R-2025-178 - 7/10/2025 RESOLUTION NO. R-2025-178
WHEREAS, the City of Round Rock desires to retain engineering services for the Chandler
Rd&Ed Schmidt Blvd Traffic Signal Project,and
WHEREAS, HDR Engineering, Inc. has submitted a Contract for Engineering Services to provide
said services, and
WHEREAS, the City Council desires to enter into said contract with HDR Engineering, Inc.,
Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK,TEXAS,
That the Mayor is hereby authorized and directed to execute on behalf of the City a Contract
for Engineering Services with HDR Engineering, Inc. for the Chandler Rd & Ed Schmidt Blvd Traffic
Signal Project, a copy of said contract being attached hereto as Exhibit "A" and incorporated herein for
all purposes.
The City Council hereby finds and declares that written notice of the date, hour, place and
subject of the meeting at which this Resolution was adopted was posted and that such meeting was
open to the public as required by law at all times during which this Resolution and the subject matter
hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act,
Chapter 551, Texas Government Code, as amended.
RESOLVED this 10th day of July, 2025.
1;4AZI
CRJiAdR , MayoCitRoun ock, Texas
ATTF(I,,,
ANN FRANKLIN, City Clerk
0112.20252:4903-8167-2273
EXHIBIT
A
ROUND ROM TEXAS
CITY OF ROUND ROCK
CONTRACT FOR ENGINEERING SERVICES
FIRM: HDR ENGINEERING, INC. ("Engineer")
ADDRESS: 710 Hesters Crossing, Suite 150, Round Rock, TX 78681
PROJECT: Chandler Rd & Ed Schmidt Blvd Traffic Signal
THE STATE OF TEXAS §
COUNTY OF WILLIAMSON §
THIS CONTRACT FOR ENGINEERING SERVICES ("Contract") is made and entered into on
this the day of , 2025 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:
Engineering Services Contract Rev.02/22
0199.202517;4915-0434-2856 4879-8103-9872;00192831
1
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 the
Engineering Services performed and to be performed under this Contract.
The amount payable under this Contract,without modification of the Contract as provided herein,
is the sum of Two Hundred Forty-Seven Thousand Three Hundred Thirty-Five and No/Dollars
($247,335.00) as shown in Exhibit D. The lump sum amount payable shall be revised equitably only by
written Supplemental Contract in the event of a change in Engineering Services as authorized by City.
Engineer shall prepare and submit to City monthly progress reports in sufficient detail to support
the progress of the Engineering Services and to support invoices requesting monthly payment. Any
preferred format of City for such monthly progress reports shall be identified in Exhibit B. Satisfactory
progress of Engineering Services shall be an absolute condition of payment.
The fee herein referenced may be adjusted for additional Engineering Services requested and
performed only if approved by written Supplemental Contract.
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
Engineer of the responsibility of correcting any errors and/or omissions resulting from his/her/its
negligence.
3
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:
Matt Bushak,P.E.
Project Manager
3400 Sunrise Road
Round Rock,TX 78665
Telephone Number(512)341-3318
Fax Number N/A
Email Address mbushak(a,roundrocktexas.gov
4
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:
Benedict Patrick, P.E. PTOE
Senior Project Manager
710 Hesters Crossing, Suite 150
Round Rock, TX 78681
Telephone Number(512)685-2906
Fax Number N/A
Email Address benedict.patrick(&hdrinc.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 Services completed
9
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 performance 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 harm 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 against a firearm
entity or firearm trade association; and(2)will not discriminate during the term of the contract against a
10
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 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 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.
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.
11
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.
(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:
12
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.
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.
13
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:
Benedict Patrick, P.E. PTOE
Senior Project Manager
710 Hesters Crossing, Suite 150
Round Rock,TX 78681
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
14
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 terms 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 determination of either party hereto, such terms are
not intended to be and shall never be construed as permitting such opinion,judgment, approval, review,
or determination to be arbitrary, capricious, or unreasonable.
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.
15
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
HDR ENGINEERING, INC.
Digitally signed by Word,Justin
By:
Date:2025.06.16 10:29:20-05'00'
"
Signature of Principal
Printed Name: Justin A. Word
Sr Vice President
17
CITY OF ROUND ROCK, TEXAS APPROVED AS TO FORM:
By:
Craig Morgan, Mayor Stephanie L. Sandre, City Attorney
ATTEST:
By:
Ann Franklin, 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
EXHIBIT A
CITY SERVICES
Project: Chandler Road and CR 119 (Ed Schmidt Boulevard) Design Services
The City will furnish to the Engineer the following information and/or perform the following tasks:
1. Provide as built or record drawings of the intersection.
2. Assist the Engineer, as necessary, in obtaining design data and information from utility
companies.
3. Meet on an as-needed basis to answer questions, provide guidance and offer comment.
4. Review submittals and provide comments.
5. Perform advertising for bid opening.
6. Provide boiler plate documents for use in preparation of bid documents.
7. TDLR review for this project will be submitted and performed by the City, if required.
HDR Engineering, Inc. Page 1 of 1 ExhibitA
EXHIBIT B
ENGINEERING SERVICES
Project: Chandler Road and CR 119 (Ed Schmidt Boulevard) Design Services
This scope of services is to prepare traffic signal, turn lane, and drainage design plans for the
intersection of Chandler Road and CR 119 (Ed Schmidt Boulevard) located in Round Rock,
Texas as shown in Figure 1 below.
v
Chandler Road & C711�1 �
sat 4c rnicusAP
i
oc ,
A5
1
Figure 1. Project location
The following improvements are proposed at the intersection which form the basis for the
development of this scope and fee.
• Widening to provide an eastbound right turn lane on Chandler Road (600 feet turn bay,
100 feet taper, 12 feet lane, and 4 feet shoulder)
• Widening to provide northbound right turn lane on CR 119 (200 feet turn bay, 100 feet
taper, 12 feet lane, and 4 feet shoulder)
• Providing Traffic signal
HDR Engineering, Inc. Page 1 of 8 Exhibit B
• Providing drainage culvert modifications
The Engineer shall provide engineering services required for the preparation of plans,
specifications and estimates (PS&E) and related documents, for the Chandler Road and CR
119 (Ed Schmidt Boulevard). These services may include, preparing roadway, hydrologic and
hydraulic design, traffic signal design, survey, bid phase, and construction phase services
necessary to support the design and construction process. Our scope of services is described
below:
I Project Management
This stage will include the following:
1. Meet with the City of Round Rock to discuss schedule, scope of work, and design details.
Two (2) meetings are assumed for budget purposes.
2. Provide the City with project status as needed via email and phone.
3. Coordination with discipline leads to discuss project, schedule,deliverables, and progress.
4. Prepare and submit monthly invoices. Fourteen (14) months of invoices are assumed for
budgeting purposes. Six (6) months design and eight(8) months construction.
II Survey
1. Perform Topographic and Right-of-Way Survey for the intersection including roadway
layouts, pavement marking layouts, location of ramps, sidewalk, right-of-way, and location
of utilities (Including invert elevations for stormwater culverts and ditches and wastewater
utilities, and top of nut elevations for water valves). Survey will extend 1000' west of the
intersection, 200' east of the intersection, and 500' south of the intersection. Survey to be
performed by Inland Geodetics.
III Traffic Signal Design Plans
1. Conduct field visit of the intersection to note and verify physical constraints, utility
placement, power source location, drainage patterns, and any other details necessary for
plan preparation.
2. Meet with the electric company (Oncor) in the field to discuss pole locations and source
of power for the signals. One (1) meeting is assumed for budget purposes.
HDR Engineering, Inc. Page 2 of 8 Exhibit B
3. Prepare draft set of plans for 30% submittal. The 30% plans will include existing
intersection layout and proposed signal layout showing above ground signal equipment
locations.
4. Coordinate with the City to address 30% submittal comments.
5. Prepare draft set of plans for 90% submittal. The 90% plans will include existing layout,
proposed signal design, conductor/conduit schedule, signing and phasing details, signal
foundation, quantity estimates, general notes, and applicable standards. Approximate
location of underground utilities will be depicted on the plans based on surveys and
records obtained from utility providers. City of Round Rock DACS and TxDOT standard
details and specifications will be used for this project.
6. Coordinate with the City to address 90% submittal comments.
7. Prepare the final set of plans addressing all previous comments for a 100% submittal.
IV Roadway Design Plans
1. Title Sheet and Index of Sheets
• Prepare Title sheet per City of Round Rock Standard detail
• Prepare and update Index of Sheets including standard selections
2. Typical Sections: Typical sections shall be prepared for existing and proposed. Typical
sections shall include width of travel lanes, shoulders, outer separations, border widths,
sidewalks, curb offsets, and ROW. The typical section shall also include PGL, centerline,
pavement design, longitudinal joints, side slopes, sodding/seeding limits, concrete traffic
barriers and sidewalks, if required, station limits, proposed and existing structures
including retaining walls, existing pavement removal, limits of embankment and
excavation, and existing and proposed utilities.
3. Horizontal Alignment Data Sheets: Sheet includes data for the Horizontal Alignment for
Chandler Rd and CR 119 (Ed Schmidt Boulevard). Superelevation data consisting of
station, slope, and begin and end transition will be provided as needed.
4. Roadway Plan: Plan layout shall consist of a planimetric file of existing features and the
proposed improvements within the existing and proposed ROW. The Engineer shall use
Bentley's OpenRoads ORD in the design and preparation of the roadway plan sheets.
The layout shall include the following features:
• Existing ROW
• Proposed horizontal alignment
• Proposed drainage features
HDR Engineering, Inc. Page 3 of 8 Exhibit B
• Proposed retaining walls/bridges/culverts (as applicable)
• Begin/end project stations
• Street names
5. Roadway Cross Sections: The ENGINEER shall develop a 31D design model of the
project corridor using OpenRoads to determine earthwork quantities and provide final
design cross sections at 50-foot intervals. Cross sections shall be delivered in standard
format on 11"x17" sheets and electronic files. Cross sections and quantities shall consider
existing pavement removals. Annotation shall include at a minimum existing/proposed
right of way, side slopes (front & back), profiles, etc. Utility information will be provided
where grades/elevations are available.
6. Miscellaneous Detail Sheets: Provide detail sheets (estimated 2 sheets) for
miscellaneous design details.
7. Quantity Summary Sheets: Prepare and update summary sheets showing item
description, item unit, and item quantity for roadway bid items. Summary sheets shall be
updated at each milestone submittal.
8. Standards Selection: Include standard sheets applicable to project for roadway design
elements.
V Traffic Control Plan
The ENGINEER shall prepare Traffic Control Plans (TCP) for the project.A detailed TCP shall be
developed in accordance with the latest edition of the TMUTCD. The ENGINEER is to implement
the current Barricade and Construction (BC) standards as applicable. The ENGINEER shall:
1. Traffic Control Phasing Layouts: Prepare Traffic Control Phasing Layouts (2 Phases
assumed) for each phase of the project including typical sections that identify the travel
lanes and work zones. The ENGINEER shall show proposed traffic control devices for at-
grade intersections during each construction phase (stop signs, flaggers, etc.).
2. Standards Selection: Include standard sheets applicable to project for TCP design
elements.
VI Signing and Pavement Markings
1. Signing: The ENGINEER shall prepare drawings, specifications, and details for
necessary small signing.
HDR Engineering, Inc. Page 4 of 8 Exhibit B
2. Pavement Marking: The ENGINEER shall detail permanent pavement markings and
channelization devices on plan sheets. The ENGINEER shall utilize pavement markings
detail from the latest TxDOT standards.
3. Quantity Summary Sheets: Prepare and update summary sheets showing item
description, item unit, and item quantity for temporary and permanent signing and
pavement marking bid items.
4. Standards Selection: Include standard sheets applicable to project for design elements.
VII Storm Water Pollution Prevention Plans (SW3P)
1. SW3P Sheet and EPIC Sheet: The ENGINEER shall prepare the SW3P sheet and EPIC
sheet.
2. SW3P Plan Sheets: The ENGINEER shall develop the SW3P plan sheets in conformance
with the Traffic Control Plan phases, to minimize potential impacts to receiving waterways.
The SW3P shall include text describing the plan, quantities, type, phase and locations of
erosion control devices (BMPs) and any required permanent erosion control.
3. Quantity Summary Sheets: Provide summary sheets showing item description, item unit,
and estimated item quantities.
4. Standards Selection: Include standard sheets applicable to the project for temporary and
permanent SW3P elements.
VIII Drainage Plans
1. Review available as built or record drawings to understand the design frequency of the
existing cross culvert structure under CR 119 (Ed Schmidt Boulevard).
2. Conduct existing conditions for base line drainage analysis for the cross culvert using
rational method. Drainage analysis will evaluate the roadside ditch and culvert under CR
119 only.
3. Conduct proposed conditions rational method analysis to verify proposed conditions does
not cause impact outside ROW or proposed roadway intersection improvements.
Drainage analysis will evaluate proposed roadway improvements will not impact the travel
lane and outside of the ROW.
4. Prepare 30% drainage plans sheets to include drainage area sheet, hydrologic
calculations, and hydraulic calculations.
5. Response to 30% review comments and prepare 90% drainage plan sheets.
6. Response to 90% review comments and prepare 100% drainage plan sheets.
HDR Engineering, Inc. Page 5 of 8 Exhibit B
7. Standards Selection: Include standard sheets applicable to the project for design
elements.
IX PS&E Preparation
1. Specifications and General Notes. The ENGINEER shall identify necessary standard
specifications, special specifications, special provisions, and the appropriate reference
items. The ENGINEER shall prepare General Notes from the City or TxDOT master list,
Special Specifications and Special Provisions for inclusion in the plans and bidding
documents. The ENGINEER shall provide General Notes, Special Specifications and
Special Provisions in the required format as specified by the City.
2. Plans and Estimate. The ENGINEER shall independently develop the submittal package
for each defined deliverable milestone. Three submittals are assumed, 30%, 90%, and
100%. Numbering of Plan Sheets will be updated with the continued development of the
project documents for each submittal. Electronic and hard copies (if needed)of the project
documents will be provided at each milestone. The construction plans will include the
necessary bid and construction documentation to construct the project in standard City
bid format at the 90% and 100% PS&E submittals. The ENGINEER shall prepare an
engineer's opinion of probable cost at the 90% and 100% submittals using the latest
available bid data from City and/or TxDOT sources.
3. Construction Contract time determination. The ENGINEER shall prepare a contract
time estimate to determine the approximate time required for construction of the project in
calendar and working days at the 90% and 100% milestones using Primavera P6 software
or Microsoft Project. The schedule shall include tasks, subtasks, critical dates, milestones,
deliverables, and review requirements in a format which depicts the interdependence of
the various items and adjacent construction packages. The ENGINEER shall aid the City
in interpreting the schedule.
4. QA/QC Reviews: ENGINEER will provide QA/QC reviews for 30%, 90%, and 100%
submittals.
X Bid Services
This stage will include the following services.
1. Prepare bid documents (Project Manual).
2. Finalize bid documents (Project Manual) as per comments from City.
HDR Engineering, Inc. Page 6 of 8 Exhibit B
3. Address design questions from the contractor during the bidding process.
4. Attend bid opening. One (1) meeting is assumed.
5. Summarize and tabulate bids received and prepare bid recommendation letter.
XI Construction Administration Services
This stage will include the following services. Eight (8) month construction schedule is assumed.
1. Attend pre-construction meeting. One (1) meeting is assumed.
2. Review shop drawing submittals.
3. Respond to RFI's from the contractor during construction.
4. Attend progress meetings with the City and Contractor. Four(4) meetings are assumed.
5. Review Pay Applications from the Contractor.
6. Attend a final walk through after construction and prepare a punch list (if required).
7. Prepare project completion letter as required by City.
ASSUMPTIONS
1. Pedestrian facilities, including ramps, crosswalks, sidewalks, and pedestrian signal
equipment will not be required for this project.
2. Westbound approach left turn lane geometrics will remain as per existing conditions.
3. Advertising and letting the project for bid will be completed by the city.
4. Traffic signal timing will be provided by the city.
5. Project site is not located within a FEMA regulated floodplain and no coordination with the
Floodplain Administrator is anticipated.
6. Cross culvert under Chandler Road will not be analyzed for this intersection improvement.
7. No drainage report is anticipated. All drainage calculations will be included on the design
sheets.
8. No geotechnical or pavement design will be conducted. The city of Round Rock will
provide the required pavement thickness information for the turn lanes.
9. Illumination design is not included.
10. Utility engineering and coordination are not included.
HDR Engineering, Inc. Page 7 of 8 Exhibit B
ADDITIONAL SERVICES
This stage would include additional work outside the scope defined above. If the City requests
additional services, a separate scope and fee will be submitted to the City for review and approval
prior to initiating the additional work.
HDR Engineering, Inc. Page 8 of 8 Exhibit B
EXHIBIT C
WORK SCHEDULE
Project: Chandler Road and CR 119 (Ed Schmidt Boulevard) Design Services
Notice to Proceed* July 101h, 2025
Survey Files Due August 21St, 2025
Plan Submittal (30%) September 19th, 2025
City Comments Due (30%) October 3`d, 2025
Plan Submittal (90%) November 21 It, 2025
City Comments Due December 12th, 2025
Plan Submittal (100%) January 23rd, 2026
Bid Services** TBD
Construction Services** TBD
* Schedule will be updated if NTP date changes.
** Bid and Construction services schedule will be determined based on letting date as
determined by the city.
HDR Engineering, Inc. Page 1 of 1 Exhibit C
EXHIBIT D
FEE SCHEDULE
SENIOR SENIOR CADD TECH SENIOR CADD ADMIN
PROJECT ENGINEER Err
MANAGER (SlanaQ TECH IRoadxay) ASST TOTALS COST BREAKDOWN
BY TASK
HOURLY LABOR RATES $ 101.00 $ 96.00 $ 40.00 $ 42.00 $ 50.00 $ 35.00
ITEM TASK DESCRIPTION
1 Project Management $ 12,037
1 Meetings with City(2) 4 4 8
2 Coordination with City(14 months) 14 14
3 Coordination with design team(14 21 21
mos
4 Invoices(14 mo's) 14 14 28
II Survey $ 1,356
1 Survey coordination&verification 4 4 8
III Traffic Signal Design $ 29,499
1 Field work 2 2 4
2 Meet with electric utility 2 2 4
3 30%Signal Plans 4 8 16 28
5 Address 30%comments from City 2 2 4
4 Draft signal plans(90%) 4 16 24 40 84
5 Address 90%comments from City 2 2 4
6 Final signal plans(100%) 2 4 16 24 46
IV Roadway Design $ 49,673
Title Sheet 1 3 4
Typical Section 2 16 18
Horizontal Alignment Data 2 12 12 26
Roadway Plan 6 60 24 90
Roadway Cross Sections 6 60 24 90
Miscellaneous Detail Sheets 2 24 26
Quantity Summary Sheets 4 32 36
Roadway Standards Selection 1 2 3
V Traft Control Plan S 11,698
Traffic Control Phasing Layout 6
90%&100% 20 40 86
TCP Standards Selection 1 2 3
MDR ENGINEERING,INC. 1 ATTACHMENT D
VI Signing and Pavement Markings $ 15,427
Signing(90%&100%) 4 8 16 28
Pavement Markings(90%8,100%) 4 8 30 42
Quantity Summary Sheets 2 16 18
Standards Selection 1 2 3
VII Storm Water Pollution Prevention $ 9,663
Plans SW3P
SW3P and EPIC Sheets 2 2
SW3P Plan Sheets 4 36 40
Quantity Summary Sheets 2 10 12
Standards Selection 1 2 3
VIII Drainage Plans $ 23,734
1 Review record drawings 2 2 4
2 Existing conditions analysis 1 8 15 24
3 Proposed conditions analysis 1 8 20 29
4 Prepare 30%drainage sheets 2 8 10 20 40
5 Prepare 90%drainage sheets 2 4 8 12 26
6 Prepare 100%drainage sheets 1 4 4 8 17
IX PS&E Preparation E 19,835
1 Specifications and General Notes 4 4 8 16
2 Plan Package and Cost Estimate(3 8 16 36 60
submittals
3 Construction Contract Time 4 8 12
Determination
4 QA/QC Reviews(3 submittals) 3 20 6 29
X Bid Services $ 14,919
1 Draft project manual(90%submittal) 0 16 32 48
2 Final Project Manual(100%submittal) 0 8 16 24
3 Address bid questions 1 4 5
4 Attend bid opening 2 0 2
5 Review bid tabs 8 bid recomm.Letter 1 4 4 9
HDR ENGINEERING,INC. 2 ATTACHMENT D
XI Coastrua -Admin.Srvcs.
s 3,n94
1 Pre construction meeting(1) 2 2 4
2 Review shop drawing submittals 40 40 80
3 Respond to RFI's 24 24 48
4 Attend mtgs.(4) 8 8 16
5 Review contractor invoices(8 mo's) 2 8 10
6 Final walk through&Punch list 2 4 0 16 22
7 Project completion letter 2 2 4
TOTAL HOURS 89 277 443 84 385 14 1292
TOTAL DIRECT LABOR $ 8,989 $ 23,822 $ 17,720 $ 3,528 $ 19,250 $ 490 $ 73,799
165% TOTAL OVERHEAD $ 14,831.65 $ 39,306 $ 29,236 $ 5,821 $ 31,763 $ 808.50 $ 121,768
SUBTOTAL DIRECT LABOR&OVERHEAD $ 23,821 $ 63,128 $ 46,958 $ 9,349 $ 51,013 $ 1,299 $ 195,567
12% PROFIT $ 2,858.50 $ 7.575.4T0 $ 5,634.96 $ 1,121.90 $ 6,121.50 $ 155.821$ 23,468
DESIGN TOTAL(LUMP SUM) $ 26,679 $ 70,704 $ 52,593 $ 10,471 $ 57,134 $ 1,454 $ 219,035 $ 219,035
DIRECT EXPENSES
SURVEY $ 28,000
PRINTING,Misc. $ 100
TRAVELEXPENSES $ 200
EXPENSES TOTAL $ 28,300
TOTAL FEE(Lump Sum) $ 247,335
HDR ENGINEERING,INC. 3 ATTACHMENT D
AC�® DATE(MMIDDIYYYY)
�� CERTIFICATE OF LIABILITY INSURANCE 0/1/X126 530/2025
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must 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 Lockton Companies,LLC CONTACT
444 W.47th St.,Ste.900 PHONE FAx
IAIC. ExM AIC No);
Kansas City MO 64112-1906 E-MAIL -
(816)960-9000 ADDRESS:
kcasu@lockton.com 1 INSURERS AFFORDING COVERAGE NAIC p_
INSURER ALIO d'sofLondon
INSURED HDR ENGINEERING,INC. INSURER B:
1429583 1917 SOUTH 67TH STREET INSURER C:
OMAHA NE 68106 INSURER D:
INSURER E:
INSURER F:
COVERAGES CERTIFICATE NUMBER: 21404541 REVISION NUMBER: XXXXXXX
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED IJAMED 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 EFF POLICY EXP
LTR D POLICY NUMBER MMIDDIWYY MWDDfYYYYI LIMITS
COMMERCIAL GENERAL LIABILITY NOT APPLICABLE EACH OCCURRENCE $ XXXXXXX
CLAIMS-MADE 1-1 OCCUR PREMISES Ea occurrence $ XXXXXXX
MED EXP(Any one person) $ XXXXXXX
PERSONAL&ADV INJURY $ XXXXXXX
GENT AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ XXXXXXX
POLICY 0 PRO- ❑
JECT LOC PRODUCTS-COMP/OP AGG $ XXXXXXX
OTHER: $
AUTOMOBILE LIABILITYNOT APPLICABLE COMBINED SINGLE LIMIT $
Ee a.'d.nl XXXXXXX
ANY AUTO BODILY INJURY(Per person) $ XXXXXXX
OWNED SCHEDULED
AUTOS ONLY AUTOS BODILY INJURY(Per accident) $
XXXXXXX__
HIRED NON-OWNED PROPERTY DAMAGE $ XXXXXXX
AUTOS ONLY AUTOS ONLY Per acddenl
$ XXXXXXX
UMBRELLA LIAB OCCUR NOT APPLICABLE EACH OCCURRENCE $ XXXXXXX
EXCESS LIAB HCLAIMS-MADE AGGREGATE $ XXXXXXX_
DEC) RETENTION$ $ XXXXXXX
WORKERS COMPENSATION NOT APPLICABLE PER OTH-
AND EMPLOYERS'LIABILITY STATUTE ER
YIN
N
ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ XXXXXXX
OFFICERIMEMBER EXCLUDED? ❑ N I A
(Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ XXXXXXX
If yes,describe under
DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ XXXXXXX
A ARCH&ENG N N P001412500 6/1/2025 6/1/2026 PER CLAIM:$1,000,000
PROFESSIONAL AGGREGATE:$1,000,000
LIABILITY
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space Is required)
THIS CERTIFICATE SUPERSEDES ALL PREVIOUSLY ISSUED CERTIFICATES FOR THIS HOLDER,APPLICABLE TO THE CARRIERS LISTED AND THE POLICY TERM(S)REFERENCED.
RE:BENEDICT PATRICK-ROUND ROCK CHANDLER ROAD AND ED SCHMIDT BLVD(CRI 19)INTERSECTION IMPROVEMENTS
CERTIFICATE HOLDER CANCELLATION See Attachment
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
541 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
21404
CITY 54 ROUND ROCK ACCORDANCE WITH THE POLICY PROVISIONS.
ATTENTION:CITY MANAGER
221 EAST MAIN STREET AUTHORIZED REPRESENTATIV 1
ROUND ROCK,TX 78664 �4
? A/ '� 9
(D 1988L2015 ACORD CORPORATION. All rights reserved.
ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD
Attachment Code:D608624 Master ID: 1429583,Certificate ID:21404541
This endorsement,effective: 06/01/2025-06/01/2026
Forms a part of policy no.: P001412500
Issued to: HDR ENGINEERING, INC.
By: Lloyd's of London
NOTICE OF CANCELLATION TO CERTIFICATE HOLDERS ENDORSEMENT
Except with respect to cancellation for non-payment of premium (10 day notice cancellation),the Insurers
shall give 30 days'notice of cancellation to the Certificate Holder(s)set forth herein, provided that:
1.The First Named Insured is required by contract to give notice of cancellation to the Certificate Holder,
and
2. Prior to the Insurers sending its notice of cancellation to the First Named Insured,the First Named
Insured shall provide the Insurers,in writing, either directly or through the First Named Insured broker
of record,the name of each person or organization requiring notice of cancellation and the
corresponding address for such person or for the employee responsible for receipt of notice of
cancellation on behalf of such organization.
Notice of cancellation will be sent in accordance with the terms and conditions of the policy,except that
the Insurers may provide written notice individually or collectively to the Certificate Holders by email at
the current email address given by the First Named Insured. Proof of sending of the notice of
cancellation by email shall be sufficient proof of notice.
Any failure to provide notice of cancellation to the Certificate Holder due to inaccurate or incomplete
information provided by the First Named Insured shall remain the sole responsibility of the First Named
Insured.
The following definitions apply to this endorsement:
1. First Named Insured means the Named Insured shown in the Declarations.
ALL OTHER TERMS AND CONDITIONS OF THE POLICY SHALL REMAIN UNCHANGED.
QwkTnp i� Tractor Supply Co P ��- ,
r .
�. as
chi , "� •
r K
- 3
r ` Ctta
v6
Location Map
Proposed Intersection Improvements
Chandler Rd @ Ed Schmidt Blvd (CR1 •
t D�ROCK