Loading...
CM-2019-0322 - 10/18/2019CITY OF ROUND ROCK AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES FOR CONSTRUCTION MATERIALS TESTING SERVICES WITH FUGRO USA LAND 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 the McNeil Road Extension (Phase 2) Project (the "Agreement") is made by and benveen the CITY OF ROUND ROCK, a Texas home -rule municipal corporation with offices located at 221 East Main Street, Round Rock, Texas 78664-5299, (the "City") and FUGRO USA LAND, INC., located at 8613 Cross Park Drive, Austin, Texas 78754 (the "Consultant"). RECITALS: WHEREAS, City has determined that there is a need for a construction material testing services for the McNeil Road Extension (Phase 2) Project; and WHEREAS, City desires to contract with Consultant 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. 00432290.ss2 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 CITY SERVICES City agrees to provide the services to Consultant as described in Exhibit "A" titled "City Services," incorporated herein by reference for all purposes. 3.01 PROPOSAL FOR SERVICES For purposes of this Agreement Consultant has issued its proposal for services for the tasks delineated therein, such proposal for services being attached to this Agreement as Exhibit "B" titled "Scope of Work," which document is incorporated herein by reference for all purposes. 4.01 SCOPE OF SERVICES Consultant shall satisfactorily provide all services described herein and as set forth in Exhibit "B" pursuant to the schedule set forth in Exhibit "C," titled "Work Schedule," which document is incorporated herein by reference for all purposes. 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. 5.01 LIMITATION TO SCOPE OF SERVICES Consultant and City agree that the scope of services to be performed is enumerated in Exhibit "B" and herein, and Consultant shall not undertake work that is beyond the Scope of Work set forth in Exhibit "B," 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. 6.01 CONTRACT AMOUNT In consideration for the professional consulting services to be performed by Consultant, City agrees to pay Consultant in accordance with Exhibit "D" entitled "Fee Schedule," which document is attached hereto and incorporated herein by reference for all purposes, in payment for services and the Scope of Services deliverables as delineated in Exhibit "B." Consultant's total compensation for consulting services hereunder shall not exceed Thirty -Two Thousand Nine Hundred Twenty -Three and No/100 Dollars ($32,923.00). 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. 7.01 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. Payment 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 7.01 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 law. 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. 8.01 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 late; or (c) The terms of a federal contract, grant, regulation, or statute prevent the City from making a timely payment with federal funds; or (d) The invoice is not mailed to the City in strict accordance with any instruction on the purchase order relating to the payment. 9.01 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. 10.01 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. 11.01 TERMINATION; 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 wort: 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. 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 Party 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 lost 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. 12.01 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 tern of this Agreement. 13.01 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. 14.01 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 term 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. 5 (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. (5) 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. 15.01 CONFIDENTIALITY; MATERIALS OWNERSHIP Any and all programs, data, or other materials furnished by tine 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, knout -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 lnformatian 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. 6 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. Consultant shall be allowed to keep a copy of the materials for its records. 16.01 WARRANTIES Consultant represents that all services performed hereunder shall be performed consistent with generally prevailing professional or industry standards under similar circumstances, and shall be performed in a professional and workmanlike manner. Consultant shall re -perform any work not in compliance with this representation. 17.01 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. 18.01 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 arising out of this Agreement to the extent caused by Consultant's acts of negligence or willful misconduct. 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 F] fees arising out of this Agreement to the extent caused by City's acts of negligence or willful misconduct. 19.01 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. 20.01 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: (I) Withhold FICA from Consultant's payments or make FICA payments on its behalf; (2) Mahe state and/or federal unemployment compensation contributions on ConsuItant's behalf; or (3) Withhold state or federal income tax from any of Consultant'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. 21.01 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. In accordance with Chapter 2270, Texas Government Code, a governmental entity may not enter into a contract with a company for goods and services unless the contract contains written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the tens of a 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. 22.01 INSURANCE Consultant shall meet all City of Round Rock Insurance Requirements set forth at: hit s: www. roundroc ktexas. =ovMT -con tent/u loads. 2014, 12'corr insurance 07.20112. df A certificate of insurance is attached as Exhibit "E" of this Agreement and incorporated herein by reference for all purposes. 23.01 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. 24.01 DESIGNATION OF REPRESENTATIVES The City hereby designates the following representative authorized to act in its behalf with regard to this Agreement: Bill Stablein, Project Manager Transportation Department City of Round Rock 2008 Enterprise Drive Round Rock, TX 78664 (512) 218-3237 bstablein @roundrocktexas.gov 25.01 NOTICES All notices and other communications in connection with this Agreement shall be in writing and shall be considered given as follows: (l) 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: Fugro USA Land, Inc. 8613 Cross Park Drive Austin, Texas 78754 Notice to City: City Manager, City of Round Rock 221 East Main Street Round Rock, TX 78664 AND TO: Stephan L. Sheets, City Attorney 309 East Main Street Round Rock, TX 78664 9 Nothing contained in this section shall be construed to restrict the transmission of routine communications between representatives of the City and Consultant. 26.01 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. 27.01 EXCLUSIVE AGREEMENT The terms 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. 28.01 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. 29.01 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 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. 30.01 STANDARD OF CARE Consultant shall perform the services with the care and skill ordinarily used by members of the profession practicing or working under similar circumstances at the same time and in the same locality. a 31.01 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 8 of the Texas Penal Code. 32.01 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. 33,01 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 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 11 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. IN WITNESS WHEREOF, the parties have executed this Agreement on the dates hereafter indicated. City of By: Lb, Printed Title: Date Si For City, Attest: By: Sim k cu '�"t'• For City, A proved as to Form: By: Stephan L. heels, City Attorney x? Fugro USA Land, Inc By: _,� ) l l sz-e_�_ Printed Name: Peter H. Bush, P.E. Title: Senior Vice President Date Signed: October 14, 2019 lim EXHIBIT A CITY SERVICES EXHIBIT A City Services The City will provide the following items/information for the ENGINEER under this agreement: 1. Pertinent data related to specific work orders. 2. Timeline for submissions. 3. Meet with ENGINEER on an as -needed basis depending on the work order. 4. Review submittals and provide comments. 5. Coordinate and inform Consultant of scheduled testing events. EXHIBIT B ENGINEERING SERVICES City of Round Rock Transportation Department 2008 Enterprise Drive Round Rock, Texas 78664 EXHIBIT B Attention: Mr. Bill Stablein, Project Manager bstablein@roundrocktexas.gov Fugro USA Land, Inc 8613 Cross Park Drive Austin, Texas 78754 Phone: 512-977.1900 Fax 512-973-9966 Proposal No. 04.30192020 August 19, 2019 Proposal for Construction Materials Engineering and Testing Services McNeil Road Extension (Phase — 2) Round Rock, Texas Introduction Fugro USA Land, Inc. (Fugro) is pleased to submit this proposal for providing on-site and laboratory testing services of construction materials for the above -referenced project. The project consists of the construction of 1,942 linear feet of flexible pavement from McNeil Road to Georgetown Street including portions of Lewis, Stone and Black Streets with associated culverts, retaining walls and sidewalks. Related construction will include the installation of underground utilities consisting of both water and wastewater lines. It is anticipated Fugro will perform testing services when requested by City of Round Rock inspection personnel. In this proposal we present a scope of services, a fee estimate and unit price schedules. Scope of Services Based upon our understanding of the project, we present our proposed scope of services in the following paragraphs, consisting of providing Quality Control testing services. Our services will consist of: • Earthwork Testing; • Lime Stabilized Subgrade Testing; • Concrete Testing; and • Hot Mix Asphaltic Concrete Testing. Fugro I TBPE Registration No. F-299 I With operating companies throughout the world T 512 977 18001 F 512 973 99661 E Pbush&(uaEQ.cgm I W fugro.com City of Round Rock Transportation Department August 19, 2019 Mr. Bill 5tablein, Project Manager Page 2 of S For placement and compaction of subgrade, embankment, backfill and base material we will provide a soil technician when requested to perform required field density tests. Laboratory tests will consist of Atterberg Limit determinations, gradation analyses, and moisture density relationships. It is assumed that a pre -qualified roadway base material will be supplied by the Contractor for the related pavement construction. For lime stabilized subgrade, after application and mixing we will perform field gradations to document proper mixing, pulverization, and breakdown of the mixture. After compaction of the lime and soil, we will perform in-place density testing and determine the thickness of lime. Samples of the lime conditioned soil will be taken back to the Fugro laboratory for Atterberg Limit Determination to document the resulting Plasticity Index (PI). The adequacy of the resulting PI will be determined by others. When requested, our duties for cast -in-place concrete monitoring will be slump testing, molding compression test cylinders, and concrete compression testing. Concrete will be observed for slump at the point of placement, and one set of concrete cylinders will be cast at the specified frequency. Air content will be tested for concrete exposed to weather. Our fees do not include control or documentation of the initial field -curing environment of the compressive strength test cylinders. Our duties for hot mix asphalt testing and coring will include collecting bulk hot mix asphalt samples (bag samples) for laboratory testing to determine bulk specific gravity, maximum theoretical specific gravity and asphalt content and gradation using the extraction method. We will also obtain asphalt core specimens of the compacted material to compare field density values against the laboratory values. We assume the paving contractor will collect the bag samples during placement and carefully note the location of retrieval to subsequently allow us to obtain the cores of the completed mat at the related bag sample locations for comparison. Our field technician(s) will immediately report results of field observations directly to the on-site job superintendent and owner's representative. We will assist the superintendent in identification and correction of any observed non -compliances with project specifications. In no case will our technician direct the contractor's operations, waive specifications, or make final acceptance of the contractor's work. Written reports will be transmitted electronically. 6RI M _r SRO City of Round Rock Transportation Department August 19, 2019 Mr. Bill 5tablein, Project Manager Page 3 of 5 The scope of services and estimated fee proposed herein does not include: a Engineering consultation regarding any observed non -conformances; • Inspection of any items at off-site suppliers and fabrication plants; it is assumed that suppliers and fabrication plants employed by the contractor have their own QA/QC program to satisfy the project and local building code requirements; • Special Inspection services; ■ Verification of project lines -and -grades; • Field verification of lime application rates during application; • Welding Inspection; • Testing associated with planned geogrid installation; • Assistance with contractor's means and methods; • Self -Initiation of testing events; ■ Pull -Out tests; and • Standby time, trips to site for cancellations without notice, retesting, reinspection, or testing services for the contractor's convenience or internal Quality Control. Terms and Conditions Our general conditions for materials engineering and technical services are presented on Schedule 40.01, Attachment 2. Construction materials testing fees are included on Fee Schedule CMT -30192020, Attachment 3. Both schedules are attached. The project will be billed monthly on the basis of the Fee Schedule. Materials testing services are for quality control purposes only. In no way are our personnel responsible for the job site safety of others, nor do they have stop -work authority. However, our personnel will conduct their work in a safe, workman -like manner, and will observe work -site safety requirements. Proposed Fees Testing costs will vary depending on the construction schedule, project sequencing, overlapping of work, weather, and other factors. Our services will be provided on a call -out basis and will be invoiced in accordance with the unit rates provided on Attachment 3. For budgeting purposes, we estimate that our fees will be approximately as detailed in Attachment 1, Cost GRO City of Round Rock Transportation Department Mr. Bill 5tablein, Project Manager August 19, 2019 Page 4of5 Estimate. This estimated fee will not be exceeded without the client's prior authorization. Required additions to the above scope of services would be invoiced in accordance with the attached Fee Schedule. Services will be provided on a time and materials basis. t * t To indicate acceptance of our proposal, please have the signature block below signed by a duly authorized person in the spaces provided and return a scanned copy to us for our files. Whoever signs on the space below will be identified as our client as used throughout Schedule 40.01, attached. We appreciate the opportunity to submit this proposal and look forward to working with you on this project. If you have any questions, please call. FUGRO USA LAND, INC. TBPE Firm Registration No. F-299 /h- -6. i Hamee Baq e CME Manager eh-P Peter H. E. Senior Vice President M B H/PH B/I t(w/cmt/Project Files/2019/PO4 30192020) CLIENT: Authorizing Signature Name & Title Company Date RD _P ARD City of Round Rock Transportation Department August 19, 2019 Mr, Brll 5tablein, Project Manager Page 5 of 5 Document Distribution Unless requested otherwise, test reports will be distributed to the following e-mail addresses: Owner: City of Round Rock Attn: Mr, Bill Stablein, Pro'Pro*ect Manager Attn: Attn: Manager: Attn: Attn: Contractor: Attn: Attn: Architect: Attn: Attn: Engineer: Attn: Attn: Other: Attn: Attn: Tele: E -Mail: bstablemProundrocktexas.aov E -Mail: E -Mail: Tele: E -Mail: E -Mail: Tele: E -Mail: E -Mail - Tele: E -Mail: E -Mail: Tele: E -Mail: E -Mail: Tele: E -Mail: E -Mail: an �6RO SCHEDULE 40.01 Schedule 40.01 1. Parties to This Agreement CLIENT as used herein is the entity who authorizes performance of services by Fugra USA Land, Inc. (FUGRO) under the conditions stated herein. FUGRO as used herein includes Fugro USA Land, Inc., its employees and officers, and its subcontractors and sub -consultants (including affiliated corporations). 2. On-site Responsibilities and Risks 2.1 Right -of -Entry. Unless otherwise agreed, CLIENT will furnish unfettered rights -of -entry and obtain permits as required for FUGRO to perform the fieldwork. 22 Damage to Property. FUGRO will take reasonable precautions to reduce damage to land and other property caused by FUGRO's operations. However, CLIENT understands that damage may occur and FUGRO's fee does not include the cost of repairing such damage. if CLIENT desires FUGRO to repair and/or pay for damages, FUGRO will undertake the repairs and add the pre -agreed cost to FUGRO's fee. 2.3 Toxic and Hazardous Materials. CLIENT will provide FUGRO with all information within CLIENT's possession or knowledge as to the potential occurrence of toxic or hazardous materials, or Biological Pollutants (as defined in 9. below) at the site being investigated. If unanticipated toxic or hazardous materials, or biological pollutants are encountered, FUGRO reserves the right to demobilize FUGRO's field operations at CLIENT's expense Remobilization will proceed following consultation with FUGRO's safety coordinator and CLIENT s acceptance of proposed safety measures and fee adjustments. 2,4 Utilities and Pipelines, While performing FUGRO's fieldwork, FUGRO will take reasonable precautions to avoid damage to subterranean and subaqueous structures, pipelines, and utilities. CLIENT agrees to defend, indemnify, and hold FUGRO harmless for any damages to such structures, pipelines, and utilities that are not called to FUGRO's attention and/or correctly shown on plans furnished to FUGRO. 2.5 Site Safety. FUGRO is not responsible for the job site safety of others, nor does FUGRO have stop -work authority over work by others, However. FUGRO will conduct its work in a safe, workman -like manner, and will observe the work -site safety requirements of CLIENT that have been communicated to FUGRO in writing. 3. StandiEd 9f Qr 3.1 FUGRO will perform its services consistent with that level of care and skill ordinarily exercised by members of the profession currently practicing under similar conditions in the same location. 3.2 CLIENT acknowledges that conditions may vary from those encountered at the location where borings, surveys, or explorations are made and that FUGRO's data, interpretations, and recommendations are based solely on the information available to FUGRO, and FUGRO is not responsible for the interpretation by others of the information developed, 4, Limitation of Remedies To the greatest extent permitted by law, CLIENT's sole remedy against FUGRO for claims and liabilities in any way arising out of or directly or indirectly related to FUGRO's work for CLIENT will not exceed an aggregate limit of $50,000 or the amount of FUGRO's fee, whichever is greater, regardless of the legal theory under which remedy is sought, whether based an negligence [whether sole or concurrent, active or passive), breach of warranty, breach of contract, strict liability or otherwise. In the event CLIENT does not wish to limit FUGRO's remedy to this sum, and if CLIENT requests in writing prior to acceptance of this Agreement, FUGRO agrees to negotiate a greater remedy amount in exchange for an increase in scope and fee appropriate to the project and remedy risks involved.. 5. Invoices and Payment At FUGRO's discretion, invoices will be submitted at the completion of task elements, or monthly for services rendered. Payment is due upon presentation of FUGRO's invoice and is past due thirty- (30) days from invoice date. CLIENT agrees to pay a financing charge of one percent (1%) per month (or the maximum rate allowable by law, whichever is less), on past due accounts, and agrees to pay attorney's fees or other costs incurred in collecting any delinquent amount. 6. Data, Records, Work Product and Reporl(s). and Samples Data, Records, Work Product and Report(s) are FUGRO's property. All pertinent records relating to FUGRO's services shall be retained for a minimum of two (2) years after completion of the work. CLIENT shall have access to the records at all reasonable times during said period. FUGRO will retain samples of soil and rock for a minimum of 30 days after submission of FUGRO's report unless CLIENT advises FUGRO otherwise. Upon CLIENT's written request, for an agreed charge FUGRO will store or deliver the samples in accordance with CUENT's instructions. 7,njemnification FUGRO and CLIENT shall indemnify each other from any claims, damages, losses, and Casts, including, but not limited to, reasonable attorney's fees and litigation costs, to the proportionate extent caused by each party's own negligence, including the negligence of the indemnifying party, and its employees. affiliated corporations, officers, and sub -tier parties in connection with the project. B. Conseauential Damages Notwithstanding any other provision of this Agreement, CLIENT and FUGRO waive and release any claim against the other for loss of revenue, profit cruse of capital, loss of services, business interruption and/or delay, loss of product, production delays, losses resulting from failure to meet other contractual commitments or deadlines, downtime of facilities, or for any special, indirect, delay or Consequential damages resulting from or arising out of this Agreement or as a result of or in connection with the work, and whether based an negligence (whether sole or concurrent, active or passive), breach of warranty, breach of contract. strict liability at otherwise. 9. Biological PDIIWtants FUGRO's scope of work does not include the investigation, detection, or design related to the presence of any Biological Pollutants. The term 'Biological Pollutants' includes, but is not limited to, mold, fungi, spores, bacteria, and viruses, and the byproducts of any such biological organisms. CLIENT agrees that FUGRO will have no liability for any claim regarding bodily injury or property damage alleged, arising from, or caused directly or indirectly by the presence of or exposure to any Biological Pollutants. In addition, CLIENT will defend, indemnify, and hold harmless FUGRO from any third party claim for damages alleged to arise from or be caused by the presence of or exposure to any Biological Pollutants. If CLIENT requests in writing prior to acceptance of this Agreement, FUGRO will negotiate a greater limitation amount, and remove CLIENT's responsibilities, in exchange for an increase in fee to develop an expanded scope of work to provide biological pollutant protection. 10. AgcpI2laUclt Uf Agreement These GENERAL CONDITIONS have been established in large measure to allocate certain risks between CLIENT and FUGRO, FUGRO will not initiate service without formal agreement on the terms and conditions set forth in these GENERAL CONDITIONS. Acceptance or authorization to initiate services shall he considered by both parties to constitute formal acceptance of all terms and conditions of these GENERAL CONDITIONS. Furthermore, all preprinted terms and conditions on CLIENTS purchase order at purchase order acknowledgment forms are inapplicable to these GENERAL CONDITIONS and FUGRO's involvement in CLIENT's project. 11. Termination of Conlract CLIENT and FUGRO may terminate services at any time upon ten (10) days written notice In the event of termination, CUENT agrees to fully compensate FUGRO for services performed including reimbursable expenses to the termination date, as well as demobilization expenses. FUGRO will terminate services without waiving any claims or incurring any liability. CON407 (0) EXHIBIT C WORK SCHEDULE LU .j LLi z v w W O w O a 70a T U C5 o� O � x h F F w w O O F uiU 1► O �► z W [h � z 3 fn N t m 13 u E C Q �1 C O �r C C U CD N cm QF L, a U1 -0 m = W Z, Im m r~yam, Q H ° 5 y c lL a m m a m o x_ m a n m o m p +n y LU J LL J I— lL J U LL J i Fm- lei. m � m Q h CL r N r N r N r N r `� r 6V Lel er ui LU .j LLi z v w W O w O a 70a T U �GR0 EXHIBIT D FEE SCHEDULE PCRO �mposal No. 04.30192020 August 19, 2019 EXHIBIT D Cost Estimate Construction Materials Testing Services McNeil Road Extension (Phase - 2), Round Rock, Texas Fugro USA Land. Inc 8613 Cross Park Drive Austin, Texas 78754 Phone 512 977 1800 Fax: 512 973 9966 FlaId Testing - Earthwork Cluantity Unit Unit Price Extension Subtotal 1.1 Technician 60 hour $48.00 $2,880.00 2.1 Transportation 25 each $65.00 $1,625.00 2.2 Nuclear Density Tests 300 each $19.00 $5,700.00 3.3 Thichness of Lime Conditioning 15 1 each $35.00 $525.00 Field Gradation of Lima Conditioned Mixture 101 each 1 $75.001 $750.00 Subtotal $11,480.00 Labor tory Testing for Earthwork & Pavement Base Quantity Unit Rate Extension 3.2 Atlerberq Limit Determinations Soil Classification 12 each $75.00 $900.00 3.3 Sieve Analysis 12 each $75.00 $900.00 3.6 Moisture Density Relationship 12 each $235.00 $2,820.00 3.2 Atterberg limit Determinations {Lime Conditioned Soil 101 each $75.00 $750.00 Subtotal $5,370.00 Concrete Placement - Structural Quantity Unit Rate Extension 1.2 Senior Technician 83 hour $58.00 $4.814.00 2.1 Transportation 30 each $65.00 $1,950.00 2.9 Air Content of Fresh Concrete 15 each $25.00 $375.00 4.6 Compressive Siren th of Concrete 60 each $19.00 $1,140.00 Subtotal $8,279.00 Hot Mixed Asphaltic Concrete ), Based on Two Placement Events Quantity Unit Rate Extension 1.2Senior Technician (Bag Retrieval & Corin 8 hour $58.01) $464.00 2.1 Transportation 2 each $65.00 $130.00 2.6 halt Coring Equipment 8 hour $30.00 $240.00 Subtotal $834.00 Laboratory Testing for HMAC Quantity Unit Rate Extension 5.2 Molding Test Specimens, 3 per Set, Bulk Density & 6 each $135.00 $810.00 Stability 5.3 Determine Maximum Theoretical Density. Bag 6 each $78.00 $468.00 5.6 Asphalt Content and Gradation, Extraction 6 each $420.00 $2.520.00 5.7 Bulk Specific Gravity of Asphalt Core 61 each 1 $47.00 1 $282.00 Subtotal $4,080.00 Pro ecl Management and Su ervislon Quantity Unit Rale I Extension 7.1 lWord ProcessinglReport Preparation & Distribution 12 hours $65.0-0-[--$780.00 8.2 Pro'ecl Manager 12 hour $175.00 $2,100.00 Sublotall $2,880 Total Estimated Cost I 532,923.00 Page 1 of 1 Fugro ! TBPE Registration No F 2991 With operating companies throughout the world T 512 977 1800 1 F 512 973 9966 1 E Pbush&funro;com I W fugro.corn Pcm, ARID Fee Schedule 30192020 FEES FOR CONSTRUCTION MATERIALS TESTING SERVICES Fugro USA Land, Inc 8613 Cross Park Drive Aistm, Texas 78754 Phone 512-977-1600 Fax 512-973-9966 1. Field Technicians Regular Time(1) Natural Moisture Content (TEX-1034) ...._ _.___.»,... _._ ..... S Overtime(2) 1.1 Technician (NICET Level I or equivalent) $ 48.00/hour $ 58,00/hour 1.2 Senor Technician (NICET Level It, TxDOT S 75.00/each 34 Level 1A/1B, Associate Welding Inspector, ... S 45.00/each 3,5 or equivalent) S 58.00/hour $ 68,00/hour 1.3 Senior Supervising Technician (NICET Level III, TxDOT Level II, or equivalent) S 90.00/hour $ 10000/hour 1.4 Certified Welding Inspector S 95.00/hour S 100001hour 2. Feld Testing and Equipment Permeability of Silt or Clay (ASTM D 5084) .................. ,,, ,,,,,,,,,,,,,,,,,,,y_,.,,-..,,...-, Unit Rate 2.1 Transportation (Minimum 50.60/mile}....,......_.._.__............................................ ..................5 Sample Remolding.., ........ -.... ........... .................... 65.00/trip 2.2 Nuclear Density Tests (In addition to technician time).........................,,,.......,.,...................5 19.00/test 2.3 Dye Penetrant & Magnetic Particle Supplies ...... .......... ................ ......... ..... .... .:......... _. » . Cost + 15% 2.4 Ultrasonic Testing Equipment ............. ........ ..... .. _..,.....r.,..... ..... ..................._.,,.,,.,........._.....5 3 13 30.00/hour 2.5 Asphalt Caring Equipment ............................... ...........- ..... .., ... _.,...,, .,. _::.._ ..... .......S 314 30.00/hour 2.6 Concrete Coring Equipment ..... ........... »....... .... ............. ............................. ..,.,:.,....,.....__..,.,.__S 315 30.00/hour 2.7 Concrete Core Bit Charges ...... ................... ...............,.......,.................................. bit charge 2.7.1 3 inch -diameter Core........................._.........u........_..........................._._.. _,,:................5 5.00/inch 2.7.2 4 inch -diameter Core .............................,,..,.,,............................_...._..._:... »..................... 5 6.00/inch 2.7.3 6 inch -diameter Core ................................... ..... __.._.................,................ ............... 5 7.00/inch (Other sizes quoted upon request) 28 Floor Flatness/Floor Levelness Equipment (ASTME1155}.., _..,.m.._„m.,_,._, �.._..S 250.00/day 2-9 Air Content of Fresh Concrete (ASTM C173, C231) .......... „„ ,,,, .:.5 25.00/each 2.10 Unit Weight of Fresh Concrete (ASTM C138). ............. ..............._,....._,..�,..,..,...,..... S 45.001each 211 Soil -Lime Field Gradation (TEX-101-E. Part 111)...__ .__......._.,-..,_.......,._ .............. �,._... .....5 37.00/each 212 Center -Pull Ram, Gauge and Hand Pump (pull test) ......... ...._.... ,.....__.. _ ._. S 55 00/test Laboratory Testing - Soil 31 Natural Moisture Content (TEX-1034) ...._ _.___.»,... _._ ..... S 16 00/each 3.2 Atterberg Limits (TEX-104, 105. 106. 107 -E)'..._._.....,,,._ .,.,.,,...,,..,,.,,.,,., ...............__ -_. S 75.00/each 3.3 Sieve Analysis (TEX-110-E)......... ..................... »,,..,,.,,_..,.,,...................-..,,..... ........ ...... S 75.00/each 34 Percent Passing No. 200 Sieve (TEX-111 • E),._... ............... .,....__...,_._.._----------------- ... S 45.00/each 3,5 Combined Sieve Analysis (TEX-110, 110-E),,..,.,,, .. ._ ..... ...... -... $ 75:00/each 36 Moisture Density Relationship (ASTM D 698), (ASTM 0 1557), (TEX-113-E), (TEX-114-E) ........ ..,_..,,..............: .......... ._ .. ,_.__ ... S 235 00/each 3,7 Texas Triaxial Compression Test on Base Material (TEX-117-E Part 11)` ..... _, -. a .._, S 1,700.00/set of 9 38 Wet Ball Mill (TEX-1 i 6-E) ............ .... .....:............ _........................ ................ S 185 00/each 39 Permeability of Silt or Clay (ASTM D 5084) .................. ,,, ,,,,,,,,,,,,,,,,,,,y_,.,,-..,,...-, . S 450 00/each 310 Sample Remolding.., ........ -.... ........... .................... 65 00/each 3.11 Sample Preparation (Soils with P.1, ?25, or TEX-101-E] _..,,,.,,,R ._..... ......... ............ _ S 65 00/sample 312 Soil pH (TEX-128-E).......»...._. _W..,,..,....�..__ S 65.00/each 3 13 Soil -Lime pH Series (6 points. TEX-121-E. Part 111)__ ...... .... ..... . . ,,_..w... S 24000/set 314 Soluble Sulfates (TEX-145-E).,_.....................__....._..._ ., ...,,.._.,.....__. _..,,..A.», ..,,......,,,.,...5 95 00/each 315 Hydrometer (ASTM 0422) .. .......... ..,............. ..... m»........_.__ ....._...._.......,,...,.A, ,..m ..,,.......... S 245 00/each PCRS CMT Fee Schedule 30192020 4 Laboratory Tests - Concrete and Cement Fugro USA Land, Inc 8613 Cross Park Drive Austin, Texas 78754 Phone 512-977-1800 Fax- 512-973-9966 4.1 Sodium Soundness of Aggregate (ASTM CBS) . ,.. .... ...... ........ ......._. _ ....,...,..... S 295 00/each 4,2 Aggregate Sieve Analysis (ASTM C136)....., _.... ....... ...............,., .., . S 73 00/each 4.3 Specific Gravity of Aggregate (ASTM C127.128).. .. ............ 6.. ....... ._....... ...__..__........ S 75.00/each 4.4 Absorption of Aggregate (ASTM C127. 128)..... ...... ..,..,................................. ..._..._............ S 7S 00/each 4.5 Unit Weight of Aggregate (ASTM C29) I—- ....... ­­­­ - . _S 75 00/each 4.6 Concrete Cylinder Compressive Strength (ASTM C39),.,,, ._,....._,.,...,.............. ...... _........ S 19.00/each 4.7 Beam Flexural Strength (ASTM C 78) ......... ........ .... _......... ,,..,..,..,....,... ..... $ 55 00/each 4.8 Mortar Cube Compressive Strength (ASTM C780)...., ,,,., ............... ,...... ..,..,,. , -,, v, ,.,.., S 20 OO/each 4.9 Grout Specimen Compressive Strength (ASTM 50,00/each 4.10 Concrete Masonry Unit Strength (ASTM C140)____ ..... ,_�_,,,..a.,,,,.,.-. ,a., ,-,..,...�. .�...5 8500/each 4.11 Concrete Masonry Unit Prism Strength (ASTM C1314)_._,,,_ .. ..... ...w... , S 235.00/each 4.12 Drilled Core Compressive Strength (ASTM C42i....... ,,,,,,,,,,,n........ ,,, S 85.00/each 5 Laboratory Testing - Asphalt and Roofing 5.1 Mix Design (Hveem or Marshall Method) _ .. _ ... _........ :.....,,. Quoted on Request 5.2 Molding Test Specimens. 3 per set (TEX•206-F), Bulk Density (TEX-207-F), and Stability (TEX-20B-F)........_...... ._ _...... ............ ...... _.......... ,.. S 135 00/set 5.3 Determine Maximum Theoretical Density (TEX-227-F) .. . __............................. ...... S 78 OO/each 5.4 Asphalt Content & Gradation (TEX-236-F, 200-F), oven ..... ......... ...... ...... ............ n,...- ..... 5 240.00/each 5.5 Asphalt Oven Correction Factors (TEX-236-F, 200-F), oven ............... ..___,,,...... -,R, ........ -S 1,ISO DO/each 5,6 Asphalt Content and Gradation (ASTM 02172), extraction ........... ...._ .................. ....,...... S 420 00/each 5.7 Bulk Specific Gravity of Asphalt Core (TEX-207-F)-- ... ....................... 5 47.00/each 6 Laboratory Testing - Structural Steel 6.1 Weld Procedure and Welder Qualification Testing Rates ................ .... _ ._ ...,...........Quoted on Request 62 Laboratory Density of Field Cut Fireproofing_ .... .... ............. ............... -- ...... ..... ....,., .,,,,_,... $ 55.00/each 7. Report Preparation Test report preparation, review, and initial electronic distribution will be invoiced at a flat rate of 5% of total fees invoiced. Special requests for archived report retrieval, re -distribution, faxing, hard -copy mailing, and preparation of engineered reports and submittals will be invoiced at the following rates 7.1 Word Processing.-,.....,. ............................... .... .. ....................................................................5 65,00/hour 7.2 Drafting ... .... ... .. ................................................ .... ....... ..... .......... ..,........ ._...,............ ......5 79,00/hour 7.3 Reproduction.,...... ..... ....... ....... ......... ............................... ............ ...... ___ ... .............................. Cost 15% 7.4 Postage and Overnight Service ............ ... .... ....................................... ...... -.-....,........... ,......... ....... Cost + 15% 8, Engineering Consultation 8.1 Senior Consultant or Project Principal...........................................205.00/hour 8.2 Project Manager,,...._..., ... ....... ....... ...... ............ ......... ..................... .. W......,..,.............,4 u....._..._.S 175.00/hour 8.3 Project Engineer, Laboratory Manager.............. .... .................................. .. ..........S 155.00/hour 84 Geolog"st............. .,.._.._....,_....,.,........,...............,.............................................-,.,,.,. u._,„..._A. ._S 140.001hour 85 Graduate Professional .....-_.........._...... ............. .,..... ...,................. .......... S 105.00/hour 9. Outside Services. _.-... ..... ........ .............. ................................. .......... ............ ....... .._.... cost + 15% Notes. (1) Minimum call -out charge for CMT technician and equipment or sample pick-up is 2 hours Minimum call -out charge for CWI technician is 4 hours Charges are accrued portal to portal. (2) Overtime rates are applicable to time worked in excess of 8 hours per day, Monday through Friday; hours worked before 7:00 am and after 6:00 pm, and all hours worked on Saturdays Sundays, and holidays EXHIBIT E CERTIFICATE OF INSURANCE EXHIBIT E ACC> o" CERTIFICATE OF LIABILITY INSURANCE Daramlp01YYY1) D 0811811019 THIS CERTIFICATE 15 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 cerliflcale holder Is an ADDITIONAL INSURED, the policy(los) must have ADDITIONAL INSURED provisions or 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 sl• PRODUCER Marsh USA Inc. 500 Dallas Street. Suite 15W Houston, TX 77002 Ami: Houston certsomarsh mm CONTACT NAME: PHONE a c Not: 07101/1019 INSURERJ51 AFFORDING COVERAGE MAIC■ EACHOCCVRRENCE S 1.000000 INSURER A: Lift MuhealFire InwrarueC 23035 142404 CN 102231194-GAWXP•18.20 DISUREF ronUSA Lard, Inc +t9 INSURER 6: Uberly Inswarlee GOrporat T INSURER C . HDI Globi Inumanw Co. 41343 B613 Cross Park Drive Austin, TX 16754 aasuna o: Allied Wald Surplus lines Irtwrance Co. 24314 INSURER E CM uv LEUMIT $ 2,000,000 Ea a and INSURER F - BODILY INJURY (Per aaktent) S COVERAGES CERTIFICATE NUMRER! HOlrA03slew .D2 Rt=►nC1nlJ IJl3U=4:0- 1 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 WHCH 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 INSR YR TYPEOFINSURANCE lIg I I POLICYNUMBER POLICY EFF 111111111001YYYY1 POLICY EMAP 1MMM0FYYynLIMITS A X COMMERCIAL GENERAL LIAZ4J Y CLAMS -MADE X OCCUR -.-- GENLAGGREGATE UMITAPPLIES PER X POLICY JECT LOC OTHER. TB2641005066M 07101/1019 0710112020 EACHOCCVRRENCE S 1.000000 PREMIS S fiaoor t 100IXXI MEDEXPr omperson S 5.000 PERSONAL B ADV INJURY S 1,000,000 GENERALAGGREGATE S 2.0 .406 PRODUCTS-COMMOPAGG, 3 2,000,000 is A AUTOMOBILELIAeILITT A525.11005066M 0710112019 ANY AUTO D SCHEDULED AALTTOE ONLY AUTOS HIRED X NON14NMED AUTOS ONLY AUTOS ONLY Ix 07101/2020 CM uv LEUMIT $ 2,000,000 Ea a and BODILY INJURY 4Per Pence} S BODILY INJURY (Per aaktent) S PROPERTYDM7AGE S r 5 X UMBRELLA LIAR X OCCUR XLDt498702 EXCESS LIAB CLAIMS MADE DEO I X I RETENTION 3250.000 07101/x019 0710112020 EAcHGCcuRRENCE s 5,000,000 AGGREGATE s 5,000,000 S B WORKERSCOMPENSATIONWAT64O005W6W9 AND EMPLOYERS' LIABILITY Y I N OFFS ICERI LC l7DEC�� MIA IM&ndstaylnNHl Ifyn describe OESCRIPTIONOFOPERATONSbaroa+ ! 1 X PEA qH• EL EACH ACCIDENT $ 1•� EL DISEASE -EAEAIPLOYE S 1.000000 E.L DISEASE----ICYLLMrT S 1,000000 D Plalesslanui U*;il fy Contrwtoes Podution I I Jo3jo.21 Claims Made 0619111201e 01101110211 JEwhCLaiMLirrdVAggnsgat@ 1,000000 SIR per Clean 1,000 000 DESCRIPTION OF OPERATIONS I LOCATIONS (VEHICLES (ACOR010t, Addhlonal Remeda'Jchedde, Isar be attached it mors space is rsqurrsdl RE: City of Round Rodd, Texas 7019 On Ca! Geowd i*21 Nineemg Services The Cerb5mle Holder is rlfhded as Additional Insured on a1 above policies (except as respects all mverage alarded by the Workers Compensation and Ptafessional Llabilty) but not br b matef coverage or greater lmeks of kab131y than is required by sad wltracl or agreenleM and in m event, for broader cover age or greater limits of Ub icy than is oftrwisa provided by the policy Clly of Reed Rock Amt City Manager 221 East Main Street Round Rock, TX 7e664 %,AN1.r-LLA 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 RWRESENTATTVE of Marsh USA Ine- Holden Burrow /;ie� 491988-2016 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD City of Round Rock ° ROUND ROCK TEXAS Agenda Item Summary Agenda Number: Title: Consider executing a Professional Consulting Services Agreement with Fugro USA Land, Inc. for the Construction Materials Testing Services for the McNeil Road Extension (Phase 2) Project. Type: City Manager Item Governing Body: City Manager Approval Agenda Date: 10/18/2019 Dept Director: Gary Hudder, Transportation Director Cost: $32,923.00 Indexes: RR Transportation and Economic Development Corporation (Type B) Attachments: Fugro USA Land, Inc - Consulting Services Agreement - McNeil Road Extension Phase 2 - partially executed Department: Transportation Department Text of Legislative File CM -2019-0322 This agreement with Fugro USA Land, Inc. is for the professional consulting services related to construction materials testing services for the McNeil Extension Phase 2 Project. The professional services will include nuclear density testing, soil sampling and testing, concrete testing and asphalt testing. The total compensation for the services provided will be $32,923.00. Cost. $32,923.00 Source of Funds: RR Transportation and Economic Development Corporation (Type B) City of Round Rock Page 1 Printed on 1011812019