Loading...
Contract - Westwood Professional Services, Inc. - 8/28/2025 SUPPLEMENTAL AGREEMENT NO. 1 TO "AGREEMENT BETWEEN THE CITY OF ROUND ROCK AND WESTWOOD PROFESSIONAL SERVICES,INC.FOR PROFESSIONAL CONSULTING SERVICES RELATED TO THE CR 118 WASTEWATER LINE PROJECT" CITY OF ROUND ROCK § § STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: § COUNTY OF TRAVIS § COUNTY OF WILLIAMSON § THIS SUPPLEMENTAL AGREEMENT NO. 1 to "Agreement between the City of Round Rock and Westwood Professional Services, Inc. for the Professional Consulting Services related to the CR 118 Wastewater Line Project"hereinafter called "Supplemental Agreement No. 1," is made by and between the CITY OF ROUND ROCK, a Texas home-rule municipality, with offices located at 221 East Main Street, Round Rock, Texas 78664, hereinafter called the "City" and WESTWOOD PROFESSIONAL SERVICES, INC., located at 8701 Mopac Expressway, Suite 320, Austin, Texas 78759, hereinafter called the"Consultant." WHEREAS, the City and Consultant previously executed the referenced Professional Consulting Services Agreement related to the CR 118 Wastewater Line Project, hereinafter called the"Agreement"; and WHEREAS, the Contract Amount set forth in the Agreement shall not exceed $53,327.50; and WHEREAS, the parties desire to amend the Scope of Services and increase the Contract Amount by an additional $285,550.00 as set forth herein; NOW THEREFORE, in consideration of the mutual promises and obligations in the Agreement and this Supplemental Agreement No. 1, the City and Consultant agree that said Agreement is amended and supplemented as follows: I. Section 2.0 of the Agreement is hereby amended to read as follows: 2.0 CITY SERVICES City shall perform or provide services identified in Exhibit "A" and the attached Addendum to Exhibit "A" titled "City Services," which shall be incorporated herein by reference for all purposes. 49I6-5594-4539/ss2 E - ),D z - a , II. Section 3.0 of the Agreement is hereby amended to read as follows: 3.0 SCOPE OF SERVICES A. Consultant has provided its proposal for Consulting Services, such proposal for Consulting Services being Exhibit `B" and the attached Addendum to 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" and the attached Addendum to Exhibit "B," pursuant to the Work Schedule set forth in Exhibit "C" and the Addendum to Exhibit "C," attached hereto and 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. III. Section 4.0 of the Agreement is hereby amended to read as follows: 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 the Addendum to Exhibit `B" and may only be modified by a written Supplemental Agreement executed by both parties as described in Section 9.0. IV. Section 5.0 of the Agreement is hereby amended to read as follows: 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 in Exhibit "D and Addendum to Exhibit "D," attached hereto, and incorporated herein by reference for all purposes. B. Consultant's total compensation for Consulting Services hereunder shall not exceed $338,877.50. This amount represents the absolute limit of City's liability to Consultant 2 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. V. This Supplemental Agreement No. 1 shall amend the original Agreement only as set forth herein with no other changes in terms or conditions of the original Agreement. [Signatures on the following page.] 3 IN WITNESS WHEREOF, the City and Consultant have executed this Supplemental Agreement to be effective as of the last date of due execution by both parties. CITY OF ROUND ROCK,TEXAS WESTWOOD PROFESSIONAL SERVICES,INC. By: By: Printed Name: i D 'C Printed Name: Jacob W. Valentien, P.E. Title: NAG1 1r Title: Public Infrastructure Market Leader Date Signed: (Z. /ZU 25 Date Signed: August 6, 2025 ATTEST: By: ACkA An rank in, City Clerk FOR CITY,APPROVED AS TO FORM: By: Stephanie L. San re, City Attorney 4 EXHIBIT A to Agreement between the City of Round Rock, Texas ("Client") and Westwood Professional Services, Inc., ("Westwood") for Consulting Services ADDENDUM TO EXHIBIT'A' CITY SERVICES THE COUNTY ROAD 118 WASTEWATER LINE PROJECT ADDITIONAL SERVICES PROJECT DESCRIPTION: The additional service to the County Road ii8 Improvements project consists of a wastewater interceptor along the proposed CR 118 roadway to service future land use to happen in coordination with the CR 118 roadway design.The proposed wastewater interceptor is to connect to the existing 18" wastewater interceptor at the intersection of CR 118 and Carmel Creekside Drive and continue northward to the intersection of CR 118 and University Blvd. The proposed project includes boring across the existing University Blvd to provide potential expansion across University Blvd.for future development. This is a continuation of the work provided under the CR 118 Wastewater Line Project(CM-2o24- 252)which included the Schematic Design and Layout Development of the wastewater interceptor as well as the Preliminary Design(30%Plan Submittal). BASIC SERVICES: A. Project Coordination 1. Project Coordination: • Coordinate with landowners and legal entities for Easement Acquisition, as necessary. • Coordinate with on-going or future City projects that may impact the Project. • Provide necessary record drawings or known existing utility information to the Engineer. 2. Communication and Reporting: • Attend review meetings with the Engineer at the end of each design phase. • Review and approve monthly invoices provided by the Engineer. • Review monthly progress reports provided by the Engineer. B. Preliminary Design(6o%Submittal): • Attend meeting with Engineer to review the defined deliverables for the Preliminary Design (6o% Submittal) as specified in Exhibit B - Engineering Services. • Review estimates of construction quantities and preliminary opinion of probable construction costs as provided by the Engineer. • Provide endorsement of the 60%submittal. 7/25/2025 Page 2 EXHIBIT A to Agreement between the City of Round Rock, Texas ("Client") and Westwood Professional Services, Inc., ("Westwood") for Consulting Services C. Final Design(90%and i00%Submittals): • Attend meeting with Engineer to review the defined deliverables for the Final Design (90% and i00% Submittals) as specified in Exhibit B - Engineering Services. • Provide standard front end contract documents and review assembled standard contract documents for the project. • Review estimates of construction quantities and final opinion of probable construction costs as provided by the Engineer. • Provide endorsement of final design package deliverables as specified in Exhibit B—Engineering Services. D. Bid Phase Services: 1. Provide endorsement of submitted bidding documents and approval of bid. 2. Provide assistance in answering administrative Bonfire questions. 3. Review and approve of the conformed issued for construction documents at the end of bidding. 4. Assist in coordination of contract documents upon selection of bidder for award. E. Construction Phase Services: 1. Preconstruction Conference. 2. Review of any pertinent submittals for approval after Engineer has reviewed and approved/commented. 3. Provide field inspection services. 4. Provide representation at scheduled project meetings. 5. City shall attend final inspection of the Project with representatives of the Engineer and the construction contractor. F. Project Completion 1. Review and provide endorsement of"Record Drawings"based upon markups and information provided by the construction contractor(s) and the Engineer representative. END OF EXHIBIT'A' 7/25/2025 Page 3 EXHIBIT B to Agreement between the City of Round Rock, Texas ("Client") and Westwood Professional Services, Inc., ("Westwood") for Consulting Services ADDENDUM TO EXHIBIT'B' ENGINEERING SERVICES THE COUNTY ROAD ii8 WASTEWATER LINE PROJECT ADDITIONAL SERVICES PROJECT DESCRIPTION: The additional service to the County Road 118 Improvements project consists of a wastewater interceptor along the proposed CR ii8 roadway to service future land use to happen in coordination with the CR 1i8 roadway design.The proposed wastewater interceptor is to connect to the existing 18" wastewater interceptor at the intersection of CR 118 and Carmel Creekside Drive and continue northward to the intersection of CR 118 and University Blvd. The proposed project includes boring across the existing University Blvd to provide potential expansion across University Blvd.for future development. This is a continuation of the work provided under the CR 118 Wastewater Line Project(CM-2o24- 252)which included the Schematic Design and Layout Development of the wastewater interceptor as well as the Preliminary Design(3o%Plan Submittal). The Engineer shall provide the necessary engineering and technical services for the completion of surveying and mapping, easement mapping, preparation of plans, specifications, and estimates for the Project. Design services related to the design and plan production for this Project will be performed in accordance with the latest available City of Round Rock Design and Construction Standards (DACS) Criteria Manual and TCEQ requirements. The development of this project will be consistent with City and TCEQ design procedures and practices.This project will be developed in coordination with the Roadway Project and will be developed utilizing Civil 3D and MicroStation. Below is a more complete description of services to be provided for the additional services for the wastewater interceptor in coordination with the roadway project: BASIC SERVICES: A. Surveying(FC 11o) 1. Establish Survey Control: Establish survey control along each street or intersecting streets as necessary. These control points will be established based on and tied to established City horizontal and vertical control points. The horizontal control for each street in the PROJECT will be established on the State Plane Coordinate System (NAD'83 Surface Coordinates) from Client monumentation. Control points will be established using 5/8"iron rods,18"long.These control points will be established using GPS and conventional surveying methods. 7/25/2025 Page 4 EXHIBIT B to Agreement between the City of Round Rock, Texas ("Client") and Westwood Professional Services, Inc., ("Westwood") for Consulting Services 2. Benchmark Loop: A benchmark circuit will be established, based on the vertical control points provided. These benchmarks will be located outside of the construction limits and put in such a place so that they may be easily found for future use. Benchmarks will be located at about i,000'intervals and will be referenced. Benchmarks shall be looped in accordance with good surveying practice prior to field surveys. All control leveling work will be performed using appropriate modified second order procedures with closed loops into the Project vertical control. 3. Boundary and Topographic Survey: Westwood to perform an on the ground survey of the additional survey required, along the proposed alignment of the wastewater main.The on-ground survey is to be under the direct supervision of a Registered Professional Land Surveyor. The additional survey will supplement the previous survey completed as part of the CR n8 Roadway Improvements project.The survey should include: • Location of permanent improvements on,and immediately adjacent to the site. • Establishment of the boundary of the tract based on the recorded deed information for the area north of University Drive. • Identification of any significant differences between the established boundary and deed or plat information for the area north of University Drive. • Monumentation of the boundary of the site in accordance with State of Texas surveying requirements for the area north of University Drive. • Information regarding the ownership of adjacent tracts for the area north of University Drive. • Spot elevations on a 50-foot grid. • Contours on one-foot intervals. • Top of curb and gutter,and edge of pavement elevations for paving on,and immediately adjacent to the site. • Location of visible utilities and appurtenances. • Location and sizes of underground utilities based on available record information. • Second, mobilization to locate geotechnical borings upon completion of geotechnical analysis. 4. Survey Processing: Westwood to combine survey data from the wastewater boundary and topographic survey with the existing roadway survey documentation as well as any documentation received from subsurface utility engineering QL B services into one comprehensive survey to be utilized for the wastewater design contract and for the roadway design contract. 7/25/2025 Page 5 EXHIBIT B to Agreement between the City of Round Rock, Texas ("Client") and Westwood Professional Services, Inc., ("Westwood") for Consulting Services B. Project Management and Administration(FC 145) 1. City Coordination • Westwood shall coordinate with City Utility Staff throughout Project duration. • Coordination items under this task to not fall under the typical scheduled meetings and review tasks. 2. Franchise Utility Coordination • Westwood will consult with the Client, public utilities, private utilities, and government agencies to determine the approximate location of above and underground utilities, and other facilities (current and future) that have an impact or influence on the Project in collaboration with the roadway design project. • Westwood will design Client facilities to avoid or minimize conflicts with existing utilities, and where known and possible, consider potential future utilities in designs in collaboration with the roadway design project. • Westwood will provide plans and coordinate with utility owner related to the relocation efforts of franchise utilities that remain in conflict with the proposed construction in collaboration with the roadway design project. • The summary of the franchise utility coordination is shown in the project management and administration section for the basic services although the labor estimates for this effort are documented in each of the 6o%, 9o%and i00%design phases according to the level of effort engineering fee breakdown document as part of this proposal. 3. Team Management: • Lead,manage and direct design team activities. • Ensure quality control is practiced in performance of the work. • Communicate internally among team members. • Communicate internally with the roadway team. • Allocate team resources. 4. Develop and Maintain Detailed Project Work Schedule: • Westwood to track and maintain work schedule to ensure project delivery is on time and any delays noted and schedule is updated. • Westwood to incorporate the wastewater design into the roadway design schedule such that the design will be complete and bid along with the roadway scope as one project. 5. Project Progress Meetings and Reports: • Westwood and Client to meet monthly to discuss project progress. • Westwood shall provide meeting minutes documenting decisions made during progress meetings. • Westwood shall conduct review meetings at the end of each design phase. 7/25/2025 Page 6 EXHIBIT B to Agreement between the City of Round Rock, Texas ("Client") and Westwood Professional Services, Inc., ("Westwood") for Consulting Services 6. Prepare and Submit Invoices: • Prepare and submit monthly invoice in the format acceptable to the Client. • Prepare and submit monthly progress reports and schedule updates. 7. Record Keeping: • Westwood shall keep meeting minutes and project updates on all decisions made regarding the Project design and timeline. All project notes shall be sent to Client. 8. Perform QA/QC: • Westwood commits to performing thorough QA/QC on all deliverables to the Client.A formal QA/QC process will be followed and documented for all deliverables to Client. C. Preliminary Design(6o%Submittal) (FC i60.i) The Preliminary Design shall be submitted to Client per the approved Project Schedule.Westwood will develop the preliminary construction plans of the Project as follows: 1. The Preliminary Design Package shall include the following and will be incorporated with the roadway project submittal: • Preliminary(6o%plans)to include: i. Updates to any project specific sheets for wastewater components such as: a) Cover Sheet b) General Notes c) Summary of Quantities Sheets d) Project Layout&Control Sheet e) Erosion Control Sheets 2. Wastewater Plan and Profile Sheets Scale 1" =4o'Horizontal; 1" =4'Vertical 3. Wastewater Detail Sheets • .KMZ file showing proposed linework. • Update the design report per the 60%submittal. • Update the estimate of construction quantities and the preliminary opinion of probable construction costs. 2. In addition to the Preliminary Design Package, Westwood will provide the following services during Preliminary Design: • Westwood to address Client comments from Preliminary Design (3o%) from the CM-2024-252 project. • Westwood commits to performing thorough QA/QC on all deliverable to the Client. • Westwood to attend monthly site visits/client conferences 7/25/2025 Page 7 EXHIBIT B to Agreement between the City of Round Rock, Texas ("Client") and Westwood Professional Services, Inc., ("Westwood") for Consulting Services 1. Westwood shall attend five(5)site visits/client conferences during 6o% design to verify design, in relation to the wastewater components. 2. The original contract for the roadway project already accounted for sending a representative of the Roadway team to site visits/client conferences. The identified additional five (5) meetings are for a representative of the wastewater team to attend when necessary. • Westwood shall attend a 6o% review meeting with the Client to review the submittal package. D. Final Design(9o%&i00%Submittals)(FC i6o.2) 1. Westwood to address Client comments from Preliminary Design(6o%). 2. Submit two(2)half sized ii"x17"sets of 90%plans,one(1)set of 9o%construction contract documents and 9o% opinion of probable construction costs for Client review. 3. Incorporate final Client review comments into the plans and construction contract documents to finalize construction plans for proposed improvements. 4. Finalize construction contract documents including front end documents compiled by the City Project Manager(PM),Client standard specifications,special technical specifications and special conditions(if any). 5. Prepare a final design report summarizing the findings and design. 6. Estimate of final construction quantities and final opinions of construction cost. 7. Submit(1)sealed(i00%)set of final plans and construction documents. 8. In addition to the Final Design Package, Westwood will provide the following services during Final Design: • Westwood commits to performing through QA/QC on all deliverable to the Client. • Westwood to attend monthly site visits/client conferences 1. Westwood shall attend five(5)site visits/client conferences during final design (9o% & i00%) to verify design, in relation to the wastewater components. 2. The original contract for the roadway project already accounted for sending a representative of the Roadway team to site visits/client conferences. The identified additional five (5) meetings are for a representative of the wastewater team to attend when necessary. • Westwood shall attend a 9o% and i00% review meeting with the Client to review the submittal package. 7/25/2025 Page 8 EXHIBIT B to Agreement between the City of Round Rock, Texas ("Client") and Westwood Professional Services, Inc., ("Westwood") for Consulting Services E. Subsurface Utility Engineering(FC 160.3) Westwood will provide Subsurface Utility Engineering (S.U.E.) Services through the use of a qualified sub-consultant. The S.U.E. will be performed to ASCE standard guidelines(ASCE 38-02).The deliverables for this project will be electronic files only in AutoCAD format.All Right-of-Entry Coordination is to be provided by Client.Non- Routing Traffic Control Measures are not included in the scope of services. As described in the publication,four levels have been established to describe the quality of utility location and attribute information used on plans.The four quality levels are as follows: • Quality Level D(QL"D")—Information derived from existing utility records. • Quality Level C (QL"C") — QL"D" information supplemented with information obtained by surveying visible above-ground utility features such as valves, hydrants,meters,manhole covers,etc. • Quality Level B (QL"B") —Two-dimensional (x, y) information obtained through the application and interpretation of non-destructive surface geophysical methods. Also known as"designating"this quality level provides the horizontal position of subsurface utilities within approximately one foot. • Quality Level A(QL"A")—Three dimensional(x,y,z)utility information obtained utilizing non-destructive vacuum excavation equipment to expose utilities at critical points which are then tied down by surveying. Also known as "locating", this quality level provides precise horizontal and vertical positioning of utilities within approximately 0.05 feet. It is anticipated that the scope will include QL B. F. Geotechnical Investigation(FC 163) 1. Through a qualified subcontractor, in relation to the wastewater line design, Westwood shall: • Perform soil investigations, including field and laboratory tests, borings, related engineering analysis and recommendations for determining soil conditions will be made. • Field and laboratory analysis will be made at reasonable intervals along the project alignment. • Recommendations regarding design of trench safety and below ground structure, and suitability of pipe materials and construction technologies will be prepared based on the results. 7/25/2025 Page 9 EXHIBIT B to Agreement between the City of Round Rock, Texas ("Client") and Westwood Professional Services, Inc., ("Westwood") for Consulting Services G. Bid Phase Services Westwood will support the bid phase of the project,in relation to the wastewater line design as follows. 1. Answer Contractor Questions: Westwood will develop and implement procedures for receiving and answering bidders' questions and requests for additional information. The procedures shall include a log of all significant bidders' questions and requests, and the response thereto. Westwood will provide technical interpretation of the contract bid documents and will prepare proposed responses to all bidders' questions and requests,in the form of addenda. 2. Pre Bid Conference: A member of the wastewater team shall attend the prebid conference in support of the Client and provide the agenda and meeting minutes. 3. Bid Opening: A member of the wastewater team shall attend the bid opening in support of the Client. 4. Contractor Bid Evaluation&Recommendation: • Westwood will tabulate and review all bids received for the construction project, assist the Client in evaluating bids, and recommend award of the contract. • Westwood will aassist the Client in determining the qualifications and acceptability of prospective contractors,subcontractors,and suppliers. • Westwood shall make a recommendation of award to the Client. 5. Conformed Construction Documents: Upon award of a contract by the Client,Westwood shall assist with the execution, assembly and distribution of the construction contract documents for the Project. H. Construction Phase Services 1. Preconstruction Conference: • A member of the wastewater team shall attend the preconstruction conference and provide the agenda and meeting minutes. 2. Attend Monthly Site Visits: • Westwood shall attend site visits and provide the agenda as construction proceeds to observe and prepare meeting notes to report on progress, in relation to wastewater line. 7/25/2025 Page 10 EXHIBIT B to Agreement between the City of Round Rock, Texas ("Client") and Westwood Professional Services, Inc., ("Westwood") for Consulting Services 3. Submittal Review: • Westwood shall review submittals for the wastewater line submitted by the Contractor for compliance with design concepts. 4. RFI Review: • Westwood shall review RFI's for the wastewater line submitted by the Contractor for compliance with design concepts. 5. Instructions to Contractor: • The Engineer shall provide necessary interpretations and clarifications of contract documents, review change orders and make recommendations as to the acceptability of the work, at the request of the Client, in relation to the wastewater line. 6. Substantial&Final Inspection: • The Engineer shall attend substantial & final inspection of the Project with representatives of the Client and the construction contractor.The Engineer will prepare a punch list as necessary and revisit site to ensure all punch list items are adequately addressed. I. Record Drawings: 1. Prepare construction "Record Drawings" based upon mark-ups and information provided by the construction contractor(s)and City project representative. Submit one (1) set of the record drawings (with "record drawing stamp" bearing the signature of the Engineer and the date) to the Client in digital and hard copy format.The Engineer to provide CAD files of the as-built drawings. Services not included in this contract: • Construction observation or inspection services • As-built surveys of constructed improvements • Reset property corner monumentation disturbed or removed during or after construction END OF EXHIBIT B' 7/25/2025 Page 11 EXHIBIT C to Agreement between the City of Round Rock, Texas ("Client") and Westwood Professional Services, Inc., ("Westwood") for Consulting Services ADDENDUM TO EXHIBIT`C' WORK SCHEDULE THE COUNTY ROAD ii8 WASTEWATER LINE PROJECT ADDITIONAL SERVICES Westwood will commence services upon singed contract and notice to proceed from the CLIENT. As this additional services proposal is in relation to the CR 118 roadway project, the intention is to submit 6o% wastewater plans by io/13/2o25 and 90% plans by 2/13/2026. Final plan submittal will be by 5/15/2°26. The goal is that the wastewater submittal will be incorporated with the roadway submittal by 9o%design. County Road 118 Wastewater Interceptor Extension 2024 2025 2026 2027 ID Task Name Start End Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 1 Schematic Design 10/22/2024 2/24/2025 111111111111111666. 2 City Review of Schematic Design 2/25/2025 3/17/2025 3 30%Design Package 3/18/2025 4/30/2025 4 City Review of 30%Design 5/1/2025 7/16/2025 5 Task Order Approval 7/17/2025 8/14/2025 6 60%Design Package 8/18/2025 10/13/2025 _ 7 ROW and Easement Acquisition 9/1/2025 10/2/2026 8 City Review of 60%Design 10/14/2025 10/31/2025 9 90%Design Package 11/3/2025 2/13/2026 10 City Review of 90%Design 2/16/2026 2/27/2026 II71%11. 11 100%Design Package 3/2/2026 5/15/2026 12 _ Bidding 7/1/2026 8/31/2026 13 Construction 9/1/2026 2/26/2027 END OF EXHIBIT`C' 7/25/2025 Page 12 EXHIBIT D to Agreement between the City of Round Rock Texas ("Client") and Westwood Professional Services, Inc., ("Westwood") for Consulting Services ADDENDUM TO EXHIBIT'13' FEE SCHEDULE THE COUNTY ROAD 1i8 WASTEWATER LINE PROJECT ADDITIONAL SERVICES COMPENSATION: For all additional professional services included in EXHIBIT 'A' and EXHIBIT `B', Scope of Services, Westwood shall be compensated an additional lump sum / not to exceed fee of $285,550.0o for the additional work as summarized below. The total lump sum fee shall be considered full compensation for the services described in EXHIBIT 'A' and EXHIBIT `B', including all labor materials,supplies,and equipment necessary to deliver the services. Additional Work—Wastewater Extension A. Survey $ 9,500.0o B. Project Management&Administration $ 21,970.00 C. Subsurface Utility Engineering $ 12,000.00 D. Geotechnical Investigation $ 26,500.0o E. Preliminary Design(60%) $ 83,105.00 F. Final Design(9o%&100%) $ 102,307.00 G. Bid Phase Services $ 7,812.5o H. Construction Phase Services $ 18,065.00 I. Record Drawings $ 4,950.0o J. ADDITIONAL WORK SUB TOTAL $ 286,210.00 K. Unreconciled Credit from Initial Agreement $ -66o.00 L. ADDITIONAL WORK OVERALL TOTAL $ 285,550.00 METHOD OF PAYMENT: Westwood shall be paid monthly payments as described in Article 3 of the AGREEMENT. The cumulative sum of such monthly partial fee payments shall not exceed the total current project budget including all approved Amendments. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of Westwood. Monthly statements for reimbursable services performed by sub consultants will be based upon the actual cost to Westwood plus ten percent(1o%). Direct expenses for services such as printing, express mail,fees,mileage and other direct expenses that are incurred during the progress of the project will be billed at 1.1 times Westwood's cost. END OF EXHIBIT`D' 7/25/2025 Page 13 WESTVNDOD PROFESSIONAL SERVICES PROJECT NO.:0050998.01 CLIENT:City of Round Rock PROJECT TITLE:The County Road 118 Wastewater Line Project Additional Services July 25,2025 TOTAL TOTAL DESCRIPTION OF WORK TASK SR PROJ SENIOR PROJECT GRAD ENGR kW S FEE MGR ENGR ENGR ENGR DESIGNER ADMIN PER PER 2245.00 $21000 $185.00 $155.00 $155.00 $9000 TASK TASK SURVEY SERVICES 3 0,800.110 MOBILIZATION B ON-GROUND SURVEY S 7,00000 SURVEY PROCESSING S 2,50000 PROJECT MANAGEMENT AND ADMINISTRATION 114.0 0 21,070.00 CITY COORDINATION 6.0 18.0 240 3 4,800.00 WASTEWATER TEAM MANAGEMENT 8.0 8.0 16.0 S 3440.00 ROADWAY TEAM COORDINATION 40 8.0 120 S 2,460.00 DEVELOP AND MAINTAIN DETAILED PROJECT WORK SCHEDULE 2.0 6.0 120 20.0 S 3460.00 PROJECT PROGRESS MEETINGS AND REPORTS 3.0 6.0 8.0 15.0 $ 2,775.00 PREPARE AND SUBMIT INVOICES 8.0 12.0 18.0 S 3,690.00 RECORD KEEPING 1.0 4.0 4.0 9.0 S 1 345.00 SUBSURFACE UTILITY ENGINEERING SERVICES 6 12,000.00 SUBSURFACE UTILITY ENGINEERING SERVICES 3 12 000.00 OEOTECHNICAL SERVICES 8 26,600.00 GEOTECHNICAL SERVICES 3 26,500.00 PRELIMINARY DESIGN-60% 494.0 0 83,105.00 ADDRESS COMMENTS FROM 30%SUBMITTAL 2.0 8.0 12.0 18.0 38.0 S 6.250.00 80%CONSTRUCTION PLANS WASTEWATER PUN AND PROFILE 8.0 40.0 80.0 120.0 228.0 37,260.00 EROSION CONTROL 10 4.0 120 240 41.0 6,555.00 DETAILS 1.0 40 120 24.0 41.0 6,565.00 60%OPINION OF PROBABLE CONSTRUCTION COSTS 2.0 80 24.0 34.0 5,690.00 8O%DESIGN REPORT 20 180 24.0 420 7,170.00 80%GAIOC 10 8.0 1,980.00 ROADWAY TEAM COORDINATION 1.0 4.0 4.0 9.0 1,605.00 FRANCHISE UTILITY COORDINATION 2.0 4.0 8.0 1.0 15.0 2,580.00 SITE VISITS/CLIENT CONFERENCE 10.0 15.0 5.0 30.0 6,000.00 130%REVIEW MEETING 2.0 2.0 40 8.0 1,480.00 FINAL DESIGN-00% 3117A 02,320.00 ADDRESS COMMENTS FROM 80%SUBMITTAL 20 4.0 8.0 16.0 30.0 4,95000 90%CONSTRUCTION PLANS WASTEWATER PLAN AND PROFILE 40 30.0 40.0 80.0 154.0 25,13000 EROSION CONTROL 0.5 1.0 4.0 8.0 13.5 2,167.50 DETAILS 0.5 1.0 20 8.0 11.5 1,167.50 PRELIMINARY CONTRACT DOCUMENTS B SPECS 4.0 16.0 24.0 4.0 480 8,020.00 90%OPINION OF PROBABLE CONSTRUCTION COSTS 1.0 4.0 8.0 13.0 2,225.00 90%DESIGN REPORT 1.0 8.0 18.0 25.0 4,205.00 90%ONGC 8.0 8.0 1,9130.00 • ROADWAY TEAM COORDINATION 2.0 8.0 8.0 18.0 3,210.00 FRANCHISE UTILITY COORDINATION 1.0 4.0 80 10 14.0 2,315.00 SITE VISITS/CLIENT CONFERENCE 8.0 12.0 4.0 24.0 4,800.00 90%REVIEWMEETI NG 2.0 2.0 4.0 8.0 1,480.00 • FINAL DESIGN-100% 113.0 31,117.10 ADDRESS COMMENTS FROM 95%SUBMITTAL 1.0 4.0 80 18.0 29.0 4,705.00 100%CONSTRUCTION PLANS WASTEWATER PUN AND PROFILE 1.0 4.0 8.0 32.0 45.0 7,195.00 EROSION CONTROL 0.25 10 4.0 8.0 133 2,106.25 DETAILS 0.25 1.0 4.0 80 13.3 2,1013.25 PRELIMINARY CONTRACT DOCUMENTS B SPECS 2.0 8.0 24.0 4.0 38.0 6,050.00 100%OPINION OF PROBABLE CONSTRUCTION COSTS 1.0 4.0 8.0 130 2,225.00 100%DESIGN REPORT 1.0 4.0 8.0 13.0 2,225.00 100%ONOC 16.0 3,920.00 ROADWAY TEAM COORDINATION 1 D 4.0 40 1,605.00 FRANCHISE UTILITY COORDINATION 1.0 4.0 8.0 1.0 2,315.00 SITE VISITS I CLIENT CONFERENCE 80 90 6.0 21.0 4,085-00 100%REVIEW MEETING 2.0 2.0 4.0 8.0 1,480.00 BID PHASE SERVICES 41.1 7,112.10 BID ADVERTISEMENT 0.25 0.25 0.5 107.50 ANSWER CONTRACTOR QUESTIONS 4.0 8.0 12.0 2480.00 PRE BID MEETING 15 1.5 - 3.0 64500 BID OPENING 1.5 15 3.0 84500 CONTRACTOR BID EVALUATION 8 RECOMMENDATION 20 2.0 40 8.0 1,480.00 CONFORMED CONSTRUCTION DOCUMENTS 1.0 2.0 4.0 8.0 15.0 247500 CONSTRUCTION PHASE SERVICES 118.4 10,066.00 PRECONSTRUCTION MEETING 2.0 2.0 4.0 860.00 ATTEND PROJECT MEETINGS 8 SITE VISITS 12.0 12.0 240 5160.00 SUBMITTAL REVIEW 4.0 12.0 180 3,200.00 RFI REVIEW 4.0 8.0 120 2460.00 SUBSTANTIAL 8 FINAL COMPLETION WALKTHROUGHS 10.0 180 26.0 5 410.00 FINAL CONTRACT PAPERWORK 1.0 2.0 40 7.0 975.00 RECORD DRAWINGS 2.0 4.0 80 16.0 30.0 1,861.16 ENGINEERING HOURS SUB-TOTALS 180.8 371.3 411.0 386.0 19.0 1,3411.0 ENGINEERING TOTAL LABOR COSTS S 44,283.75 $ 88,681.25 S 03,705.00 S 59,830.00 81,710.00 S 247,710.00 SUBCONSULTANT TOTAL LABOR COSTS 8 31,500.00 SUB TOTAL ENGINEERING AND SUBCONSULTANT COST 3 216,210.00 UNRECONCILED CREDIT FROM INITIAL AGREEMENT 6 (880.90) OVERALL TOTAL ENGINEERING AND SUBCONSULTANT COST 0 205,550.00 %OF TOTAL HOURS 132% 0.0% 27.1% 30.0% 28.2% 1.4% 100.0% DIRECT EXPENSES S - Engineering TOTAL DIRECT EXPENSES $ - LABOR COSTS: $ 247,710.00 SUBCONSULTANT COSTS'. S 38,600.00 UNRECONCILED CREDIT S (SEoO0) TOTAL ENGINEERING(Basle Services) 8 281JI00.60