Loading...
Contract - CDM Smith, Inc. - 12/5/2024 AGREEMENT BETWEEN THE CITY OF ROUND ROCK AND CDM SMITH,INC FOR PROFESSIONAL CONSULTING SERVICES RELATED TO A WATER SUPPLY STUDY THE STATE OF TEXAS § THE CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS COUNTY OF WILLIAMSON § COUNTY OF TRAVIS § THIS AGREEMENT (the "Agreement') for professional consulting services related to a water supply study to evaluate new water supplies ( the "Project'), is made on this SA day of A'),rCXrA6CC , 2024_, 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 CDM SMITH, INC., located at 8310-1 N. Capital of Texas Hwy., Suite 250,Austin,Texas 78731, (the"Consultant'). RECITALS: WHEREAS, City has determined that it has a need for professional consulting services related to the Project,hereinafter"Consulting Services"; and WHEREAS, City desires to contract with Consultant for the Consulting 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, 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: 1.0 EFFECTIVE DATE,DURATION,AND TERM A. This Agreement shall be effective on the date set forth in the introductory paragraph above, and shall remain in full force and effect unless and until it expires by operation of the term indicated herein, or is terminated as provided herein. B. The term of this Agreement shall commence upon execution and terminate upon successful completion of the work, estimated to be November 30,2025. C. City and the Consultant reserve the right to review the Agreement at any time and may elect to terminate the Agreement with or without cause. Professional Consulting Services Agreement with CDM Smith; water supply study; 11.05.24 4879-6947-9414 v.l -Zoz� - 32D 2.0 CITY SERVICES City shall provide the services set forth in Exhibit "A" titled, "City Services," which shall be incorporated herein by reference for all purposes. 3.0 SCOPE OF SERVICES A. Consultant has provided its proposal for Consulting Services, such proposal for Consulting Services being attached hereto as Exhibit"B" titled"Scope of Services,"which shall be referred to as the Scope of Services of this Agreement and incorporated herein by reference for all purposes. B. Consultant shall satisfactorily provide all Consulting Services described herein and as set forth in Exhibit "B" in compliance with the Work Schedule attached hereto as Exhibit "C," incorporated herein by reference for all purposes. Consultant's undertaking shall be limited to performing Consulting Services for City and/or advising City concerning those matters on which Consultant has been specifically engaged. Consultant shall perform the Consulting Services in accordance with this Agreement in a professional and workmanlike manner pursuant to the Work Schedule agreed upon by both parties. 4.0 LIMITATION TO SCOPE OF SERVICES Consultant's undertaking shall be limited to performing the Consulting Services for City and/or advising City concerning those matters on which Consultant has been specifically engaged. Consultant and City agree that the Scope of Services to be performed is enumerated in Exhibit "B," and may only be modified by a written Supplemental Agreement executed by both parties as described in Section 10.0. 5.0 CONTRACT AMOUNT A. In consideration for providing the Consulting Services, Consultant shall be paid on the basis of actual hours worked provided by Consultant in accordance with the Fee Schedule attached hereto as Exhibit"D," and incorporated herein by reference for all purposes. B. Consultant's total compensation for Consulting Services hereunder shall not exceed $343,650.00. This amount represents the absolute limit of City's liability to Consultant hereunder unless same shall be changed by Supplemental Agreement, and City shall pay, strictly within the not-to-exceed sum recited herein, Consultant's fees for work done on behalf of City. 6.0 INVOICE REQUIREMENTS AND TERMS OF PAYMENT A. Invoices: To receive payment, Consultant shall prepare and submit detailed invoices to the City, in accordance with the delineation contained herein, for Consulting Services rendered. Such invoices for Consulting Services shall track the referenced Scope of Work, and shall detail the Consulting Services performed, along with documentation for each service 2 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. B. Backup Material. Should additional backup material be requested by the City relative to Consulting Services, Consultant shall promptly comply. 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. C. 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 8 herein. D. Taxes. The City is exempt from Federal Excise and State Sales Tax. Therefore, such taxes shall not be included in Consultant's invoices. 7.0 INSURANCE Consultant shall meet all City of Round Rock Insurance Requirements set forth at: https•//www.roundrocktexas.gov/wp-content/uploads/2014/12/corr insurance 07.20112.pdf. 8.0 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 performance of the Consulting Services under this Agreement are completed, or the date the City receives a correct invoice for the Consulting 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: (1) There is a bona fide dispute between the City and Consultant, a contractor, subcontractor, or supplier about the service performed that cause the payment to be late; or (2) There is a bona fide dispute between Consultant and a subcontractor or between a subcontractor and its supplier about the service performed that causes the payment to be late; or (3) The terms of a federal contract, grant, regulation, or statute prevent the City from making a timely payment with federal funds; or 3 I (4) The invoice is not mailed to the City in strict accordance with any instruction on the purchase order relating to the payment. 9.0 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 Consulting Services as determined by the City's budget for the fiscal year in question. The City may affect such termination by giving Consultant a written notice of termination at the end of its then- current fiscal year. 10.0 SUPPLEMENTAL AGREEMENT The terms of this Agreement may be modified by written Supplemental Agreement hereto, duly authorized by City Council or by the City Manager, if the City determines that there has been a significant change in (1) the scope, complexity, or character of the Consulting 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. 11.0 TERMINATION AND DEFAULT A. Termination: It is agreed and understood by Consultant that the City may terminate this Agreement for the convenience of the City, upon written notice to Consultant (the "Date of Termination,") 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 Date of Termination. Consultant shall not be entitled to any lost or anticipated profits for work terminated under this Agreement. Unless otherwise specified in this Agreement, all data, information, and work product related to this Project shall become the property of the City upon termination of this Agreement and shall be promptly delivered to the City in a reasonably organized form without restriction on future use. Should the City subsequently contract with a new consultant for continuation of service on the Project, Consultant shall cooperate in providing information. Termination of this Agreement shall extinguish all rights, duties, and obligations of the 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. 4 Nothing contained in this section shall require the City to pay for any work which it deems unsatisfactory or which is not performed in compliance with the terms of this Agreement. B. 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. 12.0 NON-SOLICITATION Except as may be otherwise agreed in writing, during the term of this Agreement and for twelve (12) months thereafter, neither the City nor Consultant shall offer employment to or shall employ any person employed then or within the preceding twelve (12) months by the other or any affiliate of the other if such person was involved,directly or indirectly, in the performance of this Agreement. This provision shall not prohibit the hiring of any person who was solicited solely tlu-ough a newspaper advertisement or other general solicitation. 13.0 INDEPENDENT CONTRACTOR STATUS Consultant is an independent contractor, and is not the City's employee. Consultant's employees or subcontractors are not the City's employees. This Agreement does not create a partnership, employer-employee, or joint venture relationship. No party has authority to enter into contracts as agent for the other party. Consultant and the City agree to the following rights consistent with an independent contractor relationship: (1) Consultant has the right to perform sei vices 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 Consulting Services required by this Agreement. 5 (3) Consultant has the right to hire assistants as subcontractors, or to use employees to provide the services required by this Agreement. (4) Consultant or its employees or subcontractors shall perform Consulting 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 Consulting Services required by this Agreement. (6) City shall not require Consultant or its employees or subcontractors to devote full time to performing the Consulting Services required by this Agreement. (7) Neither Consultant nor its employees or subcontractors are eligible to participate in any employee pension, health, vacation pay, sick pay, or other fringe benefit plan of the City. 14.0 CONFIDENTIALITY AND MATERIALS OWNERSHIP Any and all programs,data, or other materials furnished by the City for use by Consultant in connection with the Consulting Services to be performed under this Agreement, and any and all data and information gathered by Consultant, shall be held in confidence by Consultant as set forth hereunder. Each party agrees to take reasonable measures to preserve the confidentiality of any proprietary or confidential information relative to this Agreement, and to not make any use thereof other than for the performance of this Agreement, provided that no claim may be made for any failure to protect information that occurs more than three (3) years after the end of this Agreement. The parties recognize and understand that the City is subject to the Texas Public Information Act and its duties run in accordance therewith. All data relating specifically to the City's business and any other information which reasonably should be understood to be confidential to City is confidential information of City. Consultant's proprietary software, tools, methodologies, techniques, ideas, discoveries, inventions, know-how, and any other information which reasonably should be understood to be confidential to Consultant is confidential information of Consultant. The City's confidential information and Consultant's confidential information is collectively referred to as "Confidential Information." Each party shall use Confidential Information of the other party only in furtherance of the purposes of this Agreement and shall not disclose such Confidential Information to any third party without the other party's prior written consent, which consent shall not be unreasonably withheld. Each party agrees to take reasonable measures to protect the confidentiality of the other party's Confidential Information and to advise their employees of the confidential nature of the Confidential Information and of the prohibitions herein. 6 Notwithstanding anything to the contrary contained herein, neither party shall be obligated to treat as confidential any information disclosed by the other party (the "Disclosing Party") which: (1) is rightfully known to the recipient prior to its disclosure by the Disclosing Party; (2) is released by the Disclosing Party to any other person or entity (including governmental agencies) without restriction; (3) is independently developed by the recipient without any reliance on Confidential Information; or (4) is or later becomes publicly available without violation of this Agreement or may be lawfully obtained by a party from any non-party. Notwithstanding the foregoing, either party will be entitled to disclose Confidential Information of the other to a third party as may be required by law, statute, rule or regulation, including subpoena or other similar form of process, provided that (without breaching any legal or regulatory requirement) the party to whom the request is made provides the other with prompt written notice and allows the other party to seek a restraining order or other appropriate relief. Subject to Consultant's confidentiality obligations under this Agreement, nothing herein shall preclude or limit Consultant from providing similar services for other clients. Notwithstanding the foregoing, either party will be entitled to disclose Confidential Information of the other to a third party as may be required by law, statute, rule or regulation, including subpoena or other similar form of process, provided that (without breaching any legal or regulatory requirement) the party to whom the request is made provides the other with prompt written notice and allows the other party to seek a restraining order or other appropriate relief. Subject to Consultant's confidentiality obligations under this Agreement. Neither the City nor Consultant will be liable to the other for inadvertent or accidental disclosure of Confidential Information if the disclosure occurs notwithstanding the party's exercise of the same level of protection and care that such party customarily uses in safeguarding its own proprietary and confidential information. Notwithstanding anything to the contrary in this Agreement, the City will own as its sole property all written materials created, developed, gathered, or originally prepared expressly for the City and delivered to the City under the terms of this Agreement (the "Deliverables"); and Consultant shall own any general skills, know-how, expertise, ideas, concepts, methods, techniques, processes, software, or other similar information which may have been discovered, created, developed or derived by Consultant either prior to or as a result of its provision of Consulting Services under this Agreement (other than Deliverables). Consultant shall have the right to retain copies of the Deliverables and other items for its archives. Consultant's working papers and Consultant's Confidential Information (as described herein) shall belong exclusively to the Consultant. "Working papers" shall mean those documents prepared by Consultant during the course of performing the Project including, without limitation, schedules, analyses, transcriptions, memos, designed and developed data visualization dashboards and working notes that serve as the basis for or to substantiate the Project. In addition, Consultant shall retain sole and exclusive ownership of its know-how, concepts,techniques, methodologies, ideas,templates, dashboards, code and tools discovered, created or developed by Consultant during the performance of the Project that are of general application and that are not based on City's Confidential Information hereunder(collectively, "Consultant's Building Blocks"). To the extent any Deliverables incorporate Consultant's Building Blocks, Consultant gives City a non- 7 exclusive, non-transferable, royalty-free right to use such Building Blocks solely in connection with the deliverables. Subject to the confidentiality restrictions mentioned above, Consultant may use the deliverables and the Building Blocks for any propose. Except to the extent required by law or court order, City will not otherwise use, or sublicense or grant any other party any rights to use, copy or otherwise exploit or create derivative works from Consultant's Building Blocks. City shall have a non-exclusive, non-transferable license to use Consultant's Confidential Information for City's own internal use and only for the purposes for which they are delivered to the extent that they form part of the Deliverables. 15.0 WARRANTIES Consultant represents that all Consulting Services performed hereunder shall be performed consistent with generally prevailing professional or industrial standards, and shall be performed in a professional and workmanlike manner. Consultant shall re-perform any work not in compliance with this representation. 16.0 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 Consulting Services to the City's reasonable satisfaction at no additional charge, or (b) if such deficient Consulting 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. Neither party's liability, in contract, tort (including negligence) or any other legal or equitable theory, (a) shall exceed the professional fees paid or due to Consultant pursuant to this Agreement or (b) include any indirect, incidental, special, punitive or consequential damages, even if such party has been advised of the possibility of such damages. Such excluded damages include, without limitation, loss of data, loss of profits and loss of savings of revenue. 17.0 INDEMNIFICATION Consultant shall save and hold harmless City and its officers and employees from all claims and liabilities due to activities of his/her/itself and his/her/its agents or employees, performed under this Agreement, which are caused by or which result from the negligent error, omission, or negligent act of Consultant or of any person employed by Consultant or under Consultant's direction or control. 8 Consultant shall also save and hold City harmless 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 imposed on City as a result of such negligent activities by Consultant, its agents, or employees. 18.0 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. 19.0 LOCAL, STATE,AND FEDERAL TAXES Consultant shall pay all income taxes, and FICA (Social Security and Medicare taxes) incurred while performing Consulting 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. 20.0 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 required in the performance of the Consulting 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 2271,Texas Government Code, a goverrunental 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. 9 C. In accordance with Chapter 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 verifying that it: (1) does not have a practice, policy, guidance, or directive that discriminates 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 Agreement on behalf of Consultant verifies Consultant does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade F association, and it will not discriminate during the term of this Agreement against a firearm entity or firearm trade association. D. In accordance with Chapter 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 verifying that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. The signatory executing this Agreement on behalf of Consultant verifies Consultant does not boycott energy companies, and it will not boycott energy companies during the term of this Agreement. 21.0 FINANCIAL INTEREST PROHIBITED Consultant covenants and represents that Consultant, its officers, employees, agents, consultants and subcontractors will have no financial interest, direct or indirect, in the purchase or sale of any product,materials or equipment that will be recommended or required hereunder. 22.0 DESIGNATION OF REPRESENTATIVES The City hereby designates the following representative authorized to act on its behalf with regard to this Agreement: Christopher("Kit")Perkins, PE 221 E. Main Street Round Rock,Texas 7866_ (512) 341-3145 The Consultant hereby designates the following representative authorized to act on its behalf with regard to this Agreement: Allen Woelke,PE 8310-1 N Capital of Texas Hwy, Suite 250 Austin, Texas 78731 (713)423-7353 10 23.0 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 or email address as below; or (2) Three (3) days after being deposited in the United States mail, with postage prepaid to the recipient's address as stated below. Notice to Consultant: Allen Woelke,PE 8310-1 N Capital of Texas Hwy, Suite 250 Austin, Texas 78731 Notice to City: City Manager, City of Round Rock 221 East Main Street Round Rock,TX 78664 AND TO: Stephanie L. Sandre, City Attorney 309 East Main Street Round Rock,TX 78664 Nothing contained in this section shall be construed to restrict the transmission of routine communications between representatives of the City and Consultant. 24.0 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. 25.0 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 11 of the parties unless acknowledged in writing by the duly authorized governing body or representative for each party. 26.0 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. 27.0 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. 28.0 STANDARD OF CARE Consultant represents that it is specially trained, experienced and competent to perform all of the Consulting Services, responsibilities and duties specified herein and that such Consulting Services, responsibilities and duties shall be performed, whether by Consultant or designated subconsultants, in a manner acceptable to the City and according to generally accepted business practices. 29.0 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. 12 30.0 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. 31.0 MISCELLANEOUS PROVISIONS (A) Time is of the Essence. Consultant agrees that time is of the essence and that any failure of Consultant to complete the Consulting Services for each Phase of this Agreement within the agreed Project schedule may constitute a material breach of the 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. (B) 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. (C) 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. (D) 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. (E) 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. 13 IN WITNESS WHEREOF, the parties have executed this Agreement on the dates hereafter indicated. City of RourOA ock,Te xa CDM SMITH,INC. / B B �iic Y• _ Y• Craig rgan, M yor Allen Woelke,PE, Vice President Date Signed: I �-15 2.02" Date Signed: 11/06/2024 For City,Attest: By: !l Ann ranklin,City Clerk For City,Approved as to Form: By-�i � `Zr Stephanie L. San-d&', City Attorney 14 EXHIBIT A City Services The City of Round Rock will furnish to the Engineer the following items/information: • Designate a person to act as City's representative with respect to the services to be performed or furnished by the Engineer. This representation will have authority to transmit instructions, receive information, interpret and define City's policies and decisions with respect to engineering services. • Provide all criteria and full information as to City's requirements for the Task, including as-builts, and any other information necessary. • Assist Engineer by placing all available information pertinent to the Task, including previous reports and any other data relative to the ultimate project if available to the City and necessary for the Engineer to complete the task. EXHIBIT B Engineering Services City of Round Rock Water Supply Study The City of Round Rock(City) is experiencing significant population growth coupled with recent droughts in Central Texas which will require an increased understanding and possible enhancements to the existing water supply and utility infrastructure. In order to maintain the desired level of service to its existing customers, prepare for projected demand growth and future drought uncertainties,the City would like to conduct a water supply study that will evaluate new water supplies.The study will develop water demand projections including some assumptions for drought conditions based on recent droughts,evaluate existing water supplies,determine potential new water supplies,and evaluate those new supplies based on conceptual level costs, permitting requirements,water quality and public acceptance. Introduction The City wishes to develop an understanding of the reliability of their existing water including existing groundwater supplies and water supply contracts.This analysis along with the evaluation of how additional supplies can augment the current supply can be evaluated holistically as part of the water supply study.The intent of the City is to develop a comprehensive, integrated,and sustainable plan and schedule for managing the supply,and delivery of City's water to projected buildout. As part of the water supply study,the City is looking to evaluate that next beneficial incremental water supply and to increase resiliency.The Engineer will develop a water supply study,which will consider the alternatives for the City's future water supply and conservation program. It is essential that the water supply study be sustainable, cost-effective, permittable, defensible and protective of the local water resources. As part of the water supply study,the Engineer will develop recommendations,strategic goals,and include near-term & long-term actions to develop, manage and sustain the City's water resources. The scope of the water supply study is presented below. Task 1. Project and Quality Management Engineer will provide project management for the project team, including scheduling,cost control, document control, and progress and financial reporting,to facilitate successful performance as measured by quality, cost, and schedule.The work for this task will include preparing a work plan and project updates, progress monitoring, and reporting,staff oversight and efficiency monitoring, scheduling, office administration, meetings,general correspondence, accounting, and invoicing. Regular contact with the City's project manager and supporting staff will be maintained to incorporate decisions and input regarding the direction of the project. Engineer will keep the City informed on relevant aspects of the Project; participate in progress conference calls;direct and coordinate the efforts of the Engineer Project Team members review 1 work progress; monitor scope, schedule, and budget; and prepare monthly progress reports and invoices. Engineer will provide QA/QC for the work associated with this scope.The Water Supply Draft Report will be submitted to the internal Engineer Technical Review Committee (TRC)for review.The TRC will be comprised of senior level engineers not specifically involved with the project.An internal review meeting will be conducted to discuss the project and associated TRC comments. Task 2 Project Meetings Engineer will coordinate and schedule a kick-off workshop with City staff.The purpose of the meeting will be to: ■ Review and refine water supply study objectives ■ Identify the challenges of developing the water supply strategy ■ Identify additional sources of information that will be beneficial to developing the water supply strategy ■ Identify the critical factors to be incorporated into evaluating options and integrated strategies in the water supply study Engineer's project manager, principal-in-charge, and task leader will attend and other key Engineer members may participate via virtual meeting. i Engineer will conduct progress meetings/conference calls for the expected 9-month water supply study development process.The progress meetings will be held once a month and will last approximately one hour.Ad hoc meetings may also be held to discuss specific topics if a regularly scheduled progress meeting is not an appropriate venue.The expected project workshops will be a kickoff workshop,the draft report review workshop, and two additional project workshops defined in this scope. This task includes Workshop 1 as described below. Workshop 1—Water Supply Study Kickoff: Meeting with City and Engineer specialists to review study objectives, inputs and outputs. Duration of approximately two(2) hours. Task 3 Existing System, Constraints and Demand Estimate Engineer will update the water demand estimates to buildout prepared by HDR as part of the 2019 Water Master Plan and presented in the 2023 Water Distribution System Master Plan Updated. Engineer will update the existing system and constraint information as it relates to future water supplies for the following: ■ Existing and future capacities for water,wastewater, reclaimed and source water systems ■ Likely regulatory constraints to achieving additional capacity from the existing systems 2 ■ Likely treatment capacity, process,and conveyance constraints to achieving additional capacity from the existing systems ■ Issues regarding compliance with local water supply and regulatory agencies, as necessary City will provide the last three years of monthly water production data and wastewater flows to be used to update water demands and evaluate reuse opportunities. The existing condition is assumed to reflect City's facilities and operations as of July 2024. Task 4 Conduct Gap Analysis Using the results of the previous tasks, Engineer will characterize the limitations and potential opportunities for serving City's existing and future water demands. Engineer will identify both gaps between future demands and existing water supplies, as well as gaps in existing treatment infrastructure.The gap analysis will consider the available supply when Brazos River Authority(BRA) and Lower Colorado River Authority(LCRA) issue Stage 3 Drought Contingency which requires a reduction in water use. The gap analysis will include the following elements: ■ Impact of changes in water quality requirements will have on supply ■ Impact of water supplier's drought restrictions on supply ■ The gap analysis will make an assumption on discounting existing supplies to account for potential droughts more severe than historical droughts ■ Estimate timeline for when additional supply is required Task 5 Characterize Supply Options Future water supply opportunities will be evaluated including: • Additional groundwater wells in the Edwards Aquifer ■ Evaluation of the existing Edwards Westinghouse well site including future capacity of the site and conversion of the site to a Trinity Aquifer well based on existing available studies ■ Groundwater wells in the Hosston (Trinity)Aquifer near Circleville and/or near the Round Rock Water Treatment Plant ■ Groundwater wells in the Carrizo-Wilcox Aquifer through EPCOR, Recharge, and Gatehouse and/or including collaboration with other municipalities • Aquifer Storage and Recovery(ASR) using wells in the Hosston Aquifer ■ Review evaluation completed as part of the 2023 Water Distribution System Master Plan Updated and summarize the potential for expanded reclaimed water system to move more potable water demands to a nonpotable water supply 3 t i i ■ Indirect Potable Reuse (IPR) using water from the City's water reclamation facility and ' a sending it to Lake Granger for treatment and transmission back to the service area i ■ Direct Potable Reuse (DPR)for comparison against other alternatives evaluated 1 i 3 For each supply option, a planning level assessment will include available yield, reliability, constraints for integration with existing supplies, conceptual development of the required infrastructure, permitting requirements,water quality concerns,timeframe for implementation, capital cost and a unit cost for comparison with other supply options and existing supplies.The analysis will rely on previous studies where available as well as additional studies associated with the water supply options as outlined below. Task 5.1 Edwards Aquifer in Williamson County A more detailed analysis of the Edwards Aquifer in Williamson County supply option will include the following activities: ■ Review the availability of aquifer properties including water quality to define areas of the aquifer that could provide additional supply. Key considerations will be aquifer physical and hydraulic properties, available drawdown,water level trends and competing well fields ■ Develop at least two scenarios for Edwards well field development and potential yields will be developed ■ Develop conceptual level well field design in terms of well locations and number of wells ■ Use TTim to simulate local-scale hydraulic interference and anticipated drawdown and lift and assess the long-term availability of the design production using the 2023 TWDB Groundwater Availability Model (GAM) ■ Develop a conceptual level cost for any additional Edwards development included in the plan Task 5.2 - Westinghouse Well Assessment A more detailed analysis of the Westinghouse Well Assessment supply option will include the following activities: ■ Review available information regarding the Westinghouse well including construction details, available water levels and aquifer tests ■ Collect available data on nearby Edwards wells. From a review of the local geology and the completion of the Westinghouse as compared to nearby greater producing wells assess any modifications that could be done to enhance Edwards production at the Westinghouse Site ■ If modifications could be performed that could increase yield, provide conceptual costs for the modifications. ■ Assess the viability and potential yield of the Trinity at that location Task 5.3 -Trinity Groundwater A more detailed analysis of the Trinity Groundwater supply option will include the following activities: ■ Evaluate the potential availability that could be added as an alternative considering Trinity groundwater near the Round Rock Treatment Plant and near Circleville ■ Review the availability of aquifer properties including water quality to define areas of the aquifer that could provide additional supply; key considerations will be aquifer physical and 4 r i i 9 l hydraulic properties,water quality, available drawdown,water level trends and competing well fields f ■ Locate potential wells near the treatment plant and Circleville ■ Develop conceptual level well field design in terms of construction depths and number of wells ■ Use TTim to simulate local-scale hydraulic interference and anticipated drawdown and lift and assess the long-term availability of the design production reviewing long-term water level trends in the aquifer and the potential for interference from competing production ■ Develop a conceptual level cost for a Trinity well at the selected locations } Task 5.4- Central Texas Imported Groundwater ' A more detailed analysis of the Central Texas Imported Groundwater supply option will include the following activities: ■ Evaluate the various Central Texas groundwater export projects in play from the Carrizo- Wilcox Aquifer in Central Texas and based upon available information on the projects, assess both the permitted groundwater available,the status of each project and provide context into the recent and current regulatory activities that could impact these groundwater resources in GMA-12 ■ Review the groundwater still potentially available for incorporation into City's portfolio ■ Independent availability simulations for this subtask is not included in the scope and level of effort. Task 5.5—ASR in the Trinity A more detailed analysis of the ASR in the Trinity supply option will include the following activities: ■ ASR allows a utility the ability to increase peak supplies through storage of water in a groundwater aquifer when water is available,and demands are low and recover that water when supplies are low, and demands are high. It is assumed the ASR wells will be in proximity to Circleville. ■ Based upon operational details develop a conceptual well layout and determine potential recharge and recovery rates based upon estimated available drawdown and drawup at the location. ■ A simple analytic estimate of recoverability and recharge front migration will also be performed. ■ Estimate the costs associated with the ASR wells at a planning conceptual level Task 6 Develop Performance Metrics Engineer will recommend performance metrics that will be used to compare and rank alternatives. Performance metrics may be quantitative. An exercise to develop a weighting strategy in terms of relative importance will be done as part of this task. Unit cost of water will be included as a performance metric and weighted based on discussions with the City. Workshop 2 as described below will be held to demonstrate and discuss the results of the supply characterization and development of performance metrics with the City. 5 Workshop 2—Characterization of Supply Options and Development of Performance Metrics: Meeting with City and Engineer to discuss supply availability results and supply option characterization. Duration of approximately two (2) hours. Task 7 Alternatives Evaluation Engineer will evaluate and rank alternatives. Based on the performance metrics and weighting developed as part of Task 7. Engineer will identify advantages and disadvantages of supply options including regulatory,technical,water quality, cost and contractual constraints for the water supply alternatives. Workshop 3 as described below will be held to demonstrate and discuss the Alternatives Analysis with City. Workshop 3—Alternatives Analysis Review: Meeting with City and Engineer water supply specialists to discuss Alternatives Analysis. Duration of approximately two(2) hours. Task 8 Develop Water Supply Strategy and Report Engineer will develop a water supply strategy that includes near, mid and long-term actions.These actions will be a combination of projects, policies, and future planning needs.The strategy will be developed collaboratively between Engineer and City. Engineer will also develop a draft report based on work to-date and comments received during scoped workshops.The draft will be delivered electronically to City.City will review and provide a summary of all City comments;any conflicting comments from individual City staff will be resolved before providing the draft to CDM Smith. The Water Supply Report will include developing an understanding of potential costs associated with implementing supply alternatives. Engineer will develop planning level estimates of probable capital costs for water supply alternatives. Planning level estimates will include capital costs based on conceptual ideas.The Water Supply Report will include the following information: ■ Table summarizing existing conditions and constraints, ■ Estimates of monthly system capacity needs until projected buildout ■ Tabular and graphical summaries of the system and potential service needs(gap analysis) ■ Tabular summary of the refined objectives, performance metrics and objective weights ■ Tabular summary of the water supply alternatives ■ Presentation on alternatives evaluations, assumptions and results ■ Recommended projects and implementation schedule including permitting, land acquisition and water rights acquisition recommendations ■ Exhibits showing proposed and recommended infrastructure 6 ■ Conceptual level capital cost and operation & maintenance costs for proposed and recommended infrastructure Engineer will meet with the City to discuss the Draft Water Supply Study Report. Based on comments received on the Draft Report, Engineer will finalize report. Deliverables: ■ Water Supply Study Draft Report in Microsoft Word format ■ Water Supply Study Final Report in PDF format, native support files (GIS, DSM) Assumptions: 1111 1) Permitting activities are not included in this scope of water. I 2) Water quality modeling is not included in this scope of work. ) ( i 1 3 i i i i i i 7 EXHIBIT C Work Schedule Schedule: Upon receipt of notice to proceed. Engineer shall schedule a kickoff meeting and begin the water supply study defined in this scope of work.The Draft Water Supply Study Report deliverable associated with Task 8 is expected to be complete within 300 days of notice to proceed. The Final Water Supply Study Report is expected to be complete within 30 days of receiving City comments on the draft report. An estimated task level schedule break down is provided in below: Task Name Oct-24 Nov-24 Dec-24 Jan-25 Feb-25 Mar-25 Apr-25 May-25 Jun-25 Jul-25 Aug-25 Sept-2S Task 1-Project and Quality Management Task 2-Project Meetings Task 3-Existing System,Constraints and Demand Estimates _ Task 4-Conduct Gap Analysis Task S-Characterize Supply Options _ Task 6-Develop Performance Metrics _ - Task 7-Alternatives Evaluation Task 8-Develop Water Supply Strategy and Report 8 EXHIBIT D Fee Schedule Fee: ENGINEER will provide the services described above in Tasks 1 through 8 for a not to exceed amount of$343,650.00.An estimated cost by task is provided below. Invoices will be prepared based on the Billing Rate Schedule provided below and other direct charges passed through at ENGINEER's cost. ENGINEER will prepare invoices monthly based on hours by personnel category and bill rate in each of the tasks listed below.The costs by task are an estimate and may vary from the values below. Table 1: Project Schedule and Fee Breakdown OtherTask Labor Costs Costs Task 1—Project and Quality Management $15,200.00 $1,180.00 $11,800.00 $28,180.00 Task 2—Project Meetings $19,100.00 $2,000.00 $8,000.00 $29,100.00 Task 3—Existing System,Constraints&Demand $14,800.00 $0.00 $0.00 $14,800.00 Task 4—Conduct Gap Analysis $11,500.00 $0.00 $0.00 $11,500.00 Task 5—Characterize Supply Options $27,100.00 $7,350.00 $73,500.00 $107,950.00 Task 5.1-Edwards Groundwater $0.00 $1,310.00 $13,100.00 $14,410.00 Task 5.2—Westinghouse Well Options $0.00 $980.00 $9,800.00 $10,780.00 Task 5.3—Trinity Groundwater $0.00 $1,730.00 $17,300.00 $19,030.00 Task 5.4—Central Texas Groundwater Import $0.00 $940.00 $9,400.00 $10,340.00 Task 5.5-ASR $0.00 $2,390.00 $23,900.00 $26,290.00 Task 6—Develop Performance Metrics $15,800.00 $1,560.00 $3,600.00 $20,960.00 Task 7—Alternatives Evaluation $59,200.00 $1,450.00 $2,500.00 $63,150.00 Task 8—Develop Water Supply Strategy $42,500.00 $3,410.00 $22,100.00 $68,010.00 TOTAL $205,200.00 $16,950.00 $121,500.00 $343,650.00 9 i Billing Rate Schedule: Personnel Category Billing Rate($/hour) Officer-in Charge 342 Project Manager 325 Technical Specialist 342 Senior Technical Advisor 325 Engineer 8 278 Engineer 7 255 Engineer 6 232 Engineer 5 209 Engineer 4 186 Engineer 3 162 Project Engineer 1/2 150 Senior Designer 170 Intermediate Designer 157 Junior Designer 134 Senior Administration 128 Contract Administration 116 Clerical 104 Estimator 165 10