Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Contract - Freese & Nichols Inc. - 10/27/2022
ROUND ROCK TEXAS CITY OF ROUND ROCK CONTRACT FOR ENGINEERING SERVICES FIRM: FREESE AND NICHOLS, INC. ("Engineer") ADDRESS: 10431 Morado Circle, Suite 300, Austin, TX 78759 PROJECT: Chisholm Trail South —Waterline Replacement THE STATE OF TEXAS § COUNTY OF WILLIAMSON § THIS CONTRACT FOR ENGINEERING SERVICES ("Contract') is made and entered into on this the 1:tay of OG R 2022 by and between the CITY OF ROUND ROCK, a Texas home- rule municipal corporation, whose offices are located at 221 East Main Street, Round Rock, Texas 78664-5299, (hereinafter referred to as "City"), and Engineer, and such Contract is for the purpose of contracting for professional engineering services. RECITALS: WHEREAS, V.T.C.A., Government Code §2254.002(2)(A)(vii) under Subchapter A entitled "Professional Services Procurement Act" provides for the procurement by municipalities of services of professional engineers; and WHEREAS, City and Engineer desire to contract for such professional engineering services; and WHEREAS, City and Engineer wish to document their agreement concerning the requirements and respective obligations of the parties; NOW, THEREFORE, WITNESSETH: That for and in consideration of the mutual promises contained herein and other good and valuable considerations, and the covenants and agreements hereinafter contained to be kept and performed by the respective parties hereto, it is agreed as follows: R-SC-12- 353 Time and Materials Engineering Services Contract Rev.02/22 0199.202241;4882-4542-7253 00296523 l CONTRACT DOCUMENTS The Contract Documents consist of this Contract and any exhibits attached hereto (which exhibits are hereby incorporated into and made a part of this Contract) and all Supplemental Contracts (as defined herein in Article 13) which are subsequently issued. These form the entire contract, and all are as fully a part of this Contract as if attached to this Contract or repeated herein. ARTICLE 1 CITY SERVICES City shall perform or provide services as identified in Exhibit A entitled"City Services." ARTICLE 2 ENGINEERING SERVICES Engineer shall perform Engineering Services as identified in Exhibit B entitled "Engineering Services." Engineer shall perform the Engineering Services in accordance with the Work Schedule as identified in Exhibit C entitled "Work Schedule." Such Work Schedule shall contain a complete schedule so that the Engineering Services under this Contract may be accomplished within the specified time and at the specified cost. The Work Schedule shall provide specific work sequences and definite review times by City and Engineer of all Engineering Services. Should the review times or Engineering Services take longer than shown on the Work Schedule, through no fault of Engineer, Engineer may submit a timely written request for additional time, which shall be subject to the approval of the City Manager. ARTICLE 3 CONTRACT TERM (1) Term. The Engineer is expected to complete the Engineering Services described herein in accordance with the above described Work Schedule. If Engineer does not perform the Engineering Services in accordance with the Work Schedule, then City shall have the right to terminate this Contract as set forth below in Article 20. So long as the City elects not to terminate this Contract, it shall continue from day to day until such time as the Engineering Services are completed. Any Engineering Services performed or costs incurred after the date of termination shall not be eligible for reimbursement. Engineer shall notify City in writing as soon as possible if he/she/it determines, or reasonably anticipates, that the Engineering Services will not be completed in accordance with the Work Schedule. (2) Work Schedule. Engineer acknowledges that the Work Schedule is of critical importance, and agrees to undertake all necessary efforts to expedite the performance of Engineering Services required herein so that construction of the project will be commenced and completed as scheduled. In this regard, and subject to adjustments in the Work Schedule as provided in Article 2 herein, Engineer shall proceed with sufficient qualified personnel and consultants necessary to fully and timely accomplish all Engineering Services required under this Contract in a professional manner. 2 (3) Notice to Proceed. After execution of this Contract, Engineer shall not proceed with Engineering Services until authorized in writing by City to proceed as provided in Article 7. ARTICLE 4 COMPENSATION City shall pay and Engineer agrees to accept the amount shown below as full compensation for all engineering services performed and to be performed under this Contract. Engineer shall be paid on the basis of actual hours worked by employees performing work associated with this Contract, in accordance with the Fee Schedule attached hereto as Exhibit D. Payment of monies due for the Engineer's subconsultant's services shall be based on the actual amount billed to the Engineer by the subconsultant. Payment of monies due for direct cost expenses shall be based on the actual costs. The maximum amount payable under this Contract, without modification of this Contract as provided herein, is the sum of One Hundred Fifty-Five Thousand Three Hundred Seventy-Eight No/100 Dollars, ($155,378.00). Engineer shall prepare and submit to City monthly progress reports in sufficient detail to support the progress of the work and to support invoices requesting monthly payment. Any preferred format of City for such monthly progress reports shall be identified in Exhibit B entitled "Engineering Services". Satisfactory progress of work shall be an absolute condition of payment. The maximum amount payable herein may be adjusted for additional work requested and performed only if approved by written Supplemental Agreement. ARTICLE 5 METHOD OF PAYMENT Payments to Engineer shall be made while Engineering Services are in progress. Engineer shall prepare and submit to City, not more frequently than once per month, a progress report as referenced in Article 4 above. Such progress report shall state the percentage of completion of Engineering Services accomplished during that billing period and to date. Simultaneous with submission of such progress report, Engineer shall prepare and submit one (1) original and one (1) copy of a certified invoice in a form acceptable to City. This submittal shall also include a progress assessment report in a form acceptable to City. Progress payments shall be made in proportion to the percentage of completion of Engineering Services identified in Exhibit D. Progress payments shall be made by City based upon Engineering Services actually provided and performed. Upon timely receipt and approval of each statement, City shall make a good faith effort to pay the amount which is due and payable within thirty (30) days. City reserves the right to withhold payment pending verification of satisfactory Engineering Services performed. Engineer has the responsibility to submit proof to City, adequate and sufficient in its determination,that tasks were completed. The certified statements shall show the total amount earned to the date of submission and shall show the amount due and payable as of the date of the current statement. Final payment does not relieve 3 Engineer of the responsibility of correcting any errors and/or omissions resulting from his/her/its negligence. ARTICLE 6 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Engineer will be made within thirty (30) days of the day on which the performance of services was complete, or within thirty (30) days of the day on which City receives a correct invoice for services, whichever is later. Engineer may charge a late fee (fee shall not be greater than that which is permitted by Texas law) for payments not made in accordance with this prompt payment policy; however, this policy does not apply in the event: A. There is a bona fide dispute between City and Engineer concerning the supplies, materials, or equipment delivered or the services performed that causes the payment to be late; or B. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or C. There is a bona fide dispute between Engineer and a subcontractor or between a subcontractor and its supplier concerning supplies, materials, or equipment delivered or the Engineering Services performed which causes the payment to be late; or D. The invoice is not mailed to City in strict accordance with instructions, if any, on the purchase order, or this Contract or other such contractual agreement. City shall document to Engineer the issues related to disputed invoices within ten (10) calendar days of receipt of such invoice. Any non-disputed invoices shall be considered correct and payable per the terms of Chapter 2251, V.T.C.A., Texas Government Code. ARTICLE 7 NOTICE TO PROCEED The Engineer shall not proceed with any task listed on Exhibit B until the City has issued a written Notice to Proceed regarding such task. The City shall not be responsible for work performed or costs incurred by Engineer related to any task for which a Notice to Proceed has not been issued. ARTICLE 8 PROJECT TEAM City's Designated Representative for purposes of this Contract is as follows: Christopher Perkins,P.E. Project Manager 3400 Sunrise Road Round Rock, TX 78665 Telephone Number(512) 341-3145 4 Fax Number N/A Email Address coerkins[uroundrocktexas.gov City's Designated Representative shall be authorized to act on City's behalf with respect to this Contract. City or City's Designated Representative shall render decisions in a timely manner pertaining to documents submitted by Engineer in order to avoid unreasonable delay in the orderly and sequential progress of Engineering Services. Engineer's Designated Representative for purposes of this Contract is as follows: Anne Hoskins Principal 10431 Morado Circle, Suite 300 Austin, TX 78759 Telephone Number(512) 617-3125 Fax Number(512) 617-3101 Email Address Anne.Hoskins(iUreese.com ARTICLE 9 PROGRESS EVALUATION Engineer shall, from time to time during the progress of the Engineering Services, confer with City at City's election. Engineer shall prepare and present such information as may be pertinent and necessary, or as may be requested by City, in order for City to evaluate features of the Engineering Services. At the request of City or Engineer, conferences shall be provided at Engineer's office, the offices of City, or at other locations designated by City. When requested by City, such conferences shall also include evaluation of the Engineering Services. Should City determine that the progress in Engineering Services does not satisfy the Work Schedule, then City shall review the Work Schedule with Engineer to determine corrective action required. Engineer shall promptly advise City in writing of events which have or may have a significant impact upon the progress of the Engineering Services, including but not limited to the following: (1) Problems, delays, adverse conditions which may materially affect the ability to meet the objectives of the Work Schedule, or preclude the attainment of project Engineering Services units by established time periods; and such disclosure shall be accompanied by statement of actions taken or contemplated, and City assistance needed to resolve the situation, if any; and (2) Favorable developments or events which enable meeting the Work Schedule goals sooner than anticipated. 5 ARTICLE 10 SUSPENSION Should City desire to suspend the Engineering Services, but not to terminate this Contract, then such suspension may be effected by City giving Engineer thirty (30) calendar days' verbal notification followed by written confirmation to that effect. Such thirty-day notice may be waived in writing by agreement and signature of both parties. The Engineering Services may be reinstated and resumed in full force and effect within sixty (60) days of receipt of written notice from City to resume the Engineering Services. Such sixty-day notice may be waived in writing by agreement and signature of both parties. If this Contract is suspended for more than thirty (30) days, Engineer shall have the option of terminating this Contract. If City suspends the Engineering Services, the contract period as determined in Article 3, and the Work Schedule, shall be extended for a time period equal to the suspension period. City assumes no liability for Engineering Services performed or costs incurred prior to the date authorized by City for Engineer to begin Engineering Services, and/or during periods when Engineering Services is suspended, and/or subsequent to the contract completion date. ARTICLE 11 ADDITIONAL ENGINEERING SERVICES If Engineer forms a reasonable opinion that any work he/she/it has been directed to perform is beyond the scope of this Contract and as such constitutes extra work, he/she/it shall promptly notify City in writing. In the event City finds that such work does constitute extra work and exceeds the maximum amount payable, City shall so advise Engineer and a written Supplemental Contract will be executed between the parties as provided in Article 13. Engineer shall not perform any proposed additional work nor incur any additional costs prior to the execution, by both parties, of a written Supplemental Contract. City shall not be responsible for actions by Engineer nor for any costs incurred by Engineer relating to additional work not directly associated with the performance of the Engineering Services authorized in this Contract or any amendments thereto. ARTICLE 12 CHANGES IN ENGINEERING SERVICES If City deems it necessary to request changes to previously satisfactorily completed Engineering Services or parts thereof which involve changes to the original Engineering Services or character of Engineering Services under this Contract, then Engineer shall make such revisions as requested and as directed by City. Such revisions shall be considered as additional Engineering Services and paid for as specified under Article 11. Engineer shall make revisions to Engineering Services authorized hereunder as are necessary to correct errors appearing therein, when required to do so by City. No additional compensation shall be due for such Engineering Services. 6 ARTICLE 13 SUPPLEMENTAL CONTRACTS The terms of this Contract may be modified by written Supplemental Contract if City determines that there has been a significant change in (1) the scope, complexity or character of the Engineering Services, or (2) the duration of the Engineering Services. Any such Supplemental Contract must be duly authorized by the City. Engineer shall not proceed until the Supplemental Contract has been executed. Additional compensation, if appropriate, shall be identified as provided in Article 4. It is understood and agreed by and between both parties that Engineer shall make no claim for extra work done or materials furnished until the City authorizes full execution of the written Supplemental Contract and authorization to proceed. City reserves the right to withhold payment pending verification of satisfactory Engineering Services performed. ARTICLE 14 USE OF DOCUMENTS All documents, including but not limited to drawings, specifications and data or programs stored electronically, (hereinafter referred to as "Instruments of Service") prepared by Engineer and its subcontractors are related exclusively to the services described in this Contract and are intended to be used with respect to this Project. However, it is expressly understood and agreed by and between the parties hereto that all of Engineer's designs under this Contract (including but not limited to tracings, drawings, estimates, specifications, investigations, studies and other documents, completed or partially completed), shall be the property of City to be thereafter used in any lawful manner as City elects. Any such subsequent use made of documents by City shall be at City's sole risk and without liability to Engineer, and, to the extent permitted by law, City shall hold harmless Engineer from all claims, damages, losses and expenses, resulting therefrom. Any modification of the plans will be evidenced on the plans and be signed and sealed by a licensed professional prior to re-use of modified plans. By execution of this Contract and in confirmation of the fee for services to be paid under this Contract, Engineer hereby conveys, transfers and assigns to City all rights under the Federal Copyright Act of 1976 (or any successor copyright statute), as amended, all common law copyrights and all other intellectual property rights acknowledged by law in the Project designs and work product developed under this Contract. Copies may be retained by Engineer. Engineer shall be liable to City for any loss or damage to any such documents while they are in the possession of or while being worked upon by Engineer or anyone connected with Engineer, including agents, employees, Engineers or subcontractors. All documents so lost or damaged shall be replaced or restored by Engineer without cost to City. Upon execution of this Contract, Engineer grants to City permission to reproduce Engineer's work and documents for purposes of constructing, using and maintaining the Project, provided that City shall comply with its obligations, including prompt payment of all sums when due, under this Contract. Engineer shall obtain similar permission from Engineer's subcontractors consistent with this Contract. If and upon the date Engineer is adjudged in default of this Contract, City is permitted to authorize other similarly credentialed design professionals to reproduce and, where permitted by law, to make changes, corrections or additions to the work and documents for the purposes of completing, using and maintaining the Project. 7 City shall not assign, delegate, sublicense, pledge or otherwise transfer any permission granted herein to another party without the prior written contract of Engineer. However, City shall be permitted to authorize the contractor, subcontractors and material or equipment suppliers to reproduce applicable portions of the Instruments of Service appropriate to and for use in their execution of the Work. Submission or distribution of Instruments of Service to meet official regulatory requirements or for similar purposes in connection with the Project is permitted. Any unauthorized use of the Instruments of Service shall be at City's sole risk and without liability to Engineer and its Engineers. Prior to Engineer providing to City any Instruments of Service in electronic form or City providing to Engineer any electronic data for incorporation into the Instruments of Service, City and Engineer shall by separate written contract set forth the specific conditions governing the format of such Instruments of Service or electronic data, including any special limitations not otherwise provided in this Contract. Any electronic files are provided by Engineer for the convenience of City, and use of them is at City's sole risk. In the case of any defects in electronic files or any discrepancies between them and any hardcopy of the same documents prepared by Engineer, the hardcopy shall prevail. Only printed copies of documents conveyed by Engineer shall be relied upon. Engineer shall have no liability for changes made to the drawings by other engineers subsequent to the completion of the Project. Any such change shall be sealed by the engineer making that change and shall be appropriately marked to reflect what was changed or modified. ARTICLE 15 PERSONNEL, EQUIPMENT AND MATERIAL Engineer shall furnish and maintain, at its own expense, quarters for the performance of all Engineering Services, and adequate and sufficient personnel and equipment to perform the Engineering Services as required. All employees of Engineer shall have such knowledge and experience as will enable them to perform the duties assigned to them. Any employee of Engineer who, in the opinion of City, is incompetent or whose conduct becomes detrimental to the Engineering Services shall immediately be removed from association with the project when so instructed by City. Engineer certifies that it presently has adequate qualified personnel in its employment for performance of the Engineering Services required under this Contract, or will obtain such personnel from sources other than City. Engineer may not change the Project Manager without prior written consent of City. ARTICLE 16 SUBCONTRACTING Engineer shall not assign, subcontract or transfer any portion of the Engineering Services under this Contract without prior written approval from City. All subcontracts shall include the provisions required in this Contract and shall be approved as to form, in writing, by City prior to Engineering Services being performed under the subcontract. No subcontract shall relieve Engineer of any responsibilities under this Contract. 8 ARTICLE 17 EVALUATION OF ENGINEERING SERVICES City, or any authorized representatives of it, shall have the right at all reasonable times to review or otherwise evaluate the Engineering Services performed or being performed hereunder and the premises on which it is being performed. If any review or evaluation is made on the premises of Engineer or a subcontractor, then Engineer shall provide and require its subcontractors to provide all reasonable facilities and assistance for the safety and convenience of City or other representatives in the performance of their duties. ARTICLE 18 SUBMISSION OF REPORTS All applicable study reports shall be submitted in preliminary form for approval by City before any final report is issued. City's comments on Engineer's preliminary reports shall be addressed in any final report. ARTICLE 19 VIOLATION OF CONTRACT TERMS/BREACH OF CONTRACT Violation of contract terms or breach of contract by Engineer shall be grounds for termination of this Contract, and any increased costs arising from Engineer's default, breach of contract, or violation of contract terms shall be paid by Engineer. ARTICLE 20 TERMINATION This Contract may be terminated as set forth below. (1) By mutual agreement and consent, in writing, of both parties. (2) By City, by notice in writing to Engineer, as a consequence of failure by Engineer to perform the Engineering Services set forth herein in a satisfactory manner. (3) By either party, upon the failure of the other party to fulfill its obligations as set forth herein. (4) By City, for reasons of its own and not subject to the mutual consent of Engineer, upon not less than thirty (30) days' written notice to Engineer. (5) By satisfactory completion of all Engineering Services and obligations described herein. Should City terminate this Contract as herein provided, no fees other than fees due and payable at the time of termination shall thereafter be paid to Engineer. In determining the value of the Engineering Services performed by Engineer prior to termination, City shall be the sole judge. Compensation for Engineering Services at termination will be based on a percentage of the Engineering 9 Services completed at that time. Should City terminate this Contract under Subsection (4) immediately above, then the amount charged during the thirty-day notice period shall not exceed the amount charged during the preceding thirty(30) days. If Engineer defaults in the performance of this Contract or if City terminates this Contract for fault on the part of Engineer, then City shall give consideration to the actual costs incurred by Engineer in performing the Engineering Services to the date of default, the amount of Engineering Services required which was satisfactorily completed to date of default, the value of the Engineering Services which are usable to City, the reasonable and necessary cost to City of employing another firm to complete the Engineering Services required and the time required to do so, and other factors which affect the value to City of the Engineering Services performed at the time of default. The termination of this Contract and payment of an amount in settlement as prescribed above shall extinguish all rights, duties, and obligations of City and Engineer under this Contract, except the obligations set forth herein in Article 21 entitled "Compliance with Laws." If the termination of this Contract is due to the failure of Engineer to fulfill his/her/its contractual obligations, then City may take over the project and prosecute the Engineering Services to completion. In such case, Engineer shall be liable to City for any additional and reasonable costs incurred by City. Engineer shall be responsible for the settlement of all contractual and administrative issues arising out of any procurements made by Engineer in support of the Engineering Services under this Contract. ARTICLE 21 COMPLIANCE WITH LAWS (1) Compliance. Engineer shall comply with all applicable state, federal and local laws, statutes, codes, ordinances, rules and regulations, and the orders and decrees of any court, or administrative bodies or tribunals in any manner affecting the perfonnance of this Contract, including without limitation, minimum/maximum salary and wage statutes and regulations, and licensing laws and regulations. Engineer shall furnish City with satisfactory proof of his/her/its compliance. Engineer shall further obtain all permits and licenses required in the performance of the Engineering Services contracted for herein. (2) As required by Chapter 2271, Government Code, Engineer hereby verifies that it does not boycott Israel and will not boycott Israel through the term of this Agreement. For purposes of this verification, "boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harni on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli- controlled territory,but does not include an action made for ordinary business purposes, (3) In accordance with 2274, Texas Government Code, a governmental entity may not enter into a contract with a company with at least ten (10) full-time employees for value of at least One Hundred Thousand and No/100 Dollars ($100,000.00) unless the contract has a provision in the contract verifying that it: (1) does not have a practice, policy, guidance, or directive that discriminates 10 against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The signatory executing this Contract on behalf of the Engineer verifies Engineer does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association, and it will not discriminate during the term of this Contract against any firearm entity or firearm trade association. (4) In accordance with 2274, Texas Government Code, a governmental entity may not enter into a contract with a company with at least ten (10) full-time employees for a value of at least One Hundred Thousand and No/100 Dollars ($100,000.00) unless the contract has a provision in the contract verifying that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Contract. The signatory executing this Contract on behalf of Engineer verifies Engineer does not boycott energy companies, and it will not boycott energy companies during the term of this Contract. (5) Taxes. Engineer will pay all taxes, if any, required by law arising by virtue of the Engineering Services performed hereunder. City is qualified for exemption pursuant to the provisions of Section 151.309 of the Texas Limited Sales, Excise, and Use Tax Act. ARTICLE 22 INDEMNIFICATION Engineer shall save and hold City harmless from all liability for damage to the extent that the damage is caused by or results from an act of negligence, intentional tort, intellectual property infringement, or failure to pay a subcontractor or supplier committed by Engineer, Engineer's agent, or another entity over which Engineer exercises control. Engineer shall also save and hold City hannless from any and all expenses, including but not limited to reasonable attorneys' fees which may be incurred by City in litigation or otherwise defending claims or liabilities which may be unposed on City to the extent resulting from such negligent activities by Engineer, its agents, or employees. ARTICLE 23 ENGINEER'S RESPONSIBILITIES Engineer shall be responsible for the accuracy of his/her/its Engineering Services and shall promptly make necessary revisions or corrections to its work product resulting from errors, omissions, or negligent acts, and same shall be done without compensation. City shall determine Engineer's responsibilities for all questions arising from design errors and/or omissions. Engineer shall not be relieved of responsibility for subsequent correction of any such errors or omissions in its work product, or for clarification of any ambiguities until after the construction phase of the project has been completed. 11 ARTICLE 24 ENGINEER'S SEAL The responsible engineer shall sign, seal and date all appropriate engineering submissions to City in accordance with the Texas Engineering Practice Act and the rules of the State Board of Registration for Professional Engineers. ARTICLE 25 NON-COLLUSION, FINANCIAL INTEREST PROHIBITED (1) Non-collusion. Engineer warrants that he/she/it has not employed or retained any company or persons, other than a bona fide employee working solely for Engineer, to solicit or secure this Contract, and that he/she/it has not paid or agreed to pay any company or engineer any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this Contract. For breach or violation of this warranty, City reserves and shall have the right to annul this Contract without liability or, in its discretion and at its sole election, to deduct from the contract price or compensation, or to otherwise recover, the full amount of such fee, commission,percentage, brokerage fee,gift or contingent fee. (2) Financial Interest Prohibited. Engineer covenants and represents that Engineer, his/her/its officers, employees, agents, consultants and subcontractors will have no financial interest, direct or indirect, in the purchase or sale of any product, materials or equipment that will be recommended or required for the construction of the project. ARTICLE 26 INSURANCE (1) Insurance. Engineer, at Engineer's sole cost, shall purchase and maintain during the entire term while this Contract is in effect professional liability insurance coverage in the minimum amount of One Million Dollars per claim from a company authorized to do insurance business in Texas and otherwise acceptable to City. Engineer shall also notify City, within twenty-four(24) hours of receipt, of any notices of expiration, cancellation, non-renewal, or material change in coverage it receives from its insurer. (2) Subconsultant Insurance. Without limiting any of the other obligations or liabilities of Engineer, Engineer shall require each subconsultant performing work under this Contract to maintain during the term of this Contract, at the subconsultant's own expense, the same stipulated minimum insurance required in Article 26, Section (1) above, including the required provisions and additional policy conditions as shown below in Article 26, Section (3). Engineer shall obtain and monitor the certificates of insurance from each subconsultant in order to assure compliance with the insurance requirements. Engineer must retain the certificates of insurance for the duration of this Contract, and shall have the responsibility of enforcing these insurance requirements among its subconsultants. City shall be entitled, upon request and without expense, to receive copies of these certificates of insurance. 12 (3) Insurance Policy Endorsements. Each insurance policy shall include the following conditions by endorsement to the policy: (a) Engineer shall notify City thirty (30) days prior to the expiration, cancellation, non- renewal in coverage, and such notice thereof shall be given to City by certified mail to: City Manager, City of Round Rock 221 East Main Street Round Rock,Texas 78664 (b) The policy clause "Other Insurance" shall not apply to any insurance coverage currently held by City, to any such future coverage, or to City's Self-Insured Retentions of whatever nature. (4) Cost of Insurance. The cost of all insurance required herein to be secured and maintained by Engineer shall be borne solely by Engineer, with certificates of insurance evidencing such minimum coverage in force to be filed with City. Such Certificates of Insurance are evidenced as Exhibit E herein entitled"Certificates of Insurance." ARTICLE 27 COPYRIGHTS City shall have the royalty-free, nonexclusive and irrevocable right to reproduce, publish or otherwise use, and to authorize others to use, any reports developed by Engineer for governmental purposes. ARTICLE 28 SUCCESSORS AND ASSIGNS This Contract shall be binding upon and inure to the benefit of the parties hereto, their successors, lawful assigns, and legal representatives. Engineer may not assign, sublet or transfer any interest in this Contract, in whole or in part, by operation of law or otherwise, without obtaining the prior written consent of City. ARTICLE 29 SEVERABILITY In the event any one or more of the provisions contained in this Contract shall for any reason be held to be invalid, illegal or unenforceable in any respect, then such invalidity, illegality or unenforceability shall not affect any other provision thereof and this Contract shall be construed as if such invalid, illegal or unenforceable provision had never been contained herein. 13 ARTICLE 30 PRIOR AGREEMENTS SUPERSEDED This Contract constitutes the sole agreement of the parties hereto, and supersedes any prior understandings or written or oral contracts between the parties respecting the subject matter defined herein. This Contract may only be amended or supplemented by mutual agreement of the parties hereto in writing. ARTICLE 31 ENGINEER'S ACCOUNTING RECORDS Records pertaining to the project, and records of accounts between City and Engineer, shall be kept on a generally recognized accounting basis and shall be available to City or its authorized representatives at mutually convenient times. The City reserves the right to review all records it deems relevant which are related to this Contract. ARTICLE 32 NOTICES All notices to either party by the other required under this Contract shall be personally delivered or mailed to such party at the following respective addresses: City: City of Round Rock Attention: City Manager 221 East Main Street Round Rock, TX 78664 and to: Stephanie L. Sandre City Attorney 309 East Main Street Round Rock, TX 78664 Engineer: Anne Hoskins Principal 10431 Morado Circle, Suite 300 Austin, TX 78759 14 ARTICLE 33 GENERAL PROVISIONS (1) Time is of the Essence. The Services shall be performed expeditiously as is prudent considering the ordinary professional skill and care of a competent engineer. Engineer understands and agrees that time is of the essence and that any failure of Engineer to complete the Engineering Services for each phase of this Contract within the agreed Work Schedule may constitute a material breach of this Contract. Engineer shall be fully responsible for his/her/its delays or for failures to use his/her/its reasonable efforts in accordance with the terms of this Contract and the Engineer's standard of performance as defined herein. Where damage is caused to City due to Engineer's negligent failure to perform City may accordingly withhold, to the extent of such damage, Engineer's payments hereunder without waiver of any of City's additional legal rights or remedies. Any determination to withhold or set off shall be made in good faith and with written notice to Engineer provided, however, Engineer shall have fourteen (14) calendar days from receipt of the notice to submit a plan for cure reasonably acceptable to City. (2) Force Majeure. Neither City nor Engineer shall be deemed in violation of this Contract if prevented from performing any of their obligations hereunder by reasons for which they are not responsible or circumstances beyond their control. However, notice of such impediment or delay in performance must be timely given, and all reasonable efforts undertaken to mitigate its effects. (3) Enforcement and Venue. This Contract shall be enforceable in Round Rock, Williamson County, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terns or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Contract shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. (4) Standard of Performance. The standard of care for all professional engineering, consulting and related services performed or furnished by Engineer and its employees under this Contract will be the care and skill ordinarily used by members of Engineer's profession practicing under the same or similar circumstances at the same time and in the same locality. Excepting Articles 25 and 34 herein, Engineer makes no warranties, express or implied, under this Contract or otherwise, in connection with the Engineering Services. (5) Opinion of Probable Cost. Any opinions of probable project cost or probable construction cost provided by Engineer are made on the basis of information available to Engineer and on the basis of Engineer's experience and qualifications and represents its judgment as an experienced and qualified professional engineer. However, since Engineer has no control over the cost of labor, materials, equipment or services furnished by others, or over the contractor(s') methods of determining prices, or over competitive bidding or market conditions, Engineer does not guarantee that proposals, bids or actual project or construction cost will not vary from opinions of probable cost Engineer prepares. (6) Opinions and Determinations. Where the terms of this Contract provide for action to be based upon opinion,judgment, approval, review, or detennination of either party hereto, such terms are not intended to be and shall never be construed as pennitting such opinion,judgment, approval, review, or determination to be arbitrary, capricious, or unreasonable. 15 ARTICLE 34 SIGNATORY WARRANTY The undersigned signatory for Engineer hereby represents and warrants that the signatory is an officer of the organization for which he/she has executed this Contract and that he/she has full and complete authority to enter into this Contract on behalf of the firm. The above-stated representations and warranties are made for the purpose of inducing City to enter into this Contract. IN WITNESS WHEREOF, the City of Round Rock has caused this Contract to be signed in its corporate name by its duly authorized City Manager or Mayor, as has Engineer, signing by and through its duly authorized representative(s), thereby binding the parties hereto, their successors, assigns and representatives for the faithful and full performance of the terms and provisions hereof. [signature page follows] 16 FREESE AND NICHOILS', IN_C. By: I�(�✓n"M` V vim' Signature of Princip l II II Printed Name: �NVI k us l -k%A 51 -k%A 5 17 CITY OF 7UND ROCK, TEXAS APPROVED AS TO FORM: By: yx �F Craig Mo an, a or to azne L. Sandre, City Attorney ATTEST: By: Meagan Spink City Clerk 18 LIST OF EXHIBITS ATTACHED (1)Exhibit A City Services (2)Exhibit B Engineering Services (3)Exhibit C Work Schedule (4)Exhibit D Fee Schedule (5)Exhibit E Certificates of Insurance 19 Chisholm Trail Waterline Replacement FREESE NMI ONICHOLS 10431 Morado Circle,Suite 300 Austin,Texas 78759 - 512-617-3100 - fax 512-617-3101 EXHIBIT A City Services The City of Round Rock will furnish to the Engineer the following items/information as well as services: 1. Record drawings and documents pertaining to projects in the area, including easement documents, construction plans for tie-in,test records,aerial photography,topography,system maps, etc. 2. Hydraulic design and capacity for proposed pipeline. 3. Meet with FNI for 30%, 60%, and 90% Review Meetings. 4. City of Round Rock Standard Design Details and Specifications. 5. City of Round Rock Standard Bid and Contract Documents. 6. Advertise and distribute Bid Documents. Chisholm Trail Waterline Replacement FREESE 910 OWN I C H i 10431 Morado Circle,Suite 300 Austin,Texas 78759 512-617-3100 - fax 512-617-3101 wNrw If L n EXHIBIT B Engineering Services This contract consists of providing design, bid and construction phase services for replacement of the existing waterline on Chisholm Trail Road between Sam Bass Road and Ranch Road 620. The existing waterline will be replaced with approximately 2,400 linear feet of 12-inch waterline.The project will also include a waterline crossing under Brushy Creek to be installed by trenchless methods. The waterline replacement design will be included in the contract documents for the Chisholm Trail South Improvements project, currently in preliminary design with the City of Round Rock. A portion of the project (approximately 450 linear feet of waterline) will be bid separately to allow for construction in conjunction with the Heritage Trail West project. This scope of services does not include survey, geotechnical investigation, preliminary design, 60% design or 90%design services associated with the section of waterline between Sunset Dr and Brushy Creek as these services are included in a separate contract. 100% design, bid and construction phase services associated with the Heritage Trail West project are included in this scope of services. Basic Services: Proiect Management 1. Develop and implement a Quality Assurance&Quality Control Plan for the project. 2. Provide monthly progress reports and invoices to the City. 3. Manage project integration,scope,schedules,cost,quality, staff resources,subconsultants, communications, risk and procurements as necessary. 4. Coordinate design with the Chisholm Trail South design team (Freese and Nichols). 5. Attend monthly progress meetings for the project throughout design and bid phases (12 meetings) with 6 meetings being in person and 6 meetings being virtual. Preliminary Design Phase 1. Gather information on tie-in locations,existing gas lines in the area,flood plain, and other present utilities. 2. Develop a project design and construction schedule. 3. Coordinate with existing utilities for required permits. 4. Conduct up to two (2) site visits. Design Phase 1. Develop Storm Water Pollution Prevention Plan (SWPPP) for the project—waterline specific items to be included in the SWPPP for the Chisholm Trail South project.A separate SWPPP will be provided for the area of waterline in the area of the Heritage Trail West project. 2. Produce 30%schematic plan sheets showing preliminary alignment of proposed waterline. 3. Produce 30%Opinion of Probably Construction Cost(OPCC)for all waterline replacement. 4. Attend 30% review meeting with the City. 1 Chisholm Trail Waterline Replacement August 19, 2022 Page 2 of 2 5. Incorporate 30%review comments and produce 60%plan sheets showing preliminary alignment and profile of proposed waterline as well as draft detail sheets and specification list. 6. Produce 60%Opinion of Probably Construction Cost(OPCC)for all waterline replacement excluding the second of waterline included in the Heritage Trail West project. 7. Attend 60%review meeting with the City. 8. Incorporate 60%review comments and produce 90%design plans and specifications for the proposed waterline to be included in the Chisholm Trail South construction documents. 9. Produce 90%Opinion of Probable Construction Cost. 10. Attend 90%review meeting with the City. 11. 30%,60%and 90%submittals will be electronic submittals. 12. Incorporate 90%comments in specifications and plans. 13. Produce 1 electronic copy of Issued for Bid Plans and Specifications. Bid Phase Two Bid Phases(Chisholm Trail South project and Heritage Trail West project)are included in the contract. -1. Attend pre-bid conference and public bid opening. 2. Produce addenda if necessary. 3. Review bids and provide recommendation for notice of award. 4. Produce 5 sets of Conformed Plans(11"x17")and Specifications. Construction Phase Two Construction Phases(Chisholm Trail South project and Heritage Trail West project) are included in this contract. 1. Attend pre-construction meeting. 2. Review submittals associated with the project(16 submittals maximum for each project). 3. Review RFI's associated with the project(6RF1's maximum for each project). 4. Perform site visits and monthly progress meetings (4 site visits and 10 monthly progress meetings maximum for Chisholm Trail South project and 2 site visits and 6 monthly progress meetings maximum). 5. Perform substantial completion walk through. 6. Perform final completion walk through. 7. Produce an electronic copy of Record Drawings in pdf and shapefile format. 2 EXHIBIT C Work Schedule Attached Behind This Page Chisholm Trail Waterline Replacement Project ID Task Task Name Duration Start Finish Predecessors October January April July October January,April July 8 Mode 8/2110/1f12/11 2/5 4/2 5/28 7/239/1711/12 1/7 3/3 4/28.6/23 1 8 ! Notice to Proceed 0 days Mon 11/14/22 Mon 11/14/2 ♦ 11/14 2 Preliminary Design Phase 65 days Mon 11/14/22 Fri 2/10/23 3 ! Pipeline Route Determination/Site Visits 10 days Mon 11/14/22 Fri 11/25/22 1 4 Topographic Survey and Boundary Survey(Largely 10 days Mon 11/14/22 Fri 11/25/22 1 _ T provided in Chisholm Trail South project) 5 Geotechnical Investigation(Largely provided in 30 days Mon 11/14/22 Fri 11/25/22 1 �. Chisholm Trail South project) 6 Prepare 30%Design Documents 30 days Mon 11/28/22 Fri 1/6/23 3,4,5 7 Internal QC/Incorporation of QC Comments 2 wks Mon 1/9/23 Fri 1/20/23 6 8 Submit 30%to City 0 days Fri 1/20/23 Fri 1/20/23 7 ♦ 1/20 9 City Review of 30%Design 3 wks Mon 1/23/23 Fri 2/10/23 8 j 10 -M Design Phase 135 days Mon 2/13/23 Fri 8/18/23 r————1 11 Develop 60%Design Documents 40 days Mon 2/13/23 Fri 4/7/23 9 T� 12 Internal QC/Incorporation of QC Comments 2 wks Mon 4/10/23 Fri 4/21/23 11 13 Submit 60%to City 0 days Fri 4/21/23 Fri 4/21/23 12 r4/21 14 City Review of 60%Design 2 wks Mon 4/24/23 Fri 5/5/23 13 _ 15 Develop 90%Design Documents 40 days Mon 5/8/23 Fri 6/30/23 14 16 Internal QC/Incorporation of QC Comments 2 wks Mon 7/3/23 Fri 7/14/23 15 a 17 Submit 90%to City 0 days Fri 7/14/23 Fri 7/14/23 16 ', 7/14 18 City Review of 90%Design 2 wks Mon 7/17/23 Fri 7/28/23 17 T 19 Production of Issue for Bid Plans and Specifications 15 days Mon 7/31/23 Fri 8/18/23 18 ITi 20 Bid Phase 30 days Mon 8/21/23 Fri 9/29/23 19 Z 21 Contract Preparation 30 days Mon 10/2/23 Fri 11/10/23 20 !� 22 Construction 8 mons Mon 11/13/23 Fri 6/21/24 21 Task Inactive Task Start-only C Split ..................... Inactive Milestone Finish-only ] Project:Chisholm Trail Waterline Milestone ♦ Inactive Summary Deadline i Date:Sun 9/11/22 Summary 1�1 Manual Task Progress Project Summary P - Duration-only Manual Progress External Tasks Manual Summary Rollup External Milestone Manual Summary �1 Page 1 EXHIBIT D Fee Schedule Attached Behind This Page Pro.a FeeSumma Basic Services s 155,3]8 Special services I$ Total Project I$ 155,378 Labor xwscaoscarss 4..w .—noaw p..es,w,wsv e,.au.. res res —am is, ev+, uryr sou, Y aMmW� W , Task Description Total HoursTtal Lbor ¢Wap PnP eN —OVM imi— Effort Proep Marna $219 $167 $144 $161 $219 $252 $119 $187 $164 $219 $252 $165 E Davd Oualitity MAsesures aOudi ! Plan 1 1 2 It 622 ProonW puniness ad9 antlimuntrue oicm 18 months 2 36 9 47 It 8908 Project lNugmton,smpe,sOWulm,=Lquality.staff res ounces, 2 15 17 $ 3373 subconsulti nls,communications.Hak and procurements Coartlinetn deli,with Ne Chisholm Torl it.,.team 10 10 4 12 36 $ 6267 Atteral monthly progress meetings during design and bid phasas(13 1 21 24 46 5 7,906 meati.s)6 merlin a in person,and]meati a victual Preliminary Design Phase Oa n,and migur .cctn on n fifi.d ons,raising gas lime in the area.Oood 2 4 lain,and cher resent utilities 6 $ 9B8 Develop e preffact d.,n and construction schedde E Coordinate wilhev,(3 WSSms. aired iK. 2 6 0 $ 4.280 Mans.up b Wee 3)rile anal 9 9 8 26 $ 6.920 align Mans.limited tplement caW days far tsurveyferhchn Trail eli9act(BYSupplamSU surreydate fa Ne Gvdrdm Treg Swdh 1 1 2 $ 344 act BY SUBCONSULT Perform t Mople ecMieelbermic6infop tlepNl cjnuMto Be," Creek Souto supplemental geotedunical ton dente for the CNshdm 1 1 0 to g 2.168 Trust South project BY SUBCONSULT Design Phme Dei Storm Water Poilulon Prevention Plan(SWPPP) 2 12 14 $ 1.705 Produce 30%schematic plan shorts entrain,Preliminary alignment of 11 39 8 12 3 ]3 $ 13,519 proposed waladina Produce 30%Opinion of Probable Canotruclon Card(OPCC)for all 5 4 2 11 $ 2,253 waterline replacement Attend 30%review onal with Ne City 4 4 4 12 $ 2288 Incoryerele 30%review danmam and proplaoss 613%plan sheets 19 16 79 12 8 12 3 149 E 2],601 Produce 60%Opirtion of Probable Compunction Cast(OPCC) 5 3 1 9 $ 1.763 Attend W%norm must with the City, 3 3 6 is 1.033 Incorporate 60%review canments and Produce 90%design piano and specilica9aat for Chisholm Trial SaM project 10 17 40 10 10 24 3 114 $ 22.339 Incongruous 6086 or.comments and produce 90%piano arM speafiwlons to Heritage Trail Wert Project S - Moduce90%Opinion of Pmbable Canonic an Cost. 4 3 1 8 $ 1,613 Anent 90%review meeting with Ne City. 4 4 a 2 2.280 Incomorale 90%comments in specifiwloin $and plans d 4 15 0 31 S 5,711 Produce l elachonic set of Issued for Bid Plans and Specifications. 8 3 11 $ ]00 Bid Phase(2 bltl phases Anantl pre-0IJ conference and public bid opening. 10 10 E 1.995 Produce addenda if necessary. 6 12 12 30 $ 4973 Review bids and provide remmmertlalon for agree of award. 4 4 a $ 1.3T/ produce 5 sets of Confametl Plain(11'a1T)and spedOcalafe. 2 6 a 16 IS 2.627 Construction Prior(2 con ghupion phases) $ Anand pre consimc0on..U,(2) 6 6 $ 1.16] Review RFPs assatlatetl with the project(6 RFPs masiman far each 10 18 4 32 $ 5.552 Proledl Perform site visits and monWy progress mmlhgs(4 Ate wsih aIM 10 monthly progress meetings mmimtan for Clasholm Trail South projed 55 and 2 site oslls an!6 muni progress mmmga maaimum). 55 E 10.6% Perform substantial completion walk through. 4 d 8 S 1,3" Perform final completion walk through. 6 d 8 $ 1,3n Protluce 1 electmmc sats of Record!Drawings 1 e 11 2p $ 3.234 Total Hou o Quantity14 200 tB1 207 ]0 2a 12 6 12 90 9 9 043 Total Effort f 3.189 $ 4]p53 E 29,053 E J4,593 $ 6,093 E ],3]e E 1,d05 $ ]]e $ 2,04] E 16,221 f 2.359 E 1,d51 $ f 154,799 1 of 3 L:1LGnnCLLRY1VtWrtl Ross,Cie aKlopeor Tra l-Water Lire ReplacemeittN419-NZ!PropauAEMbF 0-Fear Spreadssan Uprated-09-19 Update .11912022 Project Fee Summa Basic Services T155.3]0 Special Services Total Project 155.370 Expenses L9 Format- Lg Format- Total Expense Task penetration Tech Charge Mlles Meals Hotel B&W(sheet) Color(sheet) Bind'Ing(each) Bond-B&W Glossylploar- Older Effort pie H.) B&W(sg.fl.) project Management $ Develop Ournityadderrance&Oualty Centers!Red 2 $ Provide morghly progressregard and m.ices 18 merges 47 $ Project iMergresonsropeschedules,costsuairy,MH resources. 11 $ subconsWtants.communications.ask and propurignights C...Impte deli n with the Chhhotm Trail deli,team 36 $ Aherne m,nlhly progress meetings drum,design and bid phases(13 measure)6 meetings in person.and]meetin s carinal 46 10B $ 63 Pelimina Design Phase $ Gather information on Bern locations,existing gas lines in the area.Hoed 6 $ - plan.antl other present anions Devalo .interest cost n and construction schedule $ Containers,with existing uuliues for pecivrecl permits. B S Conductu M three(3)site vi sits. 26 50 $ 31 Perform limited topographic end bounder,sures,far water pipeline alignment to supplement survey done for de Chisters Trail Soubt 2 E - project(BY SUBCONSULTAN Perform two gmte nical bores to Woot depth adjamud Is Brushy Cees to supplemanlal geoteauYcalihenngan.done for Me Chisholm 10 $ Trail Sound project BY SUBCONSULTAN . Design Phu. $ DeveloSturm Water Painting Prevention Plan SWPPP 14 $ Produce 30%schematic plan sheele showing prellminaryalignmentof 73 $ osedweterGne Produce W%Opinion of Prebable Constructed Cost(OPCC)foral 11 $ waledlne replacement Attend 30%review meeting with the City 12 25 $ 16 Incurious.30%revrew centuries,and produce 60%plan sheens 149 $ Produce fig%Opinion of Probable Construction Cost(OPCC) 9 $ Attend 60%review creeping wine the art, 6 25 $ 16 Incorporate 60%review examples she produce 90%design plane ane specifications for Chisholm T41 Sndh project 114 $ - Incorporae 60%edew cggmerds and produce Bill plats and specifications to Heritage Trail West Project $ Produce 90%Opinion of Probable CnnsMcllan Cent 0 $ Attend 90%review mewing wine the City. 12 25 $ 16 Incorporate 90%commerns in speafimtioee ane plains 31 $ Produce 1 electronic set of Issued far Bid%ars end Speafimsona 11 E Bid Phase(2 bid phases) $ Attend pre bid conference and public bid opering. 10 SO $ 31 Produce addenda if necessary. 30 E Review bids and provide mcom mendaren for rosea of award 0 $ Produce 5 sets of Conformed Plans(11'x1]")and Specifications. 16 E Construction Phase(2 conswctlon phases) $ Attend pteconstrudion meaning(2) 6 50 $ 31 Review RFPs associated wit the project(6 RFI's meamum for each 32 8 praised) Perform site visits and monWy prageen meegngs(4 site visits and 10 monthly progress meetings medmum for Chisham Trait Sough project 55 $50 $ 344 anal 2 site visits and 6 mopWY progress maegngs maximum). Parterre aub.Wb.l cempleson walk nereugh. 8 25 $ 16 Pentam MW completion walk trough. 8 25 $ 16 Produce 1 elecpordc sets of Record Drawings 20 $ E Teel HouelpuantBy 00.1 2 TOGI Effort S 5Ta $ $ S 5 5 $ t 510 2.f3 LACIeWOLCRWRavW Rock.Coy KhNw.n Thal-Wartt LM RephemeMW31-2022 Prop.saftEdi D-Fee Spreadsheet Updated-del 9 Updak 9/198022 project Rea Summa Basic Services 155,378 Special Services Total Project 1 155,378 Sutico0 ughemb Total Task Description Rock Geoteeh Inland Sub Name Sub Name Total Sub Total Effort Effort Proem Management $ $ Develop Quality Assurance 8 Quality Cashel Plan $ $ 422 Provide monthly progress reports andinvoices(18 months) $ $ 8.908 Project intergratem,dopeschedules,msl,quality,staff resources, subconsul ire,communications,risk and prowrem,ntc $ - $ 3,3]3 Carnahan design with Me Chisholm Toil design team $ § 6,267 Attend monthly progress meetings dung design and bid phases(13 _ meetings)6 meetings arson,and 7 meetings $ $ n ]'969 Preliminary Design Phase $ $ Gather Information on hand locations,existing gas lines in Ne area.flood $ - § 988 plai,and other present pages Develop a project design and construction schedule It $ Coordinate with existing uNiBes for required paroms. $ $ 1,288 Conduct up In three(3)site visits. $ $ 4,961 Perform limited topographic and boundary survey for water pipeline alignment to supplement survey done for Me Chisholm Toil South $ - $ 344 Project(BT SUBCONSULTANT) Perform two geotechnical bores to 60-fool depth adjacent M Brushy Creek to supplemental geotechnical investigated done for Me Chisholm $ - $ 2,166 Lail South project BY SUBCONSULTANT). Design Phase $ $ Develop Storm Water Pollution Prevented Ren SWPPP $ $ 1,785 Produce 30%schematic plan sheen showing preliminary alignment of proposed waiedine $ - $ 13,519 Produce 30%Opinion of Probable Con dm Coal(OPCC)for all $ $ 2.253 waterline re lacemem Attend 30%review meeting with the Ci $ $ 2,304 Immigrants 30%review comments and produce 60%plain sheets $ $ 27,601 Produce 60%Opinion of Probable Consbuctian Cast(OPCC) $ $ 1,763 Attend W%review meeting with Ne City. $ S 1,008 inepry0rate W%review comments and produce 90%design plass and spa&ficanv for Chisholm Trail South praised $ - $ 22,339 Incospoora 60%rariew comments and produce 90%plain and speclfcatleDs to Heritage Trial l West Project $ $ - Produre90%Opinion of Probable Construction Cost. $ $ 1.613 AMMdI 90%novel preen,with the City. E $ 2,304 Ineepwmle 90%comments in specifications and plans $ $ 5,711 Produce 1 electronic set of Issued for Bid Plans and Specifsanns. $ $ 1.700 Bid Phase(2 bid phases) E E Attend pre-bid cpdormane and public bid opening. E $ 1,976 Produce addenda if necessary. E $ 4,973 Review bids and provide recommendation for notice of award $ $ 1,377 Produce 5 sets of Conformed Plans(1 INIT)and Specifications. E S 2,627 Construction Phase(2 construction phases) E $ Attend pre<meterann meeUn9(2) $ E 1,198 Review RFPs associated with the pmjoed IS RFPs maximum for each E - 8 5,552 progress) Perform site visits and monthly progress meetings(4 site visits and!10 monthly progress meetings maximum for Chisholm Trail Sought project g - $ 11,000 and 2 site visite and 6 monthly progress meetings maximum). Perform substantial completion walk through. 8 $ 1,393 Perform final completion walk through. $ $ 1.393 Produce 1 electronic sale of Recent Drawings $ $ 3,234 8 $ To[al Hour sl OVaony $ 5 $ 5 Total EttoM1 § § $ E $ § 166,379 3 of 3 L\ClenflOLCRW\RwM Rad,City ol\Chs6olm Trial-Water Lone ReI'llarc rreggs-19-20]2 propasaAEMmiI0-Fee Spreadsheet Updated-0919 Uptake 901902022 EXHIBIT E Certificates of Insurance Attached Behind This Page FREEAND-02 KSUTTON A�OR� CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYY) 10/21/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(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(s). PRODUCER CONTACT Ames$Gough PHONE FAX 8300 Greensboro Drive WC,No,Ext):(703)827-2277 A/C,No:(703)827-2279 Suite 980 EAD-MAIL ,admin@amesgough.com McLean,VA 22102 INSURERS AFFORDING COVERAGE NAIC# INSURER A:Hartford Underwriters Insurance Company A+ 30104 INSURED INSURER B:Hartford Casualty Insurance Company A+ XV 29424 Freese and Nichols,Inc. INSURER C:Hartford Accident and Indemnity Company A+ XV 22357 801 Cherry Street,Suite 2800 INSURER D:Continental Casualty Company CNA A XV 20443 Fort Worth,TX 76102 INSURER E 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 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. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS A X COMMERCIAL GENERAL LIABILITY 1,000,000 EACH OCCURRENCE CLAIMS-MADE [X OCCUR 42UUNOLS238 10/23/2022 10123/2023 DAMAGE TO RENTED 1,000,000 PREMISES(Ea occurrence) $ MED EXP(Anv one arson 10'000 PERSONAL&ADV INJURY 1'000'000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE 29000'000 POLICY❑X PEC aX LOC PRODUCTS-COMP/OP AGG 2'000'000 OTHER: B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 (Ea accident) $ X ANY AUTO 42UENOL5558 10/23/2022 10/23/2023 BODILY INJURY Perperson) OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY Per accident AUTOS ONLY AUTO ONL� Per aCdde DAMAGE B X UMBRELLA LIAR X OCCUR EACH OCCURRENCE 10'000,000 EXCESS LIAB CLAIMS-MADE 42 XHU OL 5747 1012312022 10123/2023 AGGREGATE 1'000,000 DED X RETENTION$ 10,000 C WORKERS COMPENSATION X PER OTH- AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECU I IVE Y/N 42WBOL6H3F 10123/2022 10/2312023 1,000,000 OFFICERIMEMBER EXCLUDED? aN NIA E.L.EACH ACCIDENT (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1'000'000 If es,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT D Professional Liab. AEH008214422 10/2312022 10/23/2023 Per Claim 5,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space Is required) PROFESSIONAL LIABILITY AGGREGATE LIMIT:$10,000,000 RE:Chisholm Trail South—Waterline Replacement CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Ci of Round Rock THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 221 East Main Street Round Rock,TX 78664 AUTHORIZED REPRESENTATIVE ACORD 25(2016103) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD