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
•