Loading...
R-01-03-22-12G4 - 3/22/20014 7 � CILIC RESOLUTION NO. R 01 03 22 - 12G4 WHEREAS, the City of Round Rock desires to retain engineering services for the design of the East Water Transmission Line (Phase I) Improvements, 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 design of the East Water Transmission Line (Phase I) Improvements, a copy of said contract being attached hereto 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, and the Act. RESOLVED this 22nd day of March A TEST: R.\ WPDOCS \RESOLVII \R10311O4.WPD /ac a0ANNE City Secreta e 0- 0744174IEL, A Rd A. STLUKA, JR./Mayor City of Round Rock, Texas STATE OF TEXAS COUNTY OF WILLIAMSON THIS CONTRACT FOR ENGINEERING SERVICES ( "Contract ") is made by and between the City of Round Rock, 221 E. Main St., Round Rock, Texas 78664, hereinafter called "City" and HDR Engineering Inc. having its principal business address at 2211 South 111 35, Suite 300, Austin, TX 78741, hereinafter called "Engineer" for the purpose of contracting for Engineering services. WITNESSETH WHEREAS, Government Code, Chapter 2254, Subchapter A, "Professional Services Procurement Act" provides for the procurement of professional services of Engineers; and WHEREAS, Resolution No. establishes the City's policies and procedures for contracting for Engineering services; and WHEREAS, the City desires to contract for Engineering services described as follows: Engineer shall provide design, bidding, and construction phase services for the following: The scope of work includes a 48 -inch diameter finished water transmission pipeline, which commences at an existing 42 -inch line on the east side of the water treatment plant, runs parallel to a fence line on the Texas Crushed Stone property, then crosses under IH -35 just south of Westinghouse Road. Once on the east side of IH -35, the 48 -inch transmission line will parallel a new road on the Hewlett Holding property, turn northward, then run east along the north side of Westinghouse Road to a tie - point at an existing 36 - inch line that was built as part of the Terra Vista subdivision improvements. The lineal footage of the 48 -inch transmission line is estimated to be approximately 7,250 feet, but will depend on the specific routing of the line. The project also includes four major cased bore crossings: 1) the railroad tracks immediately east of the water treatment plant; 2) 1H -35 and its service roads; 3) Westinghouse Road; and 4) County Road 116. AGREEMENT Contract No. NOW, THEREFORE, the City and the Engineer, in consideration of the mutual covenants and agreements herein contained, do hereby mutually agree as follows: ARTICLE 1 SCOPE OF SERVICES TO BE PROVIDED BY City The City will furnish items and perform those services for fulfillment of the Contract as identified in Attachment A - Services to be Provided by the City, attached hereto and made a part of this Contract. Page 1 of 12 ARTICLE 2 SCOPE OF SERVICES TO BE PROVIDED BY Engineer The Engineer shall perform those Engineering services for fulfillment of the Contract as identified in Attachment B - Services to be Provided by the Engineer, attached hereto and made a part of this Contract. The Engineer shall prepare a schedule of work identified as Attachment C - Work and Fee Schedule, attached hereto and made a part of this Contract. The Work Schedule shall contain a complete schedule so that the Engineer's Scope of Services under this Contract can be accomplished within the specified time and contract cost. The Work Schedule will provide specific work sequence and definite review times by the City and the Engineer of the work performed. If the review time should take longer than shown on the work schedule, through no fault of the Engineer, the City through a supplemental agreement will authorize additional contract time if requested by a timely written request from the Engineer and approved by the City. Services to be performed by subconsultants to Engineer are included as Attachment D — Subconsultant Scopes of Work. ARTICLE 3 CONTRACT PERIOD After execution of this Contract, the Engineer shall not proceed with the work outlined under Article 2 until authorized in writing by the City to proceed as provided in Article 6. This Contract shall terminate at the close of business on unless extended by written supplemental agreement duly executed by the Engineer and the City prior to the date of termination, as provided in Article 11 - Supplemental Agreements, or otherwise terminated as provided in Article 19 - Termination. Any work performed or cost incurred after the date of termination shall be ineligible for reimbursement. The Engineer shall notify the City in writing as soon as possible if it determines, or reasonably anticipates, that the work under this Contract cannot be completed before the termination date, and the City may, at its sole discretion, extend the contract period by timely supplemental agreement as provided in Article 11 - Supplemental Agreements. The Engineer shall allow adequate time for review and approval of the request for time extension by the City prior to expiration of this Contract. The City shall pay and the Engineer shall receive the compensation hereinafter set forth, for the Design, Bidding and Construction Phases of the work and for Special Assignments and Services not included in these phases. A. DESIGN PHASE ARTICLE 4 COMPENSATION Payment for services in the Design Phase shall be on the basis of Lump Sum in the amount of One Hundred Fifty Eight Thousand Dollars ($158,000.00). This amount shall include Page 2of12 a Lump Sum fee of Twenty Two Thousand Five Dollars ($22,500.00) for subconsultant Baker - Aicklen & Associates, Inc., a Lump Sum fee of Seven Thousand Five Hundred Dollars ($7,500.00) for subconsultant Fugro McClelland (Southwest), Inc., and a Lump Sum Fee of Eleven Thousand Dollars ($11,000.00) for subconsultant Paul Price Associates, Inc. Final payment for services authorized in the Design Phase shall be due upon the completion of these services and upon the City's acceptance, which shall be within thirty (30) days after submission. B. BIDDING PHASE Payment for services in the Bidding Phase shall be made to the Engineer on a reimbursable, Per Diem basis in the amount not to exceed Twenty Four Thousand Two Hundred Dollars ($24,200.00). The services, as authorized by the City, shall be reimbursed based upon Direct Salary Cost ($ per hour) times an overhead factor of 3.40. All direct non -labor expenses will be billed at the invoice cost plus ten percent (10 %) service charge. (Note: Billing rates are revised each January to reflect salary increases.) The total Bidding Phase fee is based on a bidding period not exceeding two (2) months. Final payment for services authorized in the Bidding Phase shall be due upon the completion of these services and upon the City's acceptance, which shall be within thirty (30) days after submission. C. CONSTRUCTION PHASE Payment for services in the Construction Phase shall be made to the Engineer on a reimbursable, Per Diem basis in the amount not to exceed Eighty Four Thousand Three Hundred Dollars ($84,300.00). This amount shall include a reimbursable, Per Diem fee not to exceed Seven Thousand Dollars ($7,000.00) for subconsultant Baker - Aicklen & Associates, Inc. The services, as authorized by the City, shall be reimbursed based upon Direct Salary Cost ($ per hour) times an overhead factor of 3.40 for the Engineer and based upon the attached rate schedules for the subconsultants. All direct non -labor expenses will be billed at the invoice cost plus ten percent (10 %) service charge. (Note: Billing rates are revised each January to reflect salary increases.) The total Construction Phase fee is based on a construction period not exceeding six (6) months. Final payment for services authorized in the Construction Phase shall be due upon the completion of these services and upon the City's acceptance, which shall be within thirty (30) days after submission. Page 3 of 12 D. SPECIAL ASSIGNMENTS AND SERVICES NOT INCLUDED IN ABOVE PERCENTAGE CHARGES The charges above described in the Design, Bidding, and Construction Phases shall provide compensation to the Engineer for all services called for under this Agreement to be performed by him, or under his direction, except the services set forth below. These excluded services and Special Assignments, and the compensation to be paid by the City to the Engineer for their performance, as required, are as follows: 1. Performance of property surveys and preparation of property or easement descriptions. 2. Assistance to the City as an expert witness in any mediation, arbitration, or litigation with third parties, arising from the development or construction of the Project. The Special Assignments and excluded services, as authorized by the City, shall be reimbursed based upon Direct Salary Cost ($ per hour) times an overhead factor of 3.40 for the Engineer. All direct non -labor expenses will be billed at the invoice cost plus ten percent (10 %) service charge. (Note: Billing rates are revised each January to reflect salary increases.) The Contract total fees without modification of the Contract are Two Hundred Sixty Six Thousand and Five Hundred Dollars ($266,500.00) as shown in Attachment C - Work and Fee Schedule. The amount payable may be revised by supplemental agreement in the event of a change in scope, additional complexity from that originally anticipated or character of work as authorized by the City. The Engineer shall prepare and submit to the City monthly progress reports in sufficient detail to support the progress of the work and in support of invoice requesting monthly payment. Satisfactory progress of work shall be maintained as a condition of payment. The fee may be adjusted if additional work is approved by supplemental agreement and performed by the Engineer. ARTICLE 5 METHOD OF PAYMENT Payments to the Engineer for services rendered will be made while work is in progress. The Engineer will prepare and submit to the City, no more frequently than once per month, a progress report stating the percent completion of the work accomplished during the billing period and to date, and one original and one copy of a certified invoice in a form acceptable to the City. Payment of the lump sum fee will be in proportion to the percent completion of the work tasks identified in Attachment C. Upon receipt and approval of each statement, the City shall make a good faith effort to pay the amount, which is due and payable within Thirty (30) days. The City shall reserve the right to withhold payment pending verification of satisfactory work performed. The Engineer must submit adequate proof to the City that the task was completed. Page 4 of 12 i) The certified statements shall show the total amount earned to the date of submission and the amount due and payable as of the date of the current statement. Final payment does not relieve the Engineer of the responsibility of correcting any errors and/or omissions resulting from its negligence. ARTICLE 6 NOTICE TO PROCEED The City will issue a written authorization to proceed with the work identified in the scope of services. The City shall not be responsible for actions by the Engineer or any costs incurred by the Engineer relating to additional work not included in Attachment B - Services to be Provided by the Engineer. ARTICLE 7 PROGRESS The Engineer shall, from time to time during the progress of the work, confer with the City. The Engineer shall prepare and present such information as may be pertinent and necessary, or as may be requested by the City, in order to evaluate features of the work. At the request of the City or the Engineer, conferences shall be provided at the Engineer's office, the office of the City, or at other locations designated by the City. These conferences shall also include evaluation of the Engineer's services and work when requested by the City. Should the City determine that the progress in production of work does not satisfy the Work Schedule, the City shall review the work Schedule with the Engineer to determine corrective action needed. The Engineer shall promptly advise the City in writing of events which have a significant impact upon the progress of the work, including: (1) problems, delays, adverse conditions which will materially affect the ability to attain program objectives, prevent the meeting of time schedules and goals, or preclude the attainment of project work units by established time periods; this disclosure will be accompanied by statement of the action taken, or contemplated, and any City assistance needed to resolve the situation; and (2) favorable developments or events which enable meeting the work schedule goals sooner than anticipated. ARTICLE 8 SUSPENSION Should the City desire to suspend the work, but not terminate the Contract, this may be done by thirty (30) calendar days verbal notification followed by written confirmation from the City to that effect. Both parties may waive the thirty -day notice in writing. The work may be reinstated and resumed in full force and effect within sixty (60) days of receipt of written notice from the City to resume the work. Both parties may waive the sixty-day notice in writing. Page 5of12 If the City suspends the work, the contract period as determined in Article 3 is not affected and the Contract will terminate on the date specified unless the Contract is amended. The City assumes no liability for work performed or costs incurred prior to the date authorized by the City to begin work, during periods when work is suspended, or subsequent to the contract completion date. ARTICLE 9 ADDITIONAL WORK If the Engineer is of the opinion that any work it has been directed to perform is beyond the scope of this Contract and constitutes extra work, it shall promptly notify the City in writing. In the event the City finds that such work does constitute extra work and exceeds the maximum amount payable, the City shall so advise the Engineer and a written supplemental agreement will be executed between the parties as provided in Article 11. The Engineer shall not perform any proposed additional work or incur any additional costs prior to the execution, by both parties, of a supplemental agreement. The City shall not be responsible for actions by the Engineer or any costs incurred by the Engineer relating to additional work not directly associated with the performance of the work authorized in this Contract or as amended. ARTICLE 10 CHANGES IN WORK If the City finds it necessary to request changes to previously satisfactorily completed work or parts thereof which involve changes to the original scope of services or character of work under the Contract, the Engineer shall make such revisions if requested and as directed by the City. This will be considered as additional work and paid for as specified under Article 9 - Additional Work. The Engineer shall make such revisions to the work authorized in this Contract which has been completed as are necessary to correct errors appearing therein, when required to do so by the City. No additional compensation shall be paid for this work. ARTICLE 11 SUPPLEMENTAL AGREEMENTS The terms of this Contract may be modified by supplemental agreement if the City determines that there has been a significant change in (1) the scope, complexity or character of the service to be performed; or (2) the duration of the work. Additional compensation, if appropriate, shall be identified as provided in Article 4. Any supplemental agreement must be executed by both parties within the contract period specified in Article 3 - Contract Period. It is understood and agreed that no claim for extra work done or materials furnished shall be made by the Engineer until full execution of the supplemental agreement and authorization to Page 6 of12 proceed is granted by the City. The City reserves the right to withhold payment pending verification of satisfactory work performed. ARTICLE 12 OWNERSHIP OF DOCUMENTS All data, basic sketches, charts, calculations, plans, specifications, and other documents created or collected under the terms of this Contract are the exclusive property of the City and shall be furnished to the City upon request. All documents prepared by the Engineer and all documents famished to the Engineer by the City shall be delivered to the City upon completion or termination of this Contract. The Engineer, at its own expense, may retain copies of such documents or any other data which it has furnished the City under this Contract. Release of information shall be in conformance with the Texas Open Records Act. ARTICLE 13 PERSONNEL, EQUIPMENT AND MATERIAL The Engineer shall furnish and maintain, at its own expense, quarters for the performance of all services, and adequate and sufficient personnel and equipment to perform the services as required. All employees of the Engineer shall have such knowledge and experience as will enable them to perform the duties assigned to them. Any employee of the Engineer who, in the opinion of the City, is incompetent, or whose conduct becomes detrimental to the work, shall immediately be removed from association with the project when so instructed by the City. The Engineer certifies that it presently has adequate qualified personnel in its employment for performance of the services required under this Contract, or will be able to obtain such personnel from sources other than the City. The Engineer may not change the Project Manager without prior consent of the City. ARTICLE 14 SUBCONTRACTING The Engineer shall not assign, subcontract or transfer any portion of the work under this Contract without prior written approval from the City. All subcontracts shall include the provisions required in this Contract and shall be approved as to form, in writing, by the City prior to work being performed under the subcontract. No subcontract relieves the Engineer of any responsibilities under this Contract. ARTICLE 15 EVALUATION OF WORK The City and any authorized representatives shall have the right at all reasonable times to review or otherwise evaluate the work performed or being performed hereunder and the premises in which it is being performed. If any review or evaluation is made on the premises of the Engineer or a subprovider, the Engineer shall provide and require its subproviders to provide all reasonable Page 7 of 12 facilities and assistance for the safety and convenience of the City or USDOT representatives in the performance of their duties. ARTICLE 16 SUBMISSION OF REPORTS All applicable work shall be submitted in preliminary form for approval by the City before the final version of the work is issued. The City's comments on the Engineer's preliminary work will be addressed in the final work product. ARTICLE 17 VIOLATION OF CONTRACT TERMS/BREACH OF CONTRACT Violation of Contract terms or breach of contract by the Engineer shall be grounds for termination of the Contract and any increased cost arising from the Engineer's default, breach of contract or violation of contract terms shall be paid by the Engineer. ARTICLE 18 TERMINATION The Contract may be terminated before the stated termination date by any of the following conditions. (1) By mutual agreement and consent, in writing of both parties. (2) By the City by notice in writing to the Engineer as a consequence of failure by the Engineer to perform the 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 the City for reasons of its own and not subject to the mutual consent of the Engineer upon not less than thirty (30) days written notice to the Engineer. (5) By satisfactory completion of all services and obligations described herein. Should the 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 the Engineer. In determining the value of the work performed by the Engineer prior to termination, the City shall be the sole judge. Compensation for work at termination will be based on a percentage of the work completed at that time. Should the City terminate this Contract under (4) of the paragraph identified above, the amount charged during the thirty (30) day notice period shall not exceed the amount charged during the preceding thirty (30) days. If the Engineer defaults in the performance of this Contract or if the City terminates this Contract for fault on the part of the Engineer, the City will give consideration to the actual costs Page 8of12 incurred by the Engineer in performing the work to the date of default, the amount of work required which was satisfactorily completed to date of default, the value of the work which is usable to the City, the cost to the City of employing another firm to complete the work required and the time required to do so, and other factors which affect the value to the City of the work 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 the City and the Engineer under this Contract, except the obligations set forth in Article 19 of this Contract. If the termination of this Contract is due to the failure of the Engineer to fulfill its contract obligations, the City may take over the project and prosecute the work to completion. In such case, the Engineer shall be liable to the City for any additional cost occasioned the City. The Engineer shall be responsible for the settlement of all contractual and administrative issues arising out of the procurement made by the Engineer in support of the scope of services under this Contract. ARTICLE 19 COMPLIANCE WITH LAWS The Engineer shall comply with all applicable Federal, State 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, worker's compensation laws, minimum and maximum salary and wage statutes and regulations, and licensing laws and regulations. When required, the Engineer shall furnish the City with satisfactory proof of its compliance therewith. ARTICLE 20 INDEMNIFICATION The Engineer shall save harmless the City and its officers and employees from all claims and liability due to activities of itself, its agents, or employees, performed under this Contract and which are caused by or result from negligent error, omission, or act of the Engineer or of any person employed by the Engineer. The Engineer shall also save harmless the City from any and all expense, including, but not limited to, attomey fees which may be incurred by the City in litigation or otherwise resisting said claim or liabilities which may be imposed on the City as a result of such activities by the Engineer, its agents, or employees. ARTICLE 21 Engineer's RESPONSIBILITY The Engineer shall be responsible for the accuracy of its work and shall promptly make necessary revisions or corrections resulting from its errors, omissions, or negligent acts without compensation. The City will determine the Engineer's responsibility for all questions arising from design errors and/or omissions. The Engineer will not be relieved of the responsibility for Page 9of12 subsequent correction of any such errors or omissions or for clarification of any ambiguities until after the construction phase of the project has been completed. ARTICLE 22 Engineer's SEAL The responsible Engineer shall sign, seal and date all appropriate Engineering submissions to the City in accordance with the Texas Engineering Practice Act and the Rules of the State Board of Registration for Professional Engineers. ARTICLE 23 NONCOLLUSION The Engineer warrants that it has not employed or retained any company or persons, other than a bona fide employee working solely for the Engineer, to solicit or secure this Contract and that 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, the City shall have the right to annul this Contract without liability or, in its discretion, to deduct from the contract price or compensation, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. ARTICLE 24 INSURANCE The Engineer shall furnish the City a properly completed Certificate of Insurance approved by the City prior to beginning work under this Contract and shall maintain such insurance through the contract period. ARTICLE 25 INSPECTION OF Engineer's BOOKS AND RECORDS AND AUDIT REQUIREMENTS The City shall have the exclusive right to examine the books and records of the Engineer for the purpose of checking the amount of work performed by the Engineer at the time of contract termination. The Engineer shall maintain all books, documents, papers, accounting records and other evidence pertaining to cost incurred and shall make such materials available at its office during the contract period and for four (4) years from the date of final payment under this Contract or until pending litigation has been completely and fully resolved, whichever occurs last. The City or any of its duly authorized representatives, shall have access to any and all books, documents, papers and records of the Engineer which are directly pertinent to this Contract for the purpose of making audits, examinations, excerpts and transcriptions. Page 10 of 12 ARTICLE 26 DEBARMENT, SUSPENSION AND DISCIPLINARY ACTION The Engineer warrants that the representations included in the Debarment Certification (Negotiated Contracts) submitted with the offer to provide services are current and still valid. ARTICLE 27 COPYRIGHTS The 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 the Engineer for governmental purposes. ARTICLE 28 COMPUTER GRAPHICS FILES The Engineer agrees to comply with the Special Provision "Computer Graphics Files for Document and Information Exchange," if determined by the City to be applicable to this Contract and if so stated in Attachment B and attached hereto. ARTICLE 29 SUCCESSORS AND ASSIGNS The Engineer, and the City, do hereby bind themselves, their successors, executors, administrators and assigns to each other party of this agreement and to the successors, executors, administrators, and assigns of such other party in respect to all covenants of this Contract. The Engineer shall not assign, subcontract or transfer its interest in this Contract without the prior written consent of the City. ARTICLE 30 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, 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 31 PRIOR CONTRACT SUPERSEDED This Contract constitutes the sole and only agreement of the parties hereto and supersedes any prior understandings or written or oral contracts between the parties respecting the subject matter defined herein. Page 11 of 12 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 address: City of Round Rock Attn.: City Manager 221 E. Main St. Round Rock, TX 78664 With copy to: Stephan L. Sheets City Attorney 309 E. Main St. Round Rock, Texas 78664 The undersigned signatory or signatories for the Engineer hereby represent and warrant that the signatory is an officer of the organization for which he or she has executed this Contract and that he or she has full and complete City to enter into this Contract on behalf of the firm. The above - stated representations and warranties are made for the purpose of inducing the City to enter into this Contract. IN WITNESS HEREOF, the City and the Engineer have executed these presents in duplicate. Engineer (HDR Engineering, Inc.) By: Date: James K. Haney s .E. Executive Vice President LIST OF ATTACHMENTS ARTICLE 32 NOTICES HDR Engineering Inc. Attn.: James K. Haney P.E. 2211 S. IH -35, Suite 300 Austin, TX 78741 ARTICLE 33 . SIGNATORY WARRANTY City of Round Rock Mayor Attachment A - Services to be Provided by the City Attachment B - Services to be Provided by the Engineer Attachment C - Work and Fee Schedules Attachment D - Subconsultant Scopes of Work Page 12 of 12 ATTACHMENT A SERVICES TO BE PROVIDED BY THE City 4. Provide timely review of construction plans, technical specifications, and contract documents. 3. Assist Engineer in visiting pipeline route, cased bore crossings, tie -in locations as needed to finalize the Project route. 2. Provide as -built or construction drawings of existing utilities and locate existing utilities as requested by Engineer. The City of Round Rock shall furnish to the Engineer the following items, information, and assistance: 1. Provide copies of existing aerial mapping, planimetric mapping, and water treatment plant piping information. 1 DESIGN PHASE ATTACHMENT B SERVICES TO BE PROVIDED BY THE Engineer 1. Establish the scope, and advise the City, of any soil and foundation investigations or any special testing which, in the opinion of the Engineer, may be required for the proper execution of the Project. A scope of work, fees, and performance schedule have been developed and the work will be completed by Fugro McClelland (Southwest), Inc. under a subconsultant agreement with the Engineer. 2. Furnish to the City, where required by the circumstances of the assignment, the engineering data necessary for applications for routine permits by local, state, and federal authorities (as distinguished from detailed applications and supporting documents for government grants -in- aid, state loan programs, planning advances or to meet the requirements of the special programs of the federal govermnent). The Engineer shall also assist the City in obtaining approval of the aforementioned routine permit applications from local, state, and federal authorities. 3. Perform field surveys to collect information, which in the opinion of the Engineer, is required in the design of the Project. A scope of work, fees, and performance schedule has been developed'and Baker - Aiklen & Associates, Inc. will complete the work under a subconsultant agreement with the Engineer. Construction staking of the pipe centerline is included in the fee for Construction Phase services. 4. Prepare detailed specifications and contract drawings, for construction authorized by the City based upon the approved Preliminary Engineering Report East Transmission Line and the revised Opinion of Probable Construction Costs. These designs shall in all respects combine the application of sound engineering principles with a high degree of economy, and shall be submitted to the applicable state agencies for approval. 5. The specifications will be prepared in conformance with the sixteen - division format of the Construction Specification Institute and will be based upon Engineer's master specifications. The General Conditions and other Contract Documents will be the City's standard documents with the revisions previously suggested by the Engineer and approved by the City. 6. Prepare for review and approval by City, its legal counsel and other advisors, contract agreement forms, general and supplementary conditions of the construction contract, proposal form, invitation to bid and instructions to bidders. 7. Evaluations of the City's Project budget, preliminary estimates of Construction Cost and detailed estimates of Construction Cost, if any, prepared by Engineer, represent Engineer's best judgment as a design professional familiar with the construction industry. It is recognized, however, that neither Engineer nor the City has control over the cost of labor, materials or equipment; over the Contractor's methods of determining bid prices; or over competitive bidding, market or negotiating conditions. Accordingly, Engineer cannot and does not warrant or represent that bids or negotiated prices will not vary from the City's Project budget or from any estimate of Construction Cost or evaluation prepared or agreed to by Engineer. 8. Furnish the City all necessary copies of review sets and final approved plans, specifications, notices to bidders, and proposals. 9. Provide information on utilities to be relocated in connection with the project. The City will provide excavation to determine location and depth of underground water and sewer lines. Utilities to be relocated by others shall be noted on the plans. City utilities to be relocated shall also be noted on the plans. Where feasible, relocation of City-owned utilities shall be included in the construction contract. BIDDING PHASE 1. Assist City in advertising for and obtaining proposals or negotiating proposals for the prime contract for construction materials, equipment and services to be performed by a contractor for the project (hereinafter called "Work "); and, where applicable, maintain a record of prospective bidders to whom Contract Documents have been issued, attend pre -bid conference and receive and process deposits for Contract Documents. 2. Issue addenda as appropriate to interpret, clarify or expand the Contract Documents. 3. Consult with City to determine the acceptability of substitute materials and equipment proposed by potential contractor(s) when substitution prior to the award of contracts is allowed by the Contract Documents. 4. Attend the bid opening and prepare bid tabulation sheets. Assist City in evaluating bids or proposals and in assembling and awarding contracts for construction materials, equipment and services. CONSTRUCTION PHASE 1. Consult with and advise City as set forth herein and as provided in the General Conditions and Supplementary General Conditions of the Contract for Construction included in the Contract Documents for the project. The extent and (imitations of the duties and responsibilities of Engineer as assigned in said Contract Documents shall not be modified, except as Engineer may otherwise agree in writing. City shall issue all instructions to the 2 contractor performing the Work (hereinafter called "Contractor ") except as otherwise provided in writing. 2. Make periodic visits to the site to observe the progress and quality of the executed work and to determine in general if the work is proceeding in accordance with the Contract Documents. In performing this service, the Engineer will not be required to make exhaustive or continuous on -site inspections to check the quality or quantity of the work or material; he will not be responsible for the techniques and sequences of construction or the safety precautions incident thereto, and he will not be responsible or liable in any degree for the contractors' failure to perform the construction work in accordance with the Contract Documents. During visits to the construction site, and on the basis of the Engineer's on -site observations as an experienced and qualified design professional, he will keep the City informed of the extent of the progress of the work, and advise the City of material and substantial defects and deficiencies in the work of contractors which are discovered by the Engineer or otherwise brought to the Engineer's attention in the course of construction, and may, on behalf of the City, exercise whatever rights the City may have to disapprove work and materials as failing to conform to the Contract Documents. 3. Make recommendations to City concerning the disapproval or rejection of Contractors' Work while it is in progress if Engineer believes that such Work will not produce a completed project that conforms generally to the Contract Documents or that it will prejudice the integrity of the design concept of the project as reflected in the Contract Documents. Engineer shall have access to the Work at all times wherever it is in preparation or progress. 4. Consult and advise with the City; issue all instructions to the contractor requested by the City; and prepare routine change orders as required. 5. Evaluate and determine the acceptability of substitute materials and equipment proposed by Contractor. 6. Make recommendations to City regarding the advisability of requiring special inspections or testing of the Work and have City, for the purposes of this paragraph, receive and review all certificates of inspections, testing and approvals required by laws, rules, regulations, ordinances, codes, orders or the Contract Documents to determine generally that their content complies with the requirements of, and the results certified indicate compliance with, the Contract Documents. 7. Act as initial interpreter of the requirements of the Contract Documents, judge the acceptability of the Work and make decisions on all claims of City and Contractor relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the execution and progress of the Work. Engineer shall not be liable for the results of any such interpretations or decisions rendered in good faith. 3 8. Review samples, catalog data, schedules, shop drawings, laboratory, shop and mill tests of materials and equipment and other data which the contractor is required to submit, only for conformance with the design concept of the Project and compliance with the information given by the Contract Documents; and assemble written guarantees which are required by the Contract Documents. 9. Determine the amount owing to Contractor based on Engineer's observations at the site and the data comprising the Application for Payment, and recommend in writing payments to Contractor in such amounts. Such recommendations of payment will constitute a representation to City that the Work has progressed to the point indicated and that, to the best of Engineer's knowledge, information and belief, the quality of the Work is in accordance with the Contract Documents. The foregoing representations are subject to an evaluation of the Work for conformance with the Contract Documents upon Substantial Completion, to results of subsequent tests and inspections of others, to minor deviations from the Contract Documents correctable prior to completion and to specific qualifications expressed by Engineer. The issuance of a recommendation will further constitute a representation that the Contractor is entitled to payment in the amount certified. However, the issuance of a recommendation for payment will not be a representation that the Engineer has (1) made exhaustive or continuous on -site inspections to check the quality or quantity of the Work; (2) reviewed construction means, methods, techniques, sequences or procedures; (3) reviewed copies of requisitions received from Subcontractors and material suppliers and other data requested by the City to substantiate the Contractor's right to payment; or (4) made examination to ascertain how or for what purpose the Contractor has used money previously paid on account of the Contract Price. 10. Receive and review maintenance and operating instructions, schedules, guarantees, bonds, certificates of inspection and tests and approvals of equipment, which are to be provided by Contractor in accordance with the Contract Documents. Determine that their content complies with the requirements of the Contract Documents and transmit them to City with written comments. 11. Conduct, in company with the City, a preliminary and a final inspection of the Project for assessing conformance with the design concept and compliance with the Contract Documents, determining the substantial completion date for the Project, and recommending final payment to the contractor in writing. 12. Revise contract drawings, with the assistance of the City's representative, to provide record drawings of the completed Project. Furnish one set of reproducible drawings, electronic files (AutoCadd Release 14 on CD ROM), and two sets of prints of the record drawings to the City. Because data stored in electronic media format can deteriorate or be modified inadvertently or otherwise without authorization of the data's creator, the party receiving electronic files agrees that it will perform acceptance tests or procedures within 60 days, after which the receiving party shall be deemed to have accepted the data thus transferred. Any errors detected within the 60 -day acceptance period will be corrected by the party delivering the 4 electronic files. Engineer shall not be responsible to maintain documents stored in electronic media format after acceptance by the City. When transferring documents in electronic media format, Engineer makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by Engineer at the beginning of this Project. The City may make and retain copies of Documents for information and reference in connection with use on the Project by the City. Such Documents are not intended or represented to be suitable for reuse by the City or others on extensions of the Project or on any other project. Any such reuse or modification without written verification or adaptation by Engineer, as appropriate for the specific purpose intended, will be at the City's sole risk and without liability or legal exposure to Engineer or to Engineer's subconsultants. The City shall indemnify and hold harmless Engineer and Engineer's subconsultants from all claims, damages, losses, and expenses, including attorneys' fees arising out of or resulting there from. If there is a discrepancy between the electronic files and the hard copies, the hard copies will govern. 13. Compile, review, and comment on operation and maintenance manuals, which will be provided by Contractor in accordance with the Contract Documents. 14. Assist City staff during start-up of the project. The Engineer shall provide technical support and professional advice regarding any unforeseen problems with the operation and maintenance of the Project for a period of 1 year to the City. 5 ATTACHMENT C WORK AND FEE SCHEDULES Work and fee schedules are provided on the next three pages. CITY OF ROUND ROCK, TEXAS BARTON HILL 48" TRANSMISSION LINE PROJECT SCHEDULE HDR Engineering, Inc. 2/26/01 2001 2002 TASKS J F M A M J J A S O N D J F M A M J J A S O N D Engineering Design Notice to Proceed Environmental Assessment and Permitting Surveying and Geotechnical Investigations 50% Plans and Specifications City Review Final Contract Documents, Plans & Specifications Advertisement, Bidding & Award Construction Start -up and Testing X fir' X CITY OF ROUND ROCK, TEXAS BARTON HILL 48" TRANSMISSION LINE PROJECT SCHEDULE HDR Engineering, Inc. 2/26/01 Sheet Sheet/Task Description F SERIES '0000 - General Project Information # 0001 Cover # 0502 Sheet Index, Location, and Key Map # OG03 General Notes # 0504 Abbreviations and General Legend ISERIES'1000 -Plan and Protees tt 1('07 Transmission L a Plan & Profile (1' =50') # 1002 Transmission Line Plan & Profile (1• =50') # 1003 Transmission Line Plan & Profile (1' =5O') # 1004 Transmission Line Plan & Profile (1' =50') # 1005 Transmission Line Plan & Profile (1'=50') # 1006 Transmission Line Plan & Profile (1' =50') SERIES - 2000 - 1 dr " Details # 2C01 General Civil Details # 2CO2 Erosion Control Details # 2003 Embedment Details # 2004 Typical Crossing Details # 2005 1435 Crossing Profile and Details # 2006 Connection Details # 2C07 Joint Restraint, Thrust Blocking, & Pipe Support # 2C08 Valve Details # 2C09 Water Line Markers and Test Station Details # 2010 Tree Protection, Tree List, & Fence/Gate Details # 2011 Traffic Control Plan LPRO]ECTMANUAL - - -"^^-- DNlsion - Bidding Requirements & Conditions Division 1 - General Requirements Division 2 - Site Work Division 3 - Concrete Division 15 - Mechanical Meetings: 24 Weeks Est. Project Duration 4 Week Interval between Client Meetings 4 Hours per Client Meeting' Total Meeting Hours. Project Administration PI:ABORTOTAES ,REIMBURSABLE DIRECT' COSTS Postage & Delivery Travel Expenses Miscellaneous Printing & Photocopying (Check Pnnts 11017) Telephone HDR Computers' Engineenng Application CADD Applications SUBCONSULTANT Paul Price Fugro Bake0Alcklen City of Round Rock Barton Hill 48" Transmission Line DESIGN PHASE SERVICES Budget Hours Project Project Senior Project Admm Task Principal Manager En_ alneer 05515 0 Technkaan Assistant 5600 $1,500 $700 $400 2 8 2 2 2 4 8 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 36 36 36 36 36 16 16 16 16 16 16 2 4 4 2 8 2 2 6 2 8 34 16 4 8 16 2 32 4 2 16 2 2 24 2 2 24 2 4 8 8 2 2 4 4 16 8 2 8 4 16 40 40 TOTAL HOURS 4 12 24 24 40 20 81 hours rj0 295 hours® 62 $10 $15 218 526 6 Months 550 00 per month Iump sum mileage 6 Months $75 00 per month 6 Months $0.10 per copy 6 Months 510000 per month 174 8 16 8 16 56 500 copies/mn 56,500 06,500 $6,500 06,500 06,500 $6,500 51,200 $1,300 51,400 51,400 $6,300 03,200 53,500 52,100 $2.700 $2,700 52,400 . � 52,500 52,500 52.800 52.800 57,400 $8 $6,200 I ITOTAL LABOR FEE 8109,400 0 $300 5750 5450 5300 $600 5800 54,400 TOTAL REIMBURSABLE DIRECT COSTS 57,600 1 $11,000 $7,500 $22,500 TOTAL SUBCONSULTANTS $41,000 0 'TOTAL FEE $158,000 Task Description Admmstr3bon 8 Weeks Est BM Durs6on 5 Phone Calls/Week Fours per Phone Cal Phone C811 Allowance P 3 t Meeting Addenda (Estimated od 3.20 Correspondence Recwnmmdaton for Award LABOR TOTALS 1510Anp Expenses 00— ..a:++.wea ✓a. Postage 8 Delivery Trav5 006■40s Prinikg & P1 Sets R yin Printing of Bid 14 Telephone EnDinecng A s CAD° Applications SO10 'TOTAL BIDDING FEE 324,2001 ICONSTRUCTION�.. Mee' gsrSlte OIsIL 24 Weeks Est. Project [Mattel 05 Sae Visits per Week Hour p05 Mart Visit Tlme Allowance Pn>Co struct0n Meeting Correspondence Hours per Week Project Correspondence Administrative (monthly reports, riles. Ming. subcontract °Min) 'C�strud cACminf0lro0on Par Appuca0as 3 Hours per Contractor Payment Requests Submttal Review Hours per Shop Drawing Review 20 Shop Drawing Submittals Fours per 08M Menaul Review 3 O&M manuals Hours per Misc. Or Resu6Mri41 5 .08e and 6Be00051Va160vlew (2395) Requests fa Information end Reid Orders Hours per Response 10 Responses Inspection - Prellm0ay & Pine) Start-up Obsenvalon and Advice Record Drawings - e pprox 22 sheets Close-out Document Review Ire' LABOR TOTALS 11" COSTS " Postage &ONrv0y Travel Expenses M,scellaneas Printing & Pho105055104 Printing d Record 5e15 Telephone Englneering CAD M0604105 are SUBCONSULTM1'rS Bak0150000I City of Round Rock Barton Hill 48" Transmission Line BIDDING AND CONSTRUCTION PHASE SERVICES TOTAL HOURS Project Project Sento. Project Admin. Task pnnd5al Manager Emineer Emin5en TeohnSMn Assist. Ee5 2 Months 55000 permmt kr5p summneane 2 Months 70'10 penmmth 2 Months pa Y 502 5818 915000 per set 6 houra 0 510 5100 00 pen month 18 hours W 515 8 10 2 025 23 Budget Hours 025 05 10 20 8 12 to 8 15 30 1 4 12 40 60 4 4 8 05 5 8 4 2 8 74 40 2 8 200 48 40 12 4 20 80 4 8 12 2 5 10 1 10 20 18 20 6 20 20 18 64 5 Months 35000 per mash lump sum m0eag9 6 Months 05000 per month 8 Months 5010 5050500 10 Sets 5100 00 per eel 8 Mc/SUB $10000 per month 21 hours a 510 82 hours ST 515 5 15 88 82 18 500 ap188lmn 24 30 18 18 120 20 'TOTAL LABOR FEE 372400 1 5300 $300 5300 5200 51,600 5800 51,200 333 mole ma 34,400 33,500 $4.700 52,800 400 5500 3100 $100 57,500 5200 5100 5200 513,200 51,700 34,500 512,003 51.630 05 10 50,300 05 1,5 81,800 05 2 5 51,600 33.700 05.200 53.900 58,300 54,400 'TOTAL REIMBURSABLE DIRECT COSTS 34.906 1 57.000 I TOTALSUBCONSULTAMS 87.0001 'TOTAL CONSTRUCTION FEE 884.300 1 ATTACHMENT D SUBCONSULTANT SCOPES OF WORK 1 BAKER- AICKLEN & ASSOCIATES, INC. Engineers /Surveyors Mr. Jason Jones HDR Engineering 2211 South IH 35, Suite 300 Austin, TX 78741 Dear Mr. Jones: RECEIVED FEB 2 3 2001 BY' February 21, 2001 Proposal #01 -7028R RE: Proposal for Professional Surveying Services Various Water Improvement Projects for the City of Round Rock Round Rock, Texas We are pleased to submit our proposal for professional- surveying services related to the above referenced project. This Scope of Services covers design surveys for four (4) different tasks as follows: Task 1 Task 2 Task 3 Task 4 Task 5 Task 6 7,250 L.F., 48" 1H35 Barton Hill Connection Line 17,800 L.F., 36" East Transmission Line a 30 fl. x30f4. Area for a12 " PRV site a 300 ft. x 270 ft. irregular shaped area for the Barton Hill Improvement Construction layout for 48" IH 35 Barton Hill Connection Line Construction layout for 36" East Transmission Line The design survey area on the 48" and 36" lines is anticipated to be a 30' width centered on the proposed line. The following detailed Scope of Services will cover all four (4) project areas. Below is a more specific list of our proposed Scope of Services and Basis of Compensation. SCOPE OF SERVICES 1. Obtain rights -of -entry. 2. Provide a profile along the center of the 48" and 36" lines. Elevations will be at 100' stations and at grade breaks. 3. Provide one -foot contour topographic mapping on the 12" PRV and the Barton Hill sites. 4. Locate all trees 8" in diameter or greater and any significant omamental shrubs within the project area. 203 E Mein St.. Suite 201 • Round Rock, Texas 78664 • 512/244 -9620 • FAX 512/244 -9623 Mr. Jason Jones HDR Engineering February 21, 2001 CLARIFICATIONS Proposal 01 -7028R Page 2 5. Coordinate with the various utility companies in the project areas to have them locate their underground utility lines. Locate all utility markings as indicated by the utility companies. 6. Locate all planimetric features within the project area and other significant planimetric features immediately adjoining the project area that might have impact on the project. 7. Obtain flowline elevations on any manholes in the project area and on any manholes where a known line crosses the proposed 36" and 48" lines. 8. Locate property lines affected by this project, sufficient to prepare future easement documents. 9. Prepare written descriptions with sketches for all easements required for this project. 10. Considering that the exact route of these lines are not known at this time, this Scope of Services has been based upon the assumptions there will be 13 descriptions on the 36" line and will cross four (4) roads. The 48" line will have approximately eight (8) descriptions and will have two (2) road crossings and one (1) railroad right -of -way crossing. 11. All work will be performed on state plane coordinate system NAD 83 (93) horizontal datum and NAVD 1988 vertical datum. An AutoCAD drawing will be prepared showing the results of the survey. The drawing will show adjoining right -of -ways, properties crossed, all proposed easements required, all planimetric features within 15 feet of the centerline of the 48" and 36" lines. Separate drawings will be provided showing the same for the 12" PRV and the Barton Hills sites and will also show one -foot contours. On the 36" and 48" lines, a centerline profile line will be provided. All horizontal and vertical information will be provided for inclusion in HDR plans. 12. One time general staking of route alignment, noting points every 500 linear feet, at changes in horizontal direction, connection points and at any road or trail crossings. Staking will include both horizontal and vertical control at each location in correlation with the Contract Drawings, either along the centerline or using an offset/cut notation. 1. It is assumed that all rights - of - entry will be returned granting access. Any additional work obtaining rights -of -entry, meetings, etc, or additional surveying services to survey around denied access parcels would be handled as an additional service. 2. All services are for one -time only. 3. Underground utility locations are to be based upon the utility companies in the field markings. Baker - Aicklen & Assoc., Inc anticipates no additional underground utility research. 4. No survey was anticipated for road right -of -way or railroad right -of -way crossing permits. Mr. Jason Jones HDR Engineering February 21, 2001 BASIS OF COMPENSATION Client is to provide abstractors certificate, tax certificates and title commitment. Proposal 01 -7028R Page 3 We propose. to provide the above described Scope of Services on a lump sum basis plus tax and reimbursable expenses as listed below: TASK 1 — 48" 11135 Barton Hill Connection Line $22,500 TASK 2 — 36" East Transmission Line $51,800 TASK 3 — 12" PRV Site $ 2,200 TASK 4 — Barton Hill Improvement Site $ 3,800 TASK 5 — Construction Layout for 48" IH35 Barton Hill Connection Line $ 7,000 TASK 6 — Construction Layout for 36" East Transmission Line $12,000 rO AL 599,300 The fee amount proposed above is based on personnel time required to perform the described Scope of Services. We agree to perform the services as detailed. Additional time requirements resulting from project scope changes or plan revisions beyond our control which cause work to be redone will be considered reasonable cause for us to seek additional compensation for services not included in these amount. Such services may be compensated for on an hourly- charge basis in accordance with the attached hourly rate schedule, at a mutually agreed -to lump sum amount, or as provided for in the Professional Services Agreement. Not included in the above fees is sales tax, which is mandated by State law on certain types of surveys. The firm's professional liability is limited to a maximum of $50,000. If this proposal is acceptable, please endorse the enclosed agreement and return a copy to our office. We are prepared to commence work immediately upon your authorization Thank you for the opportunity to submit this proposal. We appreciate your consideration of our firm in this regard and look forward to being of service to you. Sincerely, l Donald J. Kirby, R.P.L.S. ' DJK/nsd o: \00surveyprop\01- 7028Rpro doc Enc. S -LS -01 PROFESSIONAL SERVICES AGREEMENT HBR ENGINEERING as CLIENT, engages Baker- Atcklen & Associates, Inc as SURVEYOR to perform professional services for the assignment descnbed as follows, Various Water Improvement Projects for the City of Round Rock, Round Rock, Texas. See attached proposal letter No. 01 -7028R dated February 21, 2001. I. SERVICES: SURVEYOR agrees to perform Basic Services and Additional Services in conformance with the following descriptions, definitions, terms and conditions. A. BASIC SERVICES: See attached letter proposal No. 01 -7028R dated February 21, 2001. B ADDITIONAL SERVICES• All work performed by SURVEYOR which is either descnbed in this paragraph or not included in the Basic Services defined abase, shall constitute Additional Services. These shall include• 1 Travel and subsistence to points other than SURVEYOR'S or CLIENT'S offices and project site. 2. Copies of final reports, studies, drawings and other data in excess of one (1) set or that specified 3. Revisions to approved reports, Studies, drawings and other data. 4. Other services not otherwise included in this Agreement or not customanly furnished in accordance with generally accepted engineering practice IL COMPENSATION: CLIENT agrees to pay SURVEYOR for above descnbed services in accordance with the following desenphons, definitions, terms and conditions A. BASIC SERVICES' Compensation will be on a lump -sum plus reimbursables and tax basis for. Task 1 — 48" 11135 Barton Hill Connection Line for $22,500.00, Task 2 — 36" East Transmission Line for 051,800.00, Task 3 — 12" PRV Site for S2,200.00, Task 4 — Barton Hill Improvement Site for 83,800.00, Task 5 — Construction Layout for 48" 11135 Barton Hill Connection Line for 07,000.00 and Task 6 — Construction Layout for 36" East Transmission Line for 512,000.00. B. ADDITIONAL SERVICES. SURVEYOR'S compensation will be on an hourly- charge basis for personnel services plus Reimbursable Expenses (defined below): 1. HOURLY CHARGE. Hourly charges are to be based on the current Standard Rate Schedule effective at the lime of billing. 2. REIMBURSABLE EXPENSES: Expenses in connection with Additional Services shall include transportation and subsistence, cost of SURVEYOR'S field office, reproduction, subcontracts and similar items. Such expenses shall be reimbursed at the following rates: a Transportation by SURVEYOR'S vehicles. at SURVEYOR'S standard rates if destination exceeds a 50 -mile radius of SURVEYOR'S office. b. Reproduction performed in SURVEYOR'S office: at prevailing commercial rates. c All others: actual cost to SURVEYOR plus t 0% service charge. III. PAYMENTS. SURVEYOR will invoice CLIENT sera - monthly in amounts based on SURVEYOR'S estimate of the portion of the Baste Services completed, plus charges for Special Services performed. CLIENT agrees to promptly pay SURVEYOR at his office in Williamson County, Texas, the full amount of each such invoice upon receipt. A charge of 1.5% per month may be added to the unpaid balance of invoices not paid within 30 days after date of invoice lithe invoice is not paid within 60 days, SURVEYOR ray, without waiving any claim or right against Client, and without liability whatsoever to the Client, terminate the performance of the services. Retainers shall be credited on the final invoice. IV OWNERSHIP OF DOCUMENTS: All documents, including ongtnal drawings, CAD files, estimates, specifications, field notes and data are and shall remain the property of SURVEYOR; however, Client will be furnished, upon request duplicate copies of ongtnal drawings, CAD files and other documents, but agrees that he will use such copies solely in connection with the project covered by this Agreement and for no other purpose. V. OPINION OF PROBABLE CONSTRUCTION COST: Opinion of probable construction cost prepared by the SURVEYOR represents his reasonable skill as a design professional familiar with the construction industry. It is recognized, however, that the SURVEYOR has no control over the cost of labor, materials or equipment, over the Contractor's methods of determining bid prices, or over competitive bidding or market conditions. Accordingly, the SURVEYOR cannot and does not guarantee that bids will not vary from any cost estimate prepared by him. VI INSURANCE. SURVEYOR agrees to maintain worker's compensation insurance to cover all of its own personnel engaged in performing services for CLIENT under this Agreement. SURVEYOR also agrees to maintain public liability insurance covenng claims against SURVEYOR for damages resulting from bodily injury, death or property damage from accidents arising in the course of services performed under this Agreement VII. LIABILITY LIMITATION. SURVEYOR shall have no liability to CLIENT or to others for any reasons beyond use of reasonable skill m performing the services for the assignment covered by this Agreement. In no event shall SURVEYOR'S liability exceed amount of the total compensation received by SURVEYOR under this Agreement, limited to a maximum of 550,000. VIII. DISPUTE RESOLUTION: In an effort to resolve any conflicts that arise during the design or construction of the project or following the completion of the project, the CLIENT and the SURVEYOR agree that all disputes between them arising out of or relating to this Agreement shall be submitted to nonbinding mediation unless the parties mutually agree othetwtse The CLIENT and the SURVEYOR further agree to include a similar mediation provision in all agreements with independent contractors and consultants retained for the project and to require all independent contractors and consultants also to include a similar mediation provision in all agreements with subcontractors, subconsultants, suppliers or fabricators so retained, thereby providing for mediation as the pnmary method for dispute resolution between the parties to those agreements IX. TERMINATION. A. CONDITIONS OF TERMINATION: This Agreement may be terminated without cause at any time prior to completion of SURVEYOR'S services either by CLIENT or by SURVEYOR, upon seven days written nonce to the other at the address of record. Termination shall release each party from all obligations of this Agreement. except as specified in paragraph VIII B below B COMPENSATION PAYABLE ON TERMINATION: On Termination, by either CLIENT or SURVEYOR, CLIENT shall pay SURVEYOR with respect to Basic Engineering Services which have been completed an amount fixed by applying the rate specified for Special Services in paragraph 11.13 to all Basic Services perforated to the date of termination, plus an amount fixed by applying the rate specified in paragraph II. B to all Additional Services performed to date of termination (including all Reimbursable Expenses incurred). X. SUCCESSORS AND ASSIGNS: CLIENT and SURVEYOR each binds himself, and his partners, successors, executors, administrators and assigns to the other party of this Agreement and to partners, successors, executors, administrators and assigns of such other party in respect to all covenants of this Agreement Neither CLIENT nor SURVEYOR shall assign, sublet, or transfer his interest in this Agreement without the written consent of the other. Nothing herein shall be construed as giving any rights or benefits hereunder to anyone other than CLIENT and SURVEYOR. XI. SPECIAL PROVISION: This instrument contains the entire Agreement between CLIENT and SURVEYOR, except as additionally stated below: Attached letter proposal No. 01 -7028R dated February 21, 2001 forms a part of this agreement, as well as attached Standard Rate Schedule that may change without notice in consideration of changes in price indices and pay scales applicable to the penod when services are in fact being rendered. XII. INVALIDATION. If this Agreement is not executed by CLIENT within 30 days of the date tendered, it shall become invalid unless SURVEYOR extends the time in writing. XIII. MODIFICATIONS. No one has authority to make vanations in, or additions to the terns of this Agreement on behalf of SURVEYOR other than one of its Officers, and then only in writing signed by him. BAKER -AIC 1/ � EN & ASSOCIAT 5, INC. By: By, Printed Name: Pnnted Name: Date. Date. A William Waeliz, P E. BtuerLh Manager oOZ , / a / STANDARD RATE SCHEDULE (Labor Rate Table 35) Effective September, 2000, the following rates are recommended for work performed on an hourly- charge basis. Rates include company overhead and profit for services accomplished during regular working hours. DIRECT LABOR OFFICE PERSONNEL SERVICES Classification Rates Project Engineer /Surveyor/Planner $110.00 per hour Staff Engineer /Surveyor/Planner $95.00 per hour Project Designer /Coordinator $85.00 per hour Engineering Assistant/Surveying Assistant/GPS Processor 570.00 per hour Senior Engineering/Surveying CAD Technician 560.00 per hour Engineering /Surveying CAD Technician/Field Representative $55.00 per hour CAD Draftsman $45.00 per hour Secretary $45.00 per hour Expert Witness/Testimony /Deposition Services Two Times Rates Principal (as appropriate) $120.00 per hour FIELD PARTY SERVICES Rates I -Man Field Party 570.00 per hour 2 -Man Field Party $95.00 per hour 3 -Man Field Party 5120.00 per hour 4 -Man Field Party $145.00 per hour GPS Field Unit with Operator (Note 5) $100.00 per hour GPS Field Unit without Operator (Note 5) 560.00 per hour DIRECT EXPENSES Transportation: By Firm's Passenger Vehicles (Note 1) $ 0.35 per mile By Firm's Survey Trucks (Notes 1, 2, 3 & 4) $ 0.35 per mile Subsistence of out -of -city work $100.00 per day Reproduction & Printing by Firm, Prevailing Com- Survey Stakes, Lathes, Iron Rods mercial Rates Or and other Direct Expense Cost, Plus 10% Notes: 1. A mileage charge will be billed for projects exceeding a 50 -mile radius of the base office only. 2. Field Party rates include conventional equipment, supplies and survey vehicles. Abnormal use of stakes, lathes, etc., used such as during the construction phase of a project will be charged as indicated. 3. A minimum of two (2) hours field party time charge will be made for show -up time and return to office, resulting from inclement weather conditions, etc. 4. Field Party stand -by time will be charged for at the above -shown appropriate rates. 5. Rates apply to actual time GPS units are in use. All other time will be charged as appropriate normal field party rates. 6. The firm's professional liability is limited to the total amount of compensation associated with a specific project up to a maximum of $50,000. p , I paker-Alcklen & Associates, Inc. Eng'neers /Surveyors ..:......:.....:. ...........:....:.irmbpro�,. : .... ,., Phase :..:.::' :, � :::.:::::... : :.:;;Bontlgs .' :. a ;h < ( feet) •:.....::: Tot .. e(feet)' ;` 48 -inch Barton Hill Connection Line 2 50 .1: 3 30 190 36 -inch East Transmission Line 1 30 30 2 -MG Barton Hill Elevated Water Storage Tank 3 40 120 F2b -23 -01 16 :41 Fugro South /Austin FUGHO SOUTH, INC. HDR Engineering, Inc. 2211 South IH -35 Suite 300, Forum Park Austin, Texas 78741 Attention: Mr. Jason Jones Proposal for Geotechnical Investigation Round Rock Water System Improvements Round Rock, Texas A member Of the Fugro group of companies with oficos throughout the world, 512 444 3996 P. 02 8613 Cross Park Drive Austin, Texas 78754 Phone: 512 - 977.1800 Fax: 512.973.9966 Proposal No. 1001 -2808 February 23, 2001 Fugro South, Inc. is pleased to submit this proposal to perform a geotechnical investigation for the above referenced project. The proposed project will consist of three phases: 1) 48 -inch Barton Hill Connection Line, 2) 36 -inch East Transmission Line, and 3) 2- million gallon Barton Hill Elevated Water Storage Tank. The geotechnical investigation and report for each phase of the project will include field, laboratory, and engineering services. The following sections of this proposal describe the scope of our services, a cost estimate for each phase of the project, an estimated schedule, and a proposed fee schedule. Field Investigation The requested number of borings and depths for each phase of the project are presented in the following table: Fab -23 -01 16 :42 Fugro South /Austin HDR Engineering, inc. Mr. Jason Jones 512 444 3996 Laboratory Investigation Laboratory tests (natural water contents, Atterberg limits, and partial gradation analyses) will be performed to classify soil strata. evaluate plasticity, and shrink/swell potential. Unconfined and/or unconsolidated undrained triaxial compression tests will be conducted on selected intact soil and /or rock specimens. Engineering A separate report will be issued for each phase of the project. Each report will include the following: 1. General subsurface conditions, discussion of site geology, boring logs with descriptions of strata, summaries of laboratory test results, and water levels obtained at the time of drilling; 2. Boling location plan; 3. The phase 3 report will include recommended foundation types and geotechnical design parameters for the 2 -MG Barton Hill elevated water storage tank; and 4. The phase 3 report will also Include recommendations for earthwork and foundation construction. Four copies of each report will be submitted unless otherwise requested. Cost Estimate February 23, 2001 Page 2 of 4 Based on the scope of work outlined above and Fee Schedule G -2000, the estimated cost for each phase of the project is presented below: Phase 1: 48 -inch Barton Hill Connection Line Field Investigation - Mobilization, Drilling, Clearing Utilities and Permits $ 5,000.00 Laboratory Testing — Classification and Strength Tests $ 1,000.00 Technical Services — Logging, Laboratory Assignment and Drafting $ 500.00 Engineering -- Coordination and Data Report $1 Phase 1- Total Cost Estimate $ 7,500.00 P_03 GRO ni IIIIIIIItm�6G i; iii iorgiiiiii+ �uolihriiiline uct.,rII mom IIu uw, h , II'11 tIIJ guirrmmnnllirp • Fqb -23 -01 16:42 Fugro South /Austin HEIR Engineering, Inc. Mr. Jason Jones Schedule 512 444 3996 Phase 2: 36 -inch East Transmission Line Field Investigation - Mobilization, Drilling, Clearing Utilities and Permits.,$ 750.00 Laboratory Testing — Classification and Strength Tests $ 150.00 Technical Services — Logging, Laboratory Assignment and Drafting $ 100.00 Engineering — Coordination and Data Report $ 500.00 Phase 2 - Total Cost Estimate $, 1400.0Q Phase 3: 2 -MG Barton Hill Elevated Water Storage Tank Field Investigation - Mobilization, Drilling, and Clearing Utilities $ 2,200.00 Laboratory Testing — Classification and Strength Tests $ 800.00 Technical Services — Logging, Laboratory Assignment and Drafting $ 500.00 Engineering — Coordination, Analysis, Recommendations and Report $_ 1,000.00 Phase 3 - Total Cost Estimate $ 4,500.09 P_04 G :pl IIIIIIIYIpI11111111I ,y'Fllll�lfil ' .I' IIIIIIIIOIIIIII IIIII IIIS,,tIIIlu11114I11111At�jj �I IIAal,I 11011119III nnolllllle IIICI ?i February 23, 2001 Page 3 of 4 The above estimated fees are based on the following: 1. Boring locations are easily accessible with truck- mounted drilling equipment (no clearing or site work will be required); 2. Boring locations will be selected in the field by Fugro South, Inc. and HOR Engineering, Inc.; and 3. Right of entry will be provided by others. The above estimated fee may be exceeded if site conditions are significantly different than anticipated or changes in work are required or requested. However, the estimated maximum fee will not be exceeded without the client's prior authorization. Required additions to the above scope of services would be invoiced in accordance with the attached fee schedule. Weather and site conditions permitting, field operations can start within a week after authorization to proceed. Each phase of the project will take one to two days to complete. Fob -23 -01 16:42 Fugro South /Austin HDR Engineering, Inc. Mr. Jason Jones 512 444 3996 P_05 Under normal circumstances, laboratory testing and report preparation would take an additional three weeks. Fee Schedules Fees for field work, laboratory testing, and report preparation are outlined in Schedule G -2000. Schedule G -2000 is attached to this proposal. ERM/TC W (h \w\g\p\2001 \p2808) Attachment We appreciate the opportunity to submit this proposal and look forward to working with HIDR Engineering on this project. Sincerely, FUGRO SOUTH, INC, Eric R. Marx, .T Grad r'i er Thomas . " esling, P.E. Project Manager '1 -fitti ORO •III IIIIIIIIIII911CIIIpI 'll @gJ11111 411 dllllli!I @1111lm m plumi l IlidlllIIIIiII11NIIIIJL9�t joCIII1i February 23, 2001 Page 4 of 4 Fi b -23 -01 16:42 Fugro South /Austin Fee Schadula G -2000 512 444 3996 P.06 1u ORo 1 1!!!!!!!!1!!!!1. "mn IN mama Al � l ll'ILIT.L A• LaAIIliII111IlY4 ll II�iIILYC dmiatico1 ahfirffiL;y,Ilitg6Gftl FEES FOR GEOTECHNICAL ENGINEERING SERVICES 1. Field Investigation 1.1. Mobilization and demobilization, per mobilization 1.1.1. Drill truck, water truck, pickup, and crew $ 2.75/mile 1.1.2. All drill rig, pickup, and crew $ 4.00 /mile 1.2. AII terrain vehicle with drill rig (additional charge) $ 320.00/day 1.3. Drilling and Sampling 1.3.1 Drilling and sampling with 3 -inch, thin- walled tube sampler, continuous to 10.0 ft, 5.0 -ft intervals thereafter $ 13.00 /foot 1.3.2 Continuous drilling and sampling with 3 - inch, thin - waled tube sampler or split -spoon sampler for environmental screening $ 28.00 /foot 1.4. Standard Penetration Tests $ 18.00 /each 1.5. TxDOT Cone Penetration Tests $ 23.00 /each 1.6, Rock coring, NX or Similar Core Barrel 1.8.1. Drilling in soft rock (Austin Chalk, Eagle Ford Shale, etc.) $ 19.50 /foot 1.6.2. Drilling in hard rock or cavitated rock (Edwards, Buda, Glen Rose, Georgetown, and Walnut Formations) $ 22.00 /foot 1.7. Wash or auger borings drilled and logged from cuttings: 1.7.1. Soil $ 10.00 /foot 1.7.2. Rock $ 16.00 /foot 1.8. Casing of Boreholes $ 10.00 /foot 1.9. Hourly charges for boring layout, excessive time spent gaining access to boring locations, backfilling boreholes, cleaning up site, installing piezometers, and for other reasons beyond our control $ 135.00 /hour 1.10. Rental of concrete core drilling equipment or equipment to gain site access, or traffic control devices Cost + 15% 1.11. Materials for piezometers, grouting, etc. Cost+ 15% 1.12. Surveying or other outside contractors ., Cost + 15% 1.13, Traffic control, per man $ 40.00 /hour 1.14. Per diem for out -of -town assignments, per man $ 75.00 /night 1.15 High - pressure steam cleaner $ 250.00 /day 1.16 OVA meter $ 300.00 /day 1.17 Steel drums for drill cuttings (delivered) $ 55.00 /each 1.18 Plugging boreholes with bentonite /concrete slung $ 6.00 /foot 1.19 Cone Penetrometer Testing $ 2,750.00/day 2. Laboratory Tests 2.1. Natural water content and soil classification 2.2. Plastic and liquid limits $ 5.00 /each 2.3. Free swell test $ 45.00 /each $ 85.00 /each Fb -23 -01 16:43 Fugro South /Austin 512 444 3996 Fee Schedule 8-2000 ORO VI ml 01:1!1'111'; °:;4 ��;;u +n:a�, '11. 1117111NIIIIIOI ;II M. IMIII11110gllld M iel' 1181 ;IIlIIIIWIIIIGII�IIg 2.4. Pressure swell test $ 125.00 /each 2.5. Uniaxial pressure- strain test $ 50.00 /each 2.6. Sieve analysis (No. 4, 40, and 200 sieves) $ 45.00 /each 2.7. Percent material passing a single sieve $ 25.00 /each 2.8. Minus No. 200 sieve $ 30.00 /each 2.9. Hydrometer analysis $ 150.00 /each 2.10. Unit dry weight determination and natural water content $ 8.00 /each 2.11. Unconfined compression test. soil $ 30.00 /each 2.12. Unconfined compression test, rock $ 35.00 /each 2.13. Unconsolidated - undrained triaxial compression test $ 40.00 /each 2.14. Standard Proctor (ASTM D -698) compaction test $ 175.00 /each 2.15. Modified Proctor (ASTM D -1577) compaction test $ 185.00 /each 2.16. TxDOT (TEX- 113 -E) compaction test $ 175.00 /each 2.17. California Bearing Ratio (CBR) $ 200.00 /each 2.19. Consolidation test, 7 -load increments $ 250.00 /each Additional load increments $ 35.00 /each 2.19. Permeability of silt or clay $ 250.00 /each 2.20. Specific gravity $ 35,00 /each 2.21. Volumetric shrinkage $ 35.00 /each 2.22 Chemical and analytical testing by outside laboratory $ Cost + 15% 3. Engineering and Technical Personnel 3.1. Senior Consultant/Project Principal $ 120.00 /hour 3.2. Senior Project Manager $ 110.00/hour 3.3. Project Manager $ 95.00 /hour 3.4 Project Engineer $ 85.00 /hour 3.5 Project Geologist $ 70.00 /hour 3.6 Laboratory Manager $ 70.00 /hour 3.7. Graduate Engineer $ 60.00 /hour 3.8. Senior Engineering Technician $ 55.00 /hour 3.9. Technician and Draftsperson $ 45.00 /hour 3.10, Word Processor $ 37.50 /hour 4. Report Reproduction and Miscellaneous 4.1. Xerox reproduction $ 0.20 /copy 4.2. Binding with plastic ring covers $ 5.00 /copy 4.3. Outside services, printing, reproduction, etc. Cost + 15% 4.4. Computer assistance Cost + 15% 4.5. Transportation $ 0.38 /mile Rates for other tests and services quoted on request. P.07 Peke "ECOLOGY, WATER QUALITY, CULTURAL RESOURCES, PLANNING 15 February 2001 Mr. Jason Jones HDR Engineering Inc. 2211 South 11-135 Suite 300 Austin Texas 78741 RE: Scope of Services Transmission Water Lines and Water Storage Dear Mr. Jones, HDR- RR -2 -01 Thank you for your request for our services associated with the proposed treated water system improvements in Round Rock, Texas. SCOPE OF SERVICES This scope includes services necessary to prepare a Environmental Information Documents in support of environmental permits and clearances for Texas Pollution Elimination Discharge System storm water permits, wetlands 404 Permits if needed, documentation of endangered species issues associated with both permit programs, and cultural resources assessment. The scope of services in support of each project feature is essentially the same with appropriate levels of effort applied to each. The schedule and cost estimates have been separated for each project feature: 48 -inch transmission line; 36 -inch transmission line; and Barton Hill Tank site. Environmental Information Scope The Environmental Assessment Task includes the preparation and field effort necessary to document USCE jurisdictional areas and other environmental features and resources that would be impacted by the project features. Aerial photographs, topographic maps, National Wetland Inventory maps, and soils survey information on this area available through the City of Rock and other public sources will be used. Maps and data files of known karst features in Round Rock and Williamson County will be consulted. While project features are largely restricted to previously disturbed habitats, each would be scrutinized with respect to its potential effects on protected species of active concern to U.S. Fish and Wildlife Service and Texas Parks and Wildlife Department. The USCE (1987) wetland delineation technical manual will be employed to provide the definitions, field methods and reporting procedures to be used for identifying and delineating USCE jurisdictional areas (waters of the US and adjacent wetlands). Gobal Positioning Satellite System (GPSS) technology will be used in the field to delineate the areas surveyed. This data will be overlaid onto the appropriate Digital Ortho Quarter Quad (DOQQ) map files, and those files provided to HDR Inc. to facilitate alignment selection and development of project drawings for submission to the USCE. (512) 329 -0155 3006 Bee Caves Road Suite 13-230 Austin, Texas 78746 -5541 The potential presence of federally listed cave arthropods, which may be expected to occur where the pipeline crosses the Edwards Limestone will require a surface survey for karst geological features. Where those features occur on or adjacent to the construction corridor, an evaluation of their potential for harboring endangered arthropods will have to be made to assess the need for avoidance and mitigation. As part of this task, contact would be initiated with the TPWD and GLO to determine whether or not state -owned streambeds would be crossed by the pipeline. Applications for sand, gravel and marl permits, or state easements, would be prepared if necessary. Environmental Support and Applications Preparation of the USCE application includes assembly of project and environmental information necessary to complete the application and develop the necessary supporting documentation (purpose and need for the project, wetland delineations, inventory of stream crossings, description of environmental resources, endangered species, and effects assessment, cultural resource issues, preparation of project drawings). Relevant environmental and cultural resources information will be incorporated into the application or appended directly as supporting documentation addressing the contents of particular application blocks. While project drawings need not be as detailed as actual construction drawings, they must adequately illustrate project activities and their potential environmental consequences. We will request that the engineer provide the stream crossing details and material description for an application. The entire application package, including project drawings and supporting documentation will be provided to HDR Engineering Inc. for their review, approval and submission to USCE. Cultural Resources Scope Projects that either require the acquisition of a Federal permit or are sponsored by a political subdivision of the state of Texas, must comply with Federal and/or state laws regarding the treatment of significant cultural resource properties that may be impacted as a result of project development activities. These laws and regulations require that the project sponsors consult with the appropriate Federal and state agencies and negotiate a tailored cultural resource management plan that insures the protection of these resources. The cultural resources survey will include the following elements: Detailed Records Review Identify the presence, if any, of previously recorded cultural resource sites within the boundaries of the present project area. Specific records searched will be those which are currently housed at the Texas Archeological Research Laboratory, the State Archives, and the Barker History Center in Austin. 2 Agency Consultation Although a Section 404 Permit is a federal action by the Corps of Engineers, the City of Round Rock is a unit of state government and a State Antiquities Permit is required before work can begin. Therefore, an application for a State Antiquities Permit must be submitted and approved prior to the commencement of field work. As part of the application procedure, a detailed research design which will be submitted to the Texas Historical Commission for approval. The research design will describe the specific methods used during the field survey to locate and assess cultural resource properties within the project area. The specific methodology employed will progress by dividing the project area into high, moderate, and low probability areas relative to current regional predictive models regarding the likelihood for the occurrence of cultural resource sites Field Survey The field survey will consist of a pedestrian reconnaissance of the entire project area to ground truth the predictive model outlined in the research design. Generally areas which display high potential for the occurrence of significant cultural resource sites will be extensively investigated using both shovel excavations and, if necessary, backhoe trenching to identify the relative age of the soils and /or extensiveness any subsurface archeological deposits that may be encountered. Areas of moderate and low potential will be addressed by excavating a limited amount of shovel excavations to identify the depth of soils and presence of any buried cultural deposits. All sediment excavated from these subsurface tests will be sieved through a 0.25 inch mesh screen. Any cultural materials recovered will be retained and taken from the project area for off-site analysis Any archeological sites encountered during this investigation will be assessed according to the degree to which the site is able to contribute to the understanding of the regional historical and archeological data base. Unless avoided, sites that display potential in addressing these issues will be considered to be potentially eligible for the NRHP and/or designation as a SAL Any sites determined to be potentially eligible, and which cannot be avoided, may require further more detailed investigations beyond this scope of work in order to either confirm or deny their eligibility status. Cultural Resources Report Production A draft report describing the results of this study will be compiled in accordance with professional standards and submitted to the appropriate regulatory agencies for review and comment. Following this 30 -day review period, any comments regarding its content will be addressed and incorporated into a final report. The final report is considered to be public domain and will be distributed accordingly. Curation In accordance with the permit conditions, all artifacts and data collected will be prepared for permanent curation and the THC will distribute the report to various public repositories. The cost of curation will be invoiced directly by the THC to the project owner, City of Round Rock. 3 SCHEDULE AND COST Field work would be complete within 60 days of notice to proceed. Drafts permit support reports will be submitted for client review within the following 45 days. Following review, necessary revisions will be complete within two weeks. 48 - inch Water Transmission Line Sub Task : Environmental Information Principal 4 man-hours Associate 24 Technician 32 " Non Labor (Travel, subsistence) SubTask : Cultural Resources Associate 40 Technical 150 " Non Labor (Equipment rental, lab fees) 36 - inch Water Transmission Line Sub Task : Environmental Information Principal 4 man -hours Associate 48 " Technician 70 Non Labor (Travel, subsistence) SubTask : Cultural Resources Associate 80 " Technical 200 " Non Labor (Equipment rental, lab fees) Barton Hills Tank Site Principal 2 Associate 24 Technician 60 IL man-hours 4 $500 Sub Task $ 3,000 Sub Task $ 8,000 Task Cost $11,000 Sub Task $ 8,000 Sub Task $ 13,000 Task Cost 521,000 Task Cost 8 3,000 The cost estimate for this task includes provision for a limited amount of time for response to comments and informational requests following submission of the application to assure that it is administratively complete and is being processed. However, field visits or studies, preparation of comment responses requiring additional assessments, or other significant effort required as a result of agency requests, project modifications, or additional information discovered during the permit process is outside this scope of work and will not be initiated without prior agreement. The total cost for this scope of work is estimated not to exceed $35,000, inclusive of labor and non -labor charges. Please do not hesitate to call if you have any questions about this proposal, or if we can be of service in any way. Paul Price Associates, Inc. invoices monthly for actual work performed. Labor and non -labor charges are based on the rates and procedures shown on enclosed Standard Rate Schedule. If the preceding scope of services and schedule of compensation is satisfactory to you, the signature of an authorized representative of HDR Engineering in the space provided below will constitute acceptance of this agreement and notice to proceed. Please return a signed copy to Paul Price Associates, Inc. Thank you for the opportunity to work on this project; please call if you have any questions or comments concerning this proposal, or if we can be of service in any way. Sincere Paul Price, President Paul Price Associates, Inc. AGREEMENT AND AUTHORIZATION TO PROCEED: FOR. HDR Engineering, Inc. TITLE: DATE: 5 Phu[] P:00� ., . 66 �Qo . ECOLOGY, .W TER QUALITY, CULTURAL RESOURCES, PLANNING , Personnel Labor is billed at fixed hourly rates that include salary cost, benefits and overhead. Rates for the various labor grades as of 1 July 2000 are: Purchased Services Items including subcontract services, rental equipment and expendable supplies, computer time, telephone and reproduction are billed at actual cost. Travel Mileage is billed at $0.32 /mile for ordinary travel. Subsistence expenses, air fares and use of rental vehicles are treated as purchased services and billed at actual cost. Sales Tax Where consulting services are subject to sales tax, such taxes are not part of any scope of work (unless specifically included), and authorization for the additional charges may be requested prior to commencing work. Terms STANDARD RATE SCHEDULE Principal $95.00/h Associate $40.00- 75.00/h Technical $30.00 - 40.00 /h Drafting $35.00/h Invoices are submitted monthly for actual work performed during the preceding month and are payable within 30 days. Late charges of 1.5% / month may be assessed if payment is not received within the stated period. (512) 329 -0155 3006 Bee Caves Road Suite D -230 Austin, Texas 78746 -5541 HDR Enpintiirinp; ' Inc: EAST. TRANSMISSION. LINE PER PROJECT OVERVIEW Attachment No. FIG. 2 -1 f • f DATE: March 16, 2001 SUBJECT: City Council Meeting — March 22, 2001 ITEM: 12.G.4. Consider a resolution authorizing the Mayor to execute a Contract for Engineering Services with HDR Engineering, Inc. for the design of the East Water Transmission Line (Phase I) Improvements. The total fee for these professional services is $266,500.00. This contract will consist of Professional Services to design, bid and provide construction phase services for the East Water Transmission Line (Phase I). HDR's 2001 (East Transmission Line) Preliminary Engineering Report, which modeled our water system demand scenarios at 31 MGD for Year 2005, 36.5 MGD for Year 2010 and 46.8 MGD for Year 2017 to determine what system improvements are required for each scenario. Based on this demand trend the timing of these system improvements was determined. Resource: Jim Nuse, Public Works Director Don Rundell, Senior Engineer History: This contract will consist of Professional Services to design, bid and provide construction phase services for the East Water Transmission Line (Phase I). HDR's 2001 (East Transmission Line) Preliminary Engineering Report, which modeled our water system demand scenarios at 31 MGD for Year 2005, 36.5 MGD for Year 2010 and 46.8 MGD for Year 2017 to determine what system improvements are required for each scenario. Based on this demand trend the timing of these system improvements was determined. Immediate (Phase I) improvements or modifications to our system are to construct a 48 -inch water line from the Water Treatment Plant to a 36 -inch water line ant Westinghouse Road and C.R. 116. Other Phase I improvements are to change the settings on the flow control valve at South East Ground Tank; adjust set points for controlling the Water Treatment Plant, South East Ground Tank and the South East Elevated Tank; install a 12 -inch pressure reducing valve at the High Country Tank Site. Other improvements to be included as Phase II and to be in place by 2002 are a 36 -inch water line along Chandler Road and FM 1460 to Old Settlers Drive and construction of a 2 million gallon elevated tank at the Barton Hill Tank Site. The professional services here are for the new 48 -inch water line from our Treatment Plant to a 36 -inch water line at Westinghouse Road, which is the East Water Transmission Line (Phase D. The cost of these professional services is $266,500.00, which is 10.6% of the $2,504,000.00 probable construction cost. Funding: Cost: $266,500.00 Source of funds: Outside Resources: HDR Engineering, Inc. Self- Financed (Fund 220) Water Impact Fees and Transfer from Fund 24 -LCRA Impact: To muiimize the potential of critical system failure, which could result in serious water shortages to our customers. Benefit: To optimize system storage, pumping, and sizing of the east side distribution system as defined in the Preliminary Engineering Report for the North -South Water Transmission Line, dated January 1999. Public Comment: N/A Sponsor: N/A •