Loading...
CM-2019-0374 - 12/6/2019CITY OF ROUND ROCK AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES FOR THE INTERIOR RENOVATIONS PROJECT AT CLAY MADSEN RECREATION CENTER WITH MWM DE IGN GROUP 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 the Interior Renovations Project at the Clay Madsen Recreation Center (the "Agreement") is made by and between 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 MWM DESIGN GROUP, INC., whose office is located at 305 East Huntland, Suite 200, Austin, Texas 78752 (the "Consultant"). RECITALS: WHEREAS, City has determined that there is a need for professional design services for the Interior Renovations Project at Clay Madsen Recreation Center; 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 in accordance with the schedule set forth herein. 00434964 wa 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 10.01. 6.01 CONTRACT AMOUNT In consideration for the professional consulting services to be performed by Consultant, City agrees to pay Consultant for the Scope of Services deliverables as delineated in Exhibit "B," in accordance with Exhibit "D" entitled "Fee Schedule" and Exhibit "E," entitled "Standard Rate Schedule," which documents are attached hereto and incorporated herein by reference for all purposes. A. Consultant's total compensation for consulting services hereunder shall not exceed Twelve Thousand Three Fifty -Four and 89/100 Dollars ($12,354.89). 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. 2 B. Consult's payment for reimbursable expenses shall not exceed the maximum sum of Two Thousand Five Hundred and No/100 Dollars ($2,500.00), and such amount is included in the not -to -exceed total of $12,354.89. Reimbursable expenses shall be paid for the purposes set forth in Exhibit "B." 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. $.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 1 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 terns 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 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. 4 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 term 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: 5 (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. (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 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 6 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. 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 F] 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 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: (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 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 term 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: https: www.roundrocktexas.gov.,wp-contentiu loads,,2014i12,core insurance07.20112.pdf A certificate of insurance is attached as Exhibit "F" 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: Corey Amidon, Facility Manager General Services Department City of Round Rock 212 Commerce Boulevard Round Rock, TX 78664 (512) 341-3144 camidon@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: (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: MWM Design Group, Inc. 305 East Huntland Drive #200 Austin, Texas 78752 Notice to City: City Manager, City of Round Rock 221 East Main Street Round Rock, TX 78664 9 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. 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. 10 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. 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 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 R 7 ay: Printed N Title: Date Signed: Rock, Texas For City, Attest: -P i M-11 SRIFar For City, Approved as to Form: By:_ I Stephan . Sheets, City Attorney 12 MWM D ign roup Inc. By: Prin arae: ' Titl Date Signed: _ _ wm besig Exhibit A City Services www.mwmdesigngroup.com TBAE Firm Registration No.: 1452 TOPE Firm Registration No.: F-1416 TBPLS Firm Registration No.: 10065600 Owner is expected to provide program and scope for the Clay Madsen Recreation Center Improvements, to provide record documents of the existing building (as may be available), to provide timely review of submittals furnished by MMW DesignGroup, and to secure such permit approvals from the City of Round Rock as may be required for the project. Page 2 14 a . Group Exhibit B Consultant Services SUMMARY OF PROFESSIONAL SERVICES www.mwmdesigngroup.com TBAE Firm Registration No.: I452 TBPE Firm Registration No.: F-1416 TBPLS Firm Registration No.: 10065600 TDL Plans for new "construction of or for the substantial renovation or modification" with a construction cost exceeding $50,000 must be reviewed and inspected by a State Licensed Registered Accessibility Specialist (RAS) on behalf of the Texas Department of Licensing and Regulation (TDLR). Fees for TDLR review are the responsibility of the owner. Fees can range from approximately $900-$1,200, subject to change by RAS. MWM can advise on selection of RAS and will coordinate with RAS for design plan review and inspection. Preliminary/Schematic Design Phase Upon NTP, MWM shall complete Preliminary Design documents outlining proposed approaches, and projected construction costs, for the Owner's review and approval. Schematic Design documents will be prepared for the Owner's preferred project solution. One formal submittal of documents will be made at the end of Schematic Design Phase (30% Design Phase). This phase includes not more than two formal meetings with project stakeholders. This phase includes a preparation of a detailed cost estimate for the preferred solution. Design Development Upon approval of the Schematic Design documents, MWM shall prepare Design Development documents, including plans and outline specifications and a finish schedule. Construction Documents One formal submittals of documents for Owner review shall be made during the Construction Documents Phase at 90%. Final documents, Incorporating responses to owner comments, will be Issued at 100% completion of the design. Submittals shall include a project manual and drawings. This phase includes an updated cost estimate and includes not more than two formal meetings with project stakeholders. This proposal has been prepared under the assumption that any modifications to existing mechanical, electrical and plumbing systems or appurtenances will be addressed as repairs or replacements in kind. An allowance of $2,500.00 has been included in the fee projection to accommodate engineering design input (including specifically preparation of associated specifications) for such repairs or replacements In kind. Substantial modifications to existing building systems, including any changes made to type, configuration, or capacity of such systems, may require engineering services beyond the basic scope of this proposal. MWM and its consultants would provide such services, if requested by Owner, as additional services. Permittinrt MWM will prepare a building permit application for the City of Round Rock and will respond to review comments. Permit fees are not included in the Fee Schedule for this project. Page 3 • Graup, www.mwmdesigngroup.com TBAE Firm Registration No,1452 TBPE Firm Registration No.: F-1416 TBPLS Firm Registration No.: 10065600 Bid and Award Phase Service Bid and award phase services are not included in the scope of this proposal. Such services may be provided on an an -call basis, at the hourly rates Included in Exhibit F. Construction Phase Services Construction phase services are not Included in the scope of this proposal. Such services may be provided on an on-call basis, at the hourly rates included in Exhibit F. City of Round Rock shall assume all responsibility for construction phase services not provided by MWM, including but not limited to review of submittals, interpretation of the construction documents, observations of the work In progress, review of applications for payment, preparation of punch lists, and responses to Contractor requests for information. Page 4 www.mwmdesigngroup.com Group TBAE Firm Registration No.: 1452 TOPE Firm Registration No.: F-1416 TBPLS Firm Registration No.: 10065600 Exhibit C Work Schedule Design phase services can be completed within 4 — 6 weeks of Notice to Proceed, assuming timely review of interim submittals. Page 5 www.mwmdesigngroup.com Group TSAE Firm Registration No.: 1452 T6PE Firm Registration No.: F-1416 in n a TBPLS Firm Registration No. 10065600 Exhibit D Fee Schedule and Basis of Compensation Schematic Design Design Development Construction DocumentslBuilding Permit Bid-Award-EKacutson Construction Phase TOTALS Reimbursible Expenses (Allowance] MWM hours Fee 16 $ 2,109.58 21 $ 2,707.25 38 $ 5,038.06 0 $ - D $ 75 $ 9,854.89 $ 2,500.00 Page 6 wm peSig www.mwmdesigngroup.com TRAE.Fitm Registration No : 1452 T13PE Firm Registration No., F-1416 TBPLS Firm Registration No 10065690 Exhiblt E Standard Rate Schedule 2019 MWM DesignGroup Rates Labor Cat Dries Licensed Professional V / Principal 290.00 Licensed Professional IV / Sr Prolect Man a $224.00 Licensed Professional III / Sr Project 195.00 Licensed Professional 111 Pro ect Manager $160.00 Licensed Professional I i Pra ect Manager 130.00 En neerin Arch Support Staff 11 $125.00 En neerin /Arch Su rt Staff 1 Sr Technician $ 95.00 $105.00, Technician 95.00 3 Person Feld Crew $ 216.00 2 Person Field Crew $165.00 1 Person Field Crew 1$113.00 Page 9 -aq E,m ,,-A Exhibit F Certificate of Insurance www.mwmdesigngroup.cam TBAE Firm Registration No. 1452 TBPE Firm Registration No F-1416 TBPLS Firm Registration No.: 10065600 Page 9 Cltwntfi- I-kvAg4 IuwMnpmn ACORD. CERTIFICATE OF LIABILITY INSURANCE DATE (MMMD+YYYY) 9M91z019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURERS). AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. N SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement an this certificate does not coMer any rights to the certificate holder In lieu of such endorsement a . PRODUCER Debra Wylie USI Southwest 512-851-4159 .610.537-2782 7600-8 N. Cap. of Tx. Hwy. #200 %Nkffi, debra.wylleOusi.com Austin, Texas 78731 INSURERM AFFORDING COVERAGE MAIC 1 INSURER A . Aroma hsrarrn r 1 19801 D E XP aw INSURE!) MWM Design group, Inc. 305 E. Huntland INSURER a. INSURER C, PROOUCTS- COUPADP AM Suite 200 INSURER D AUTOMOBILE LIABILITY ITY ANY AUpTO SCHEDULED �RAUTOS OILY AUTOS AUTO$ONLY AUTOS Austin, TX 78752 INSURER : F INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: 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 CONTRACTOR 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. TYPE OF INSURANCE L SURRI POLICY UMRB COMMERCIAL aENERAL uABam CLAIMS MADE [:] OCCURMMEMENTED FACH OC RREN E s D E XP aw PERSONAL A ADV WARY a GEWL AGGREGATE UMIT APPLIES PER POLICY ❑ JECOT E OC OTHER: GENERAL AGGREGATE PROOUCTS- COUPADP AM s AUTOMOBILE LIABILITY ITY ANY AUpTO SCHEDULED �RAUTOS OILY AUTOS AUTO$ONLY AUTOS COMEINED SINGLE LIMIT BODILY ILIIRY (Par person) $ BODILY KIURY (Pr smdsnl) $ PROPERTY DAMAGE s i UMURELLAUAB EYCE LUB OCCUR CLAIMS MADE EACH aCCURRENCG AGGREGATE WORKERS COMPENSA'nON �ANNyD EpIKOOYEETRRSV LIAWASTV ! OFFICERAl1EMBER EAXCLSlOED7 E fi (Id-AgdWY h NH) I assays uMr N A PER H ELL H ACCIDENT L DISEASE EA EMPLOYEE E.L LIMrr s A Professional uab Claims Made dl Reported Pol 121 AE0000436013/30/2019 Retro:10/01180 03/30/20 $2,000,000 per claim $2,000,000 annl aggr. OESCEIP LION OF OPERATIONS I LOCATIONS VEHICLES (ACORD 101, Addlkmal Rs rks Schedule, mar be MPOW N more spa* Is nMWrsd) RE: Job #F-19.097. City of Round Rock 212 Commerce Blvd. Round Rock, TX 78864 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIM REPRESENTATIVE re- BIBS-2MS ACORD CORPORATION. All Nahte reserved. ACORD 25 (20111103) 1 of 1 The ACORD name and logo are registered marks of ACORD fiR9RR1 asnA1MVR.a1 17.gA V U A70 ACO -I CERTIFICATE OF LIABILITY INSURANCE DATA I�MYI $„19 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: It the certificate holder is an ADDITIONAL INSURED, the pollcy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION 18 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 Ileu of such endorsement e . PRODUCER Frost Insurance Austin 401 Congress Ave., #1400 Austin TX 78701 OT Tails D'Abramo PHONE 512-473-4534 FAx 512.473-4680 He 0,11.L EXP INSun AFFOROING COVERAGE NAIL a smam A- Hartford Fire Insurance Co 19882 INSURED UMM-1 MWM Design GroupInc. 305 East Huntland Drive #200 Austin TX 78752 amnEn a. Hartford Capa& Insurance Company 29424 Enc; Hard Accident d:lndemn Com 22357 Hartford D INSURER E e1SURER F: cnVFAAr%Fs (!FFMFICATE NUMRER!5RR279329 REVISION NUMBER: 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. LIMBS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OP INSURANCE VAM POLICY N MBEAiMU#OlkVYYVk EXP LIMITS C X COMI&ENCIALOENERALLIABUTY CLAIMS MADE X OCO IR _ •ENLAGGREGATE UMrTAPPAIESPER X POLICY F X J OC OTHER: 65UUNUY4917 4148019 41412020 EACHOCCUI;AENCE $1000.000 roncol $300,000 MED EXP Ona PersoM $10 000 PERSONAL A ADV INJURY $ 11,00D,000 GENERAL AGGREGATE 52.000000 PRODUCTS - COMPIOP AGO STOWXO $ A AUTO110BILEUABILRY X ANY AUTO OWNED SCHEDULED AUTOS ONLYAlJT09 X HIRED X NON OWNED AUTOS ONLY AUTOS ONLY 65LJUNUY4917 4/412019 41412020 51,000,000 BODILY RIURY (Parpenw) S BODILY INJURY (Par saw) $ PR0 5 OPERTY B X UMBRELLA UAa X EXCESS LIAa OCCUR CLAIMS MADE 66XHUUYS179 4!42019 41412020 EACH OCCURRENCE S 3,000 000 AGGREGATE $ X I RETENTION f 1 nnn S WORKERS COMPENSATION AND EMPLOYERS UAStLnY ANYPROPRIETORIPAATNEROMCUT1VE ❑M OFFICE RIM EMBER EXCLUDED? (lland.lanr In NH) eyN. dnuW under DESCRUFFION OF OPWMNS below A E L EACH ACCIDENT s E.L. DISEASE • EA EMPLOWE s E.L. DISEASE -POLICYLUIT S DESCRIPTION OF OPERATIONS I LOCATIONS VEHICLES (ACORD 101. AddRlenal RnnnMa Schedule, maybe aeadwd Hamm spate Is required) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCEI I BEFORE: THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANM WITH THE POLICY PROVISIONS. City of Round Rock 212 Commerce Blvd. "°mPRESrATWa Round Rode TX 78684 � Br1� 01OM2015 ACORD CORPORATION. All rigtlts reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD ACOR&DATE CERTIFICATE OF LIABILITY INSURANCE {MMDDIYYVY) 09/19/2019 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 BOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) 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 a . PRODUCER David c/o Praxiioom Risk Management, LLC hers 123 West Bloomingdale Avenue #300 Brandon, FL 33511 OF INSURANCE PHONE -N . (888) 350.7729 P AUTHORGS:DREPRESENTATIVE�� INSURER(S) AFFORDING COVERAGE NAIC • INSURER A: American Zurich Insurance Company 40142 INSURED Nexlep, Inc. and Nextap Business Solutions, Inc. 1900 North Interstate Drive Norman, OK 73072 INSURER e . INSURER C: INSURER 0: INSURER E NMRER F: COVERAGES CERTIFICATE NUMBER!IBOK505949080 REVISION NUMBER: 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 REOUIREMENT, 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. R LT OF INSURANCE AUTHORGS:DREPRESENTATIVE�� POLICY NUMBER EFF POLICY EXP LIMITS COMMERCIAL GENERALLIABILRY EACH OCCURRENCE S CLAIMS -MAGE rencel S MED EXP JAny one pmwl f PERSONAL i ADV W"Y S OEN1. AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S POLICY ❑ JE ❑ LOC PRODUCTS -COMP)OP AGO S $ OTHER: AUTOMOBILE LIABILITY N D SINGLE UM T S ANY AUTO BODILY INJURY Mw person} S OWNED SCHEDULED AUTOS ONLYAUTOS BODILY INJURY IPU accidenll S PROPERTY DAMAGE S HIRED NOR -OWNED AUTOS ONLY qAUTOS ONLY S UMSRELI.A LIAe OCCUR EACH OCCURRENCE S AGGREGATE 3 EXCESS LIAR CLAJM84 WE DED RETENTION s $ A W°RIERS C°MPENSATION AND EMPLOYERS' LIABILITY Y I N A" ETORIARTUMC� ❑ DFFEo (Mandatory In NH) NIA WC58-11-380.08 08/01/2019 08/01/2020 X I PER TAT EL' EACH ACC1°ENT 1000000 E.L. DISEASE - EA EMPLOY4 S 1 000 000 Ifye describe under of sSG�RIPTION of RATIONS belaw E.L. DISEASE - POLICY LIMIT I s 1000 000 Location Coverage Period: 08101/2019 0&Dt/2020 Clients 1515 TX DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES JACORO 101, Addki" Remuks Schaduls, may be aesched I roan spa IS requlnld) Coverage Is provided for Alt. Emp: MWM Design Group, Inc. ody those co-erndbyees 305 E Hundand Dr #200 ol, bul not subcontractors Austin, TX 78752 to: CERTIFICATE HOLDER CANCELLATION City of Round Rock SHOULD ANY OF THE ABOVE DESCIUSED POLICIES BE CANCELLED BEFORE 212 Commerce Bhrd THE EXPIRATION DATE THEREOF, XOTICE WILL BE DELIVERED IN Round Rock, TX 78684 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORGS:DREPRESENTATIVE�� IEI4aaa.7ni4 Ar'`non r`nDCnDATInu An A -6t. r .,..,,.,.1 City of Round Rock ROUN0ROCK ExA� Agenda Item Summary Agenda Number: Title: Consider executing a Professional Consulting Services Agreement with MWM Design Group, Inc. for design services related to the Interior Renovations Project at Clay Madsen Recreation Center. Type: City Manager Item Governing Body: City Manager Approval Agenda Date: 121612019 Dept Director: Chad McDowell, General Services Director Cost: $12,354.89 Indexes: General Self -Financed Construction Attachments: Agreement Department: General Services Department Text of Legislative File CM -2019-0374 With this agreement MWM shall complete Preliminary Design documents outlining proposed approaches, and project construction costs. Cost: $12,354.89 Source of Funds: General Self -Financed Construction Crty of Round Rock page 1 Printed on 11/5/2019