVE AGREEMENT
The terns and conditions of this Agreement, including exhibits, constitute the entire
agreement between the parties and supersede all previous communications, representations, and
agreements, either written or oral, with respect to the subject matter hereof. The parties
expressly agree that, in the event of any conflict between the terms of this Agreement and any
other writing, this Agreement shall prevail. No modifications of this Agreement will be binding
on any of the parties unless acknowledged in writing by the duly authorized governing body or
representative for each party.
27.01 DISPUTE RESOLUTION
The City and Consultant hereby expressly agree that no claims or disputes between the
parties arising out of or relating to this Agreement or a breach thereof shall be decided by any
arbitration proceeding, including without limitation, any proceeding under the Federal
Arbitration Act (9 USC Section 1-14) or any applicable state arbitration statute.
28.01 SEVERABILITY
The invalidity, illegality, or unenforceability of any provision of this Agreement or the
occurrence of any event rendering any portion of provision of this Agreement void shall in no
way affect the validity or enforceability of any other portion or provision of this Agreement. Any
void provision shall be deemed severed from this Agreement, and the balance of this Agreement
shall be construed and enforced as if this Agreement did not contain the particular portion of
provision held to be void. The parties further agree to amend this Agreement to replace any
10
stricken provision with a valid provision that comes as close as possible to the intent of the
stricken provision. The provisions of this Article shall not prevent this entire Agreement from
being void should a provision which is of the essence of this Agreement be determined void.
29.01 STANDARD OF CARE
Consultant represents that it is specially trained, experienced and competent to perform
all of the services, responsibilities and duties specified herein and that such services,
responsibilities and duties shall be performed, whether by Consultant or designated
subconsultants, in a manner acceptable to the City and according to generally accepted business
practices.
30.01 GRATUITIES AND BRIBES
City, may by written notice to Consultant, cancel this Agreement without incurring any
liability to Consultant if it is determined by City that gratuities or bribes in the form of
entertainment, gifts, or otherwise were offered or given by Consultant or its agents or
representatives to any City Officer, employee or elected representative with respect to the
performance of this Agreement. In addition, Consultant may be subject to penalties stated in
Title S of the Texas Penal Code.
31.01 RIGHT TO ASSURANCE
Whenever either party to this Agreement, in good faith, has reason to question the other
party's intent to perform hereunder, then demand may be made to the other party for written
assurance of the intent to perform. In the event that no written assurance is given within the
reasonable time specified when demand is made, then and in that event the demanding party may
treat such failure an anticipatory repudiation of this Agreement.
32.01 MISCELLANEOUS PROVISIONS
Time is of the Essence. Consultant agrees that time is of the essence and that any failure
of Consultant to complete the services for each phase of this Agreement within the agreed
project schedule may constitute a material breach of this Agreement. Consultant shall be fully
responsible for its delays or for failures to use reasonable efforts in accordance with the terms of
this Agreement. Where damage is caused to City due to Consultant's failure to perform in these
circumstances, City may withhold, to the extent of such damage, Consultant's payments
hereunder without a waiver of any of City's additional legal rights or remedies. City shall render
decisions pertaining to Consultant's work promptly to avoid unreasonable delays in the orderly
progress of Consultant's work.
Force Majeure. Notwithstanding any other provisions hereof to the contrary, no failure,
delay or default in performance of any obligation hereunder shall constitute an event of default
or breach of this Agreement, only to the extent that such failure to perform, delay or default
arises out of causes beyond control and without the fault or negligence of the party otherwise
I1
chargeable with failure, delay or default; including but not limited to acts of God, acts of public
enemy, civil war, insurrection, riots, fires, floods, explosion, theft, earthquakes, natural disasters
or other casualties, strikes or other labor troubles, which in any way restrict the performance
under this Agreement by the parties.
Section Numbers. The section numbers and headings contained herein are provided for
convenience only and shall have no substantive effect on construction of this Agreement.
Waiver. No delay or omission by either party in exercising any right or power shall
impair such right or power or be construed to be a waiver. A waiver by either party of any of the
covenants to be performed by the other or any breach thereof shall not be construed to be a
waiver of any succeeding breach or of any other covenant. No waiver of discharge shall be valid
unless in writing and signed by an authorized representative of the party against whom such
waiver or discharge is sought to be enforced.
Multiple Counterparts. This Agreement may be executed in multiple counterparts,
which taken together shall be considered one original. The City agrees to provide Consultant
with one fully executed original.
[Signatures on the following page.]
12
IN WITNESS WHEREOF, the parties have executed this Agreement on the dates
hereafter indicated.
City of Round Rock, Texas
B x
Y:
Printed 'LC
Title: lilr
Date Signed: ZS•{ _
For City, Attest:
Rock Engineering & Testing Laboratory,
Inc.
By: ..�
Printed Name: _Arnie K. Hammock, PE_
Title: Vice President - Rock Round_
Date Signed: _May 9, 2018
For City, Approved as to Form:
r r
By:
(� . s, 11Attorney
L s
13
March 2, 2018
City of Round Rock — General Services
212 Commerce Cove
Round Rock, Texas 78664
Attn: Matthew Smith
msmith(cDroundrocktexas.aov
• GEOTECHNICAL ENGINEERING
• CONSTRUCTION MATERIALS
ENGINEERING & TESTING
• SOILS • ASPHALT • CONCRETE
SUBJECT: PROPOSAL - CONSTRUCTION MATERIALS ENGINEERING SERVICES
PROPOSED FIRE STATION NO. 9 RENOVATIONS
2721 SAM BASS ROAD
ROUND ROCK, TEXAS
RETL PROPOSAL NO.: P022718AR1
Dear Mr. Smith;
Introduction
Rock Engineering & Testing Laboratory, Inc. (RETL) understands that the City of Round Rock
has selected our firm, based on qualifications, to provide Construction Materials Engineering
Services for the proposed Fire Station No. 9 Renovation project. As requested, RETL- is pleased
to submit this proposal which includes pricing information for your review. RETL proposes to
provide qualified personnel to perform inspection and testing services, as -requested by your
designated representative, in general accordance with the project specifications and plans.
Background Information
The following information was provided for our use in the preparation of this proposal:
• Report of Subsurface Exploration and Geotechnical Evaluation prepared by
Rock Engineering & Testing Laboratory Inc. (RETL Job No. G315147)
• "Issued for Bid" Structural Plan Set prepared by HDR dated 2/9/2018
• Civil Plan Set prepared by PEAL & Associates dated 2/23/2018
• Structural Specifications dated 2/9/2018
ROCK ENGINEERING & TESTING LABORATORY, INC.
No. 1 Roundville Lane • Round Rock, Texas 78664
OFFICE: (512) 284-8022 • FAX: (512) 284-7764 • www.rocktesting.com
Exhibit "A"
City of Round Rock — General Services
March 2, 2018
RETt_ Proposal No.: P022718AR1
Fire Station No. 9 Renovation
2721 Sam Bass Road
Round Rock, Texas
Proiiect Understanding
Based on the referenced information, we understand that the proposed project will consist of the
following:
• Fire Engine Garage (1 -story structure); Pre-engineered Metal Building supported
on a stiffened, improved slab -on -grade foundation system
• EMS Garage (1 -story structure); Pre-engineered Metal Building supported on a
stiffened, improved slab -on -grade foundation system
• Parking and Drive areas; consisting of rigid concrete pavement
• Surficial hardscape and landscaped areas
• Bioretention Pond
Scope of Services
RETL proposes that the scope of our services for this project consist of the following inspections
and testing services as requested by the City of Round Rock. Our services will be provided to
determine compliance of the contractors work with the project plans and specifications.
Earthwork Inspection and Testing
o Verify removal of organic and other deleterious material from the
proposed improved areas.
o Continuous observation of placement of select fill materials to raise the
building pads to the design subgrade elevations.
o Periodic observation of the placement of fill materials to bring the site to
the design subgrade elevations.
o Perform field moisture content and density testing on subgrade soils and
soils/aggregates placed as select fill /fill/backfill materials.
Perform laboratory testing of soils to include:
■ Atterberg Limit (ASTM D4318)
■ Sieve Analysis (ASTM C136)
■ Percent l=iner than No. 200 Sieve (ASTM D1140)
• Moisture Density Relationship (ASTM D1557)
Foundation Inspection
Periodic observation of shallow foundation excavations for confirmation
of bearing materials and removal of loose soils.
v Observe placement of reinforcing steel (bar size/spacing/lap).
Concrete Inspection and Testing:
Continuous inspection of the placement of structural concrete by
personnel certified as ACI Concrete Field Testing Tech, Grade 1.
• Obtain representative samples of concrete (ASTM C172)
■ Measurement of slump (ASTM C143)
• Determination of air content (ASTM C231)
• Measurement of temperature (ASTM C1064)
• Preparation of compressive strength test specimens (ASTM C31)
a Periodic inspection of the placement of concrete for paved areas.
o Laboratory compressive strength testing of test specimens (ASTM C39)
Page 2 of 6
,d
Exhibit "A"
City of Round Rock — General Services
March 2, 2018
RETL Proposal No_- P022718AR1
Fire Station No. 9 Renovation
2721 Sam Bass Road
Round Rock, Texas
• Engineering
c, Review of material testing reports.
,, Preparation of City of Round Rock Special Inspection Letter.
Unit Rates
The type of inspections and field and laboratory tests that may be required on this project and the
associated unit fees are as follows:
• Atterberg Limits (per test)
$
65.00
• Moisture/Density Relationship (per test)
$
200.00
• Sieve Analysis (per test)
$
60.00
• Minus #200 Sieve (per test)
$
35.00
• Field Density Testing - Nuclear Gauge (per day)
$
175.00
• Concrete Test Cylinders (each)
$
25.00
• Mortar Cubes (set of 3)
$
140.00
• Grout Prisms (set of 4)
$
160.00
• Engineering Technician (per hour)
$
42.00
• Sr. Engineering Technician (per hour)
$
47.00
• Registered Professional Engineer (Per hour)
$
165.00
Based on similar projects in which construction materials inspection and testing services may be
required, RETL is proposing that the following "Special Billing Codes" be applied:
• Hourly rate reduction of 10% for RETL's "Lead Technician" responsible for
earthwork, reinforcing steel, and CMU inspection and testing services.
• No minimum charge will be applied for hourly services.
• Overtime will be billed at a rate 1.3 times the hourly rate in addition to the unit fees
as follows:
services provided before 0800 hours and after 1700 hours
services provided over 8 hours per day
services provided on Saturday, Sunday, and all Holidays
• No cylinder/sample pick-up or transportation charges will apply.
Projected Budget
Based on the information provided, RETL anticipates that the following quantities of testing will
be required for this project:
Soils
Quantity
Amount
Total
Engineering Technician, hr
70
$42.00
$2,940.00
Engineering Technician SR, hr
6
$47.00
$282.00
Atterberg Limits, ea
3
$65.00
$195.00
Moisture/Density Relationship, ea
3
$200.00
$600.00
Sieve Analysis, ea
3
$60.00
$180.00
Minus #200 Sieve, ea
3
$35.00
$105.00
Page 3 of 6
�y ttz_
Exhibit "A"
City of bound Rock — GeneraI Services
March 2, 2018
RETL Proposal No.: P022718AR1
Field Density Testing - Nuclear Gauge, daily
Professional Engineer, hr
Reinforcing Steel
Engineering Technician 5R, hr
Professional Engineer, hr
Concrete/ Masonry
Engineering Technician, hr
Concrete Test Cylinder, ea
Professional Engineer, hr
Fire Station No. 9 Renovation
2721 Sam Bass Road
Round Rock, Texas
9 $175.00 $1,575.00
4 $165.00 $660.00
Sub Total $6,537.00
4
$47.00
$188.00
1
$165.00
$165.00
Sub Total
$353.00
32
$42.00
$1,344.00
40
$25.00
$1,000.00
6
$165.00
$990.00
Sub Total
$3,334.00
Estimated Project Total
$10,224.00
RETL suggests that a Construction Materials Inspection and Testing Services budget amount on
the order of $10,224.00 beset aside for this project. The total fee will be dependent on the number
of tests and inspections performed. The fee does not include any services for inspection of the
installation of concrete hardscaped areas.
Limitations
Services provided by RETL under this Agreement will be performed in a manner consistent with
the degree of care and skill ordinarily exercised by members of the same profession currently
practicing under similar circumstances. In addition, and notwithstanding any other provisions of
this Agreement, the Client agrees, to the fullest extent permitted by law, to indemnify and hold
harmless RETL, his or her officers, directors, employees, agents and sub -consultants from and
against all damage, liability or cost, including reasonable attorneys' fees and defense costs,
arising out of or in any way connected with this project or the performance by any of the above
named parties of the services under this Agreement, excepting only those damages, liabilities or
costs attributable to the sole negligence or willful misconduct of RETL.
The Parties to this agreement agree that if any claim is made that RETL failed to comply with any
term of this agreement or that it failed to perform its work and/or duties under this agreement
properly, the client, upon proof that there was some failure to comply or some mistake in the
performance of the work, shall not be entitled to recover any sum greater than the amount paid
by the client to RETL for the services performed by RETL.
Page 4 of 6
I r
Exhibit "A"
City of Round Rock — General Services
March 2, 2018
RETL Proposal No.: P022718AR1
Fire Station No. 9 Renovation
2721 Sam Bass Road
Round Rock, Texas
Either the Client or RETL may terminate this Agreement at any time with or without cause upon
giving the other party 10 -calendar days prior written notice. The Client shall within 10 calendar
days of termination pay RETL for all services rendered and all costs incurred up to the date of
termination, in accordance with the compensation provisions of this contract.
Closing
RETL looks forward to providing the construction materials testing and special inspections during
the construction phase of this project. Copies of the construction materials testing reports will be
delivered to the client via the email address provided by the client to RETL on the distribution list
presented on the following page. A hard copy of the construction materials testing reports will be
available through the mail only if explicitly requested by the client. If there are any questions, or
if we can be of assistance, please contact our office.
Sincerely,
Arnie K. Hammock, P.E.
Vice President — Round Rock
Bryan Angelo, CET
CMT Project Manager — Round Rock
ACCEPTED AND APPROVED
By:
Date:
Page 5 of 6
Exhibit "A"
City of Round Rock — General Services
March 2, 2018
RETL Proposal No.: P022718AR1
Fire Station No. 9 Renovation
2721 Sam Bass Road
Round Rock, Texas
Proiect Information Sheet
Project Manager.
2. Telephone No.
3. Your Project No.
4. Report Distribution (electronically):
{ ) Company:
Attn:
Email:
( ) Company:
Attn:
Email:
( ) Company:
Attn:
Email:
5. Invoicing Address:
Attn:
6. Site Contact:
Email:
Email address
Purchase Order No.
Telephone No.:
'Payment terms are 100% within 30 -days of receipt of the invoice. Please remit to:
lh
C I
wy
�y
Rock Engineering & Testing Laboratory, Inc.
6817 Leopard Street
Corpus Christi, Texas 78409-1703
Please include the invoice number on payment.
Page 6 of 6
Exhibit "A"
ROCKE-1 of ID: MA
A`CORO CERTIFICATE OF LIABILITY INSURANCE
DATE 02126120 1 8 ry
ozrz612o18
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
Borden Insurance
P. 0. Bax 1066
cAmE cT Marty Reyes
PHONE 361-882-fi543 F°"
Arc No): 361-6542008
Corpus Christi, TX 78403-1066
Jason Gilbert
oAIL
ADDRESS: mre es bordenins.com
INSURENS) AFFORDING COVERAGE NAIL p
EACH OCCURRENCE Is 1,000,00
INSURER A: Republic Underwriters Ins Ca 24538
MED EXP (Any one person) I S 10,000
INSURED Rock Engineering & Testing
Lab, Inc.
6817 Leopard 5t.
INSURER B ; Southern Insurance company 119216
INSURER C : Texas Mutual Insurance Co. 122945
INSURER 0:
Carpus Christi, TX 76409
INSURER E,
A
INSURER F:
LIABILrrY
AUTO
ALLOWNED SCHEDULED
AUTOS AUTOS
HIREDAUTOS X ANUTOSWNEO
GILIVEIRAGE5 CERTIFICATF NIIMRFR- RRVICInM w Iaa13CO.
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
I
L AR
I TYPE OF INSURANCE
I I
I POLICY NUMBER
IMM 00 PF
EXP
I MMID Y LIMITS
A
:!:[COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE 1K OCCUR
X Sudden & Accident
CMPS51980704
03/1012017
03/1012018
EACH OCCURRENCE Is 1,000,00
PREMISES Ea occurrence I S 300,00
MED EXP (Any one person) I S 10,000
X Pollution
!
PERSONALE ADV INJURY Is 1AQQ,00
GENL AGGREGATE LIMIT APPLIES PER.
POLICYE] JECT F1 LOG
OTHER:
GENERAL AGGREGATE s 2,000,00
PRODUCTS • COMPW AGG IS 2,000,00
Emp Ben. Is 11000100
A
AUTOMOBILE
XANY
X
LIABILrrY
AUTO
ALLOWNED SCHEDULED
AUTOS AUTOS
HIREDAUTOS X ANUTOSWNEO
I
BAPS51930804
03/1012017 03110/2018
COMB IGN�EDISINGLE LIMIT s 1,000,00
BODILY INJURY (Per person) $
BODILY INJURY (Per accitler,t)I$
IMAGEs
P. X...j.
E
B
X
UMBRELLA LIAR
EXCESS UAB
�q OCCUR
CLAIMS -MADE
I
�{1MB5519809D4
I
0311012017
03/10/2018
EACH OCCURRENCE I S 5,000,00
AGGREGATE s 5,000,00
DED X I RETENTIONS 10,000
s
'WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
C ANFICE�EETO R fCLUER E ECUTIVE YIN
(Mandatory In NH)
N yes. describe under
DESCRIPTION OF OPERATIONS below
NIA 0001158394
0311012017
03110/2018
J PER OTH-
X I STATUTE I ER I
E L EACH ACCIDENT s 1,000,00
E.L. DISEASE -EA EMPLOYEd S 1,000,00
E.L DISEASE. POLICY LIMIT I s i'mo,ocil
DESCRIPTION OF OPERATIONS I LOCATIONS r VEHICLES (ACORD 101, Addltlorwl Remarks schedule, may be attached If more space Is required)
See Attached
City of Round Rock
Building Construction Manager
General Services Division
212 Commerce Blvd
I Iuly
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
atu�
RomatiIM Yiw rLwaideat
U IBBB-2014 AGORD CORPORATION. All rights reserved.
ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD
ROCKE-1 PAGE 2
NOTEPAD
INSUREO'S NAME Rock Engineering & Testing OP ID: MA ogee 0212612018
: ROCK ENGINEERING & TESTING LABORATORY, INC.
'The General Liability policy includes blanket automatic Additional Insured
endorsements that provide additional insured status to the certificate
alder only when there is a written contract between the insured and
certificate holder that requires such status (Republic Plus+ General
Liability Enhancement Endorsement CGRO29 05/09* and Additional Insured -
Owners, Lessees or Contractors -Completed Operations CG2037 07/04*).
The General Liability policy includes a primary s non-contributory
provision only when there is a written contract between the insured and
certificate holder that requires such provision. (Republic Plus+ General
Liability Enhancement Endorsement CGR029 05/09*).
The General Liability policy includes a blanket automatic waiver of
subrogation endorsement that provides waiver of subrogation in favor of
the Certificate Holder only when there is a written contract between the
insured and certificate holder that requires it (Republic Plus+ General
Liability Enhancement Endorsement CGR029 05/09*).
I
oINSURED: ROCK ENGINEERING a TESTING LABORATORY, INC.
he Business Auto policy includes a blanket automatic additional insured
endorsement that provides additional insured status to the certificate
older only when there is a written contract between the insured and
certificate holder that requires such status (Republic Plus+ Commercial
Auto Enhancement Endorsement CAR053 03/11* a Additional Insured
ndorsament CAR041 10/10* a Additional Insured Endorsement CG2037 04/13*)
The Business Auto policy includes a blanket automatic waiver of
subrogation endorsement that provides a waiver of subrogation in favor of
Ithe certificate holder only when there is a written contract between the
insured and certificate holder that re res it (Republic Plus+ Commercial
uto Enhancement Endorsement CAR053 03 11*).
The Workers Compensation and Employers Liability policy includes a blanket
automatic waiver of subrogation endorsement that provides a waiver of
psubrogation in favor of the certificate holder only when there is a
ritten contract between the insured and certificate holder that requires
it (WC420304A O1/00*).
INSURED: ROCK ENGINEERING a TESTING LABORATORY, INC.
Workers Compensation policy includes Alternate Employer Endorsement where
required by written contract.
Umbrella Liability policy follows form Additional Insured and waiver
Subrogation Endorsements issued by any policy of "underlying
urance". [Commercial Liability Umbrella Coverage Form CII 00 01 12 07*]
eduled "underlying insurance" of the Umbrella Liability policy
ludes:
oral Liability CHP551980704
omobile Liability BAP551980804
loyers Liability 0001158394
rms/Endorsements available upon request.
Day Notice of Cancellation applies to all policies. In the event of
collation by the insurance companies, the policies have been
orsed to provide thirty days' notice of cancellation (except for non-
ment) to the aforementioned Certificate Holders, if required by written
tract.