R-97-05-22-11C - 5/22/1997Mayor
Charles Culpepper
Mayor Pro-tem
Earl Palmer
Council Members
Robert Stluka
Rod Morgan
Rick Stewart
Martha Chavez
Jimmy Joseph
City Manager
Robert L Bennet. Jr.
City Attorney
Stephan L Sheets
CITY OF ROUND ROCK
November 10, 1997
Hejl, Lee & Associates, Inc.
Mr. Chien Y. Lee, P.E., AICP
2207 Hancock Drive
Austin, Texas 78756
Dear Mr. Lee:
221 East Main Succt
Round Rock, Texas 78664
512- 218 -5400
The Round Rock City Council approved, at their regularly scheduled meeting
on May 22, 1997, Resolution No. R- 97- 05- 22 -11C which contracts for
engineering services for the Rubio Subdivision Street and Drainage
Improvement Project.
Enclosed is a copy of the resolution and one original contract for your files. If
you have any questions, please do not hesitate to contact me.
Sincerely,
Joanne Land,
Assistant City Manager/
City Secretary
enclosure
Fax: 512 -218 -7097
1- 800 - 735 -2989 TDD 1- 800. 735.2988 Voice
WHEREAS, the City of Round Rock desires to retain engineering
services for the Rubio Subdivision Street & Drainage Improvements,
and
WHEREAS, Hejl, Lee & Assoc. Inc. has submitted an agreement
to provide said services, and
WHEREAS, the City Council desires to enter into said
agreement with Hejl, Lee & Assoc. 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 an agreement with Hejl, Lee & Assoc. Inc., for
the Rubio Subdivision Street & Drainage Improvements, a copy of
said agreement being attached hereto and incorporated herein for
all purposes.
RESOLVED this 22nd day of May, 1997.
ATTEST:
E
IC: \ NPDOCS \RRSOLUTI \R8]0523C.WPD /scg
LAND, City Secretary
RESOLUTION NO. R- 97- 05- 22 -11C
CHARLES CULP ER, 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 Heil, Lee & Associates, Inc., having its principal business address at 2207 Hancock Drive,
Austin, Texas 78756, hereinafter called "Engineer" for the purpose of contracting for
engineering services.
WITNESSETH
Rnhin Snhdivicinn Street and Drainage Improvement Project
Contract No.
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:
AGREEMENT
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 13
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
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, additional contract time will be authorized by the City through a
supplemental agreement if requested by a timely written request from the Engineer and approved
by the City.
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 December 31, 1999 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 agrees to accept the lump sum amount shown below
as full compensation for the engineering services to be performed under this Contract.
The lump sum amount payable under this Contract without modification of the Contract
is $81,500.00 as shown in Attachment D - Fee Schedule. The lump sum amount payable may
be revised by supplemental agreement in the event of a change in scope, additional complexity
engcontm.wpd/spectw
ARTICLE 4
COMPENSATION
Page 2 of 13
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.
Any preferred format will be identified in Attachment B. 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. The submittal shall also include the progress assessment report, identified as Attachment
H -2. Payment of the lump sum fee will be in proportion to the percent completion of the work
tasks identified in Attachment D - Fee Schedule. 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.
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.
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.
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.
eieaotrc.wpd/speetw
ARTICLE 6
NOTICE TO PROCEED
ARTICLE 7
PROGRESS
Page 3 of 13
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. The thirty day notice may be waived in writing by both parties. 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. The sixty day notice may be waived in writing by both
parties.
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.
engcoNce.wpd/apectw
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,
Page 4 of 13
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 proceed is granted by the City. The City reserves the right to withhold payment pending
verification of satisfactory work performed.
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 furnished 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.
engcontre.wpd/spectw
ARTICLE 12
OWNERSHIP OF DOCUMENTS
Page 5 of 13
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.
cngconllc wpd /spectw
ARTICLE 13
PERSONNEL, EQUIPMENT AND MATERIAL
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 facilities and assistance for the safety and convenience of the City in the
performance of their duties.
Page 6 of 13
engeootrc wpd spew
ARTICLE 16
SUBMISSION OF REPORTS
All applicable study reports shall be submitted in preliminary form for approval by the
City before final report is issued. The City's comments on the Engineer's preliminary report will
be addressed in the final report.
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
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
Page 7 of 13
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.
snscon«.wpd/spcctw
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 error, omission, or negligent 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, attorney 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 Engineer's responsibility for all questions arising from design errors and /or
omissions will be determined by the City. The Engineer will not be relieved of the responsibility
for 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.
Page 8 of 13
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.
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.
engcomrc.wpd/spectw
ARTICLE 22
ENGINEER'S SEAL
ARTICLE 23
NONCOLLUSION
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. The completed Certificate of Insurance shall be attached
hereto and identified as Attachment G.
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 9 of 13
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.
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.
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.
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.
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.
onoo»trc.wpd/,p, tw
ARTICLE 26
DEBARMENT, SUSPENSION AND DISCIPLINARY ACTION
ARTICLE 27
COPYRIGHTS
ARTICLE 28
COMPUTER GRAPHICS FILES
ARTICLE 29
SUCCESSORS AND ASSIGNS
ARTICLE 30
SEVERABILITY
Page 10 of 13
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.
engcontrc wpd/spectw
ARTICLE 31
PRIOR CONTRACT SUPERSEDED
Page 11 of 13
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:
og000tre.wpuspoctw
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
ARTICLE 32
NOTICES
Hejl, Lee & Associates, Inc.
Attn.:Chien Y. Lee P.E. AICP
2207 Hancock Drive
Austin, Texas 78756
Page 12 of 13
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 authority 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.
NPR, IPP AT A soeiateC Inc
THE ENGINEER
By
By.
engcontm.wpd/spectw
Signature
Chien V T,ee P F. ATCP
Printed Name
Principal
Title
Date
City o • /n.
Charles Cul..per, Mayor
LIST OF ATTACHMENTS
ARTICLE 33
SIGNATORY WARRANTY
Attachment A - Services to be Provided by the City
Attachment B - Services to be Provided by the Engineer
Attachment C - Work Schedule, if applicable
Attachment D - Fee Schedule
Attachment E - Work Authorizations, if applicable
Attachment F - Supplemental Work Authorizations, if applicable
Attachment G - Certificate of Insurance, if applicable
Page 13 of 13
The City of Round Rock will furnish to the Engineer the following items /information:
engcontrc wpd/spectw
ATTACHMENT A
SERVICES TO BE PROVIDED BY THE CITY OF ROUND ROCK
• Maps of project area;
• Related available survey information including bench marks;
• Related flood studies, plans, and /or specifications which may aid in the design
of these improvements.
• City contour maps, water maps, wastewater maps in computerized format.
• Coordinate meeting(s) and correspondence with neighborhood residents.
ATTACHMENT B
PROFESSIONAL ENGINEERING SCOPE OF SERVICES
The Engineer shall provide the following scope of services for the basic fee:
A Preliminary Design Phase: 1. Consult with the City to determine the requirement of
this Project.
2. Prepare a preliminary engineering study and report on
the project in sufficient detail to indicate clearly the
problems involved and the alternate solutions available
to the City, to include schematic layouts and sketches
and a general cost estimate for the Project, and to set
forth the Engineer's recommendations.
3. Assist the City in coordinating any necessary surveys
of existing right -of -way, topography, utilities, or other
field data required for proper design of the project.
Provide consultation and advise as to the necessity of
the City providing or obtaining other services such as
auger borings, core borings, soil tests, or other
subsurface explorations; laboratory testing and
inspection of samples or materials; other special
consultations; and act as the City's representative in
connection with any such services.
4. Determine whether or not the project requires
acquisition of property and if applicable furnish to the
City:
a. Name and address of property owners
b. Legal Description of Parcels to be acquired.
c. Map showing entire tract with designation of part to
be acquired.
5. Perform drainage analysis to accommodate roadway
and drainage design.
B Final Design Phase: 1. On the basis of the approved preliminary design
documents prepare detailed construction drawings and
specifications for the Project.
2. Furnish to the City engineering data for and assist in
the preparation of the required documents so that the
City may secure approval of such governmental
authorities as have jurisdiction over design criteria
applicable to the Project.
3. Advise the City of any adjustment of the cost estimate
for the Project caused by changes in scope, design
requirement or construction costs and furnish a revised
cost estimate for the Project based on the completed
drawings and specifications.
4. Preparation of Bid Packet /Contract Documents.
5. Assist the City with actual advertisement /solicitation
6. Assist the City in conducting the bid opening.
7. Bid tabulation, to include completeness and eligibility
screening.
8. Announcement of lowest and best bid, if applicable (at
bid opening).
9. Rejection of all bids and re- advertisement of bids.
10. Accomplish construction Contractor eligibility
verification.
C Construction Phase:
11. Approval of contract award by City.
12. Issuance of Notice to Proceed to construction
Contractor.
1. Coordinating with City and the City's survey firm to set
such stakes for the construction work as may be
necessary for the contractor to determine alignment
and grade of work to be constructed.
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 plans, specifications, and contract documents; the
Engineer will not be required to make exhaustive or
continuous on -site inspections to check the quality or
quantity of the work; the Engineer will not be
responsible for the techniques and sequences of
construction and the Engineer will not be responsible
for the City's and /or the contractor's failure to perform
the construction work in accordance with the plans,
specifications, and contract documents; and during
such visits and on the basis of the Engineer's on -site
observations as an experienced and qualified design
professional, the Engineer will keep the City informed
of the progress of the work and will endeavor to guard
the City against defects and deficiencies in the work of
the City and /or the Contractors, and may disapprove
work as failing to conform to the plans and
specifications, and contract documents.
3. Check samples, catalog data, shop drawings,
laboratory, shop and mill tests of materials and
equipment and other data which the Contractor is
required to submit, only for the conformance with the
design concept of the Project and compliance with the
information given by the plans, specifications, and
contract documents; and accept or frequent all such
submittal data furnished by the Contractors, materials
used, and work performed by the Contractor as either
complying or not complying with the intent of the
plans, specifications and contractor documents.
4. Consult and advise the City, act as the City's
representative at the Project site, issue all instructions
of the City to the construction contractors that do not
conflict with good engineering practice, and prepare
routine change orders as required.
5. Based on the Engineer's on -site observations as an
experienced and qualified design professional and on
the Engineer's review of the Contractor's applications
for payment, determine the amount owing to the
Contractor in such amounts; such approvals of
payment to constitute a representation to the City,
based on such observations and review and data
comprising such applications, that the work has
progressed to the point indicated and that, to the best
of the Engineer's knowledge, information, and belief,
the quality of work is in accordance with the plans,
specifications, and contract documents, subject to the
results of the subsequent testing called for in the
SERVICES NOT TO BE PROVIDED BY ENGINEER
1. Water Pollution Abatement Plan.
2. FEMA floodplain revision and /or modification.
3. Material testing during construction.
4. Utility relocation improvements.
5. Detention and/or water quality improvements.
6. Construction staking.
7. Resident engineering inspection.
specifications and contract documents and any
qualifications stated in this approval.
6. Processing and submittal of Change Orders to the City.
7. Conduct, in company with the City's representative, a
final project site visit for conformance with the design
concept of the Project and compliance with the plans,
specifications, and contract documents, and
recommend in writing final payment to the Contractor.
8. Furnish the City a set of record prints of drawings and
addendum drawings showing those changes made
during the construction period, based upon the marked
up prints, drawing, and other data furnished by the
Contractor to the Engineer.
9. Make a project site visit prior to expiration of the
guarantee period and report observed discrepancies
under guarantees provided by the construction
contract.
• City authorizes HLA to start work
• Survey
3 - 4 Weeks
• Preliminary Design Phase
3 - 4 weeks
• City reviews preliminary design phase
• Floodplain evaluation
3 weeks
• City reviews floodplain evaluation
• City authorizes final design phase
• Final design phase
4 - 6 weeks
• City reviews final design
• City authorizes advertise and bid phase
• Advertise and bid phase
6 - 8 weeks
• City awards project and enters into contract
• City authorizes construction
• Construction administration phase
24 - 30 weeks
ATTACHMENT C
WORK SCHEDULE
• City and Engineer perform punch list and final walk- through
• City accepts project
• One year warrantee period begins
ATTACHMENT D
PAYMENT SCHEDULE
PROFESSIONAL ENGINEERING SERVICES
City shall reimburse Hejl, Lee & Associates, Inc. for basic and special engineering services provided
under completion of the following project milestones per the following percentages of the maximum
contract amount:
BASIC SERVICES FEE TOTAL
1) Preliminary Design Phase $21,000.00
2) Final Design Phase 24,000.00
3) Advertise & Bid Phase 3,000.00
4) Construction Administration Phase 15,000.00
5) Preparation of record drawings & 700.00
project closeout
Total Basic Services $63,700.00
SPECIAL SERVICES
1) Geo- Technical $3,500.00
2) Survey 6,500.00
3) Floodplain Limited Evaluation 7.800.00
Total Special Services
TOTAL ENGINEERING FEE
Any additional services required shall be reimbursed under the following hourly rate schedule:
Principal Engineer $100.00
Engineer $60.00
Technician $35.00
Clerical $30.00
$17,800.00
$81 500.00
Professional Liability Insurance
Commercial Insurance Concepts
Jim Jimmerson
1946 South IH -35, Suite 301
Austin, Texas 78704
443 -0878
ATTACHMENT G
CERTIFICATE OF INSURANCE
General Liability, Auto & Worker's Compensation Insurance
State Farm Insurance
Larry Selby
6850 Austin Center Blvd., Suite 155
Austin, Texas 78731
346 -1300
ie named contractor shall not commetiee work until he/she hes obtained the minimum insurance specified in Section II, below. and obtained the tbiiewing endorsements.
�e City of Round Rock as m ditW al insured for coverages 3, 4 & 5. and a Waiver of Subrogation in favor of the City under coverages 2.3. & 5. Only
m fiestea of insurance published by this City are acceptable as proof of Insurance. Commercial carriers certificates are unacceptable
ECTION L IDENTIFICATION DATA:
I Insured Contractor's Name: Hejl, Lee & As Inc.
.2 Street/Mailing Address:
. 3 : ci Austin
2207 Hancock Dr.
1.4:State: Texas
.6: Phone:( 512 ) 467 - 9793
iECTION II. TYPE OF INSURANCE:
'ype: Polley No.:
CITY OF ROUND ROCK
CERTIFICATE OF INSURANCE
Effective date:
. Workers' Compensation:
2.1 2.2
ndorsed with a Waiver of Subrogation in favor of the City of Round Rock.
. Commercial General Liability:
:ndily injury/ 3.1 3.2
roperty damage
ndorsed with the City of Round Rock as an Additional Insured and endorsed
:. Texas Business Automobile Policy:
o. Bodily Injury: 4.1 4 . 2
3. Property Damage 4.4 ' 4.5
indorsed with the City of Round Rock as an Additional Insured and endorsed
i. Professional Liability Policy:
5.1 L509332 -01 5,2 5 -
:indorsed with a Waiver of Subrogation in favor of the City of Round Rock.
5. Umbrella Policy (If Applicable):
6.1 6.2
Mar -97
Z0 3DVd
S3lt/I0OSSV 331 1f3H
NOTE: Copics of the endorsements listed
below are not required as attachments
.. to this certificate.
1.5: Zip; 78756
Expiration Date: Limits of Liability
not less than:
2.3
Statutory-Texas
3.3 5300,000 combined single
limit each occurrence
and in the aggregate.
with Waiver of Subrogation in favor of the City of Round Reek.
4.3 S100,000 ea person
5300,000 ca. occurrence
... - 4.6 _ 4.6 • - .. • 550,000 ea. occurrence
with Waiver of Subrogation in favor of the City of Round Rock.
- 97 5.3 5.:12'99
6.3 S
SECTION III - CERTIFICATION:
This Certificate of insurance neither affirmatively w negatively amends, extends, or alters :he coverage afforded by the above insurance policies issued by the
insurance company named below.
Cancellation ofthe insurance policies shall not be made until THIRTY DAYS AFTER the undersigned agent or his/her company has sent written melees by certified mail
to the contractor and the City of Round Rock.
THIS IS TO CERTIFY to the City of Round Rock, bat the insurance policies above met all the requirements stipulated above and such policies am in full force and effect.
7.1. Name of insurance
Design
7 2 Company Address:
Box DPI
j 7.3City: Montere
L
Professionals Insur. Co.
C
7.4: State
_CA'
7.5: Zip 93942
8,1: Name of Authorized Agent
Commercial Insurance Concepts - Austin
8.2 Agent's Address
1946 S. IH - 35, Suite 301
8.3 City
Austin
8.4 State X
8.5 Zip
,, 78704
een ins.xls/fannsa
RC1;AL ni$Wt'ot0b 6micgp'r5. 5000
LtI6L97ZI5 SS ZI L661/9T/L0
WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY
INFORMATION PAGE
6766 —F120
POLICY NO.,90 —CS- 4328 -6 CQVERAGE IS PROVIDED BY
REPLACES NO. 90— CG- 7001-7 STATE FARM FIRE AND CASUALTY COMPANY
8900 STATE FARM WAY, AUSTIN TX 78729 -1110
NCCI CARRIER CODE NO. 14842
1. NAMED INSURED.& MAILING ADDRESS
NEJL,-LEE.& ASSOCIATES, INC
2207•HANCOCK DR
AUSTIN r
TIN TX,•78756- 2508.
te
t ..AK;; %44; -,.: ,:.c
r Pap.
'INSURED IS A CORPORATION
COPYRI6H, T tt1 ;.000NCILON COMPENSATION INSURANCE
iii «i -�« - -�
2., THE>POLICY ; PERIOD IS ° FROM 04/01/97.TO 04/01/98 12:01 A.M. STANDARD.TIME AT
THE • ^INSURED''SMAILING'ADDRESS :'
3A., WORKERS ''COMPENSATIONYINSURANCE: "PART ONE.OF- THE.POLICY APPLIES.TO THE
WORKERS COMPENSATION LAW OF.THE STATES LISTED HERE:. TX
B. EMPLOYERS LIABILITY .INSURANCE: - PART TWO OF THE POLICY APPLIES TO
WORK.IN•EACH.STATE LISTED IN ITEM 3A. THE LIMITS OF OUR LIABILITY
' UNDER PART:TWO ARE: :BODILY•INJURY BY ACCIDENT $ 500,000 EACH ACCIDENT
BODILY.INJURY_BY.DISEASE $ 500,000 EACH EMPLOYEE
BODILY ;INJURY:BY DISEASE $ 1 500 000 POLICY LIMIT
C: OTHER %INSURANCE: ; .PART. HREE.OF:THE POLICY APPLIES TO.ALL STATES
EXCEP. oT1• ME�� ;ND�NV�f.OH�ayRI�YA „WV,7 AND STATES •LISTED . IN 3A.
`I''f^:: n •• S
D.' MCIIgg42030p6I 'YC4pp 2030ttuu 1D:/,WC4gg 20308/0197�ENT3 AND µ SC HEDULES:. WC000000A
PAS .u4�f �3Art' „ 4: . •
4._THE PREMIUMtFOR rTHIS W- POL•ICY'WILL4BEI OUR MANUALS OF.
RULES CLASSIFICATIONS” RATES AND RATING PLANS. ALL INFORMATION
REQUIREDi -IS SUBJECT TO VERIFICATION AND CHANGE BY AUDIT.
CODE NOS.'AND
CLASSIFICATIONS
8601
ENGINEER OR — CONSULTING
8810
CLERICAL OFFICE EMPLOYEES NOC'
EMPLOYERS LIABILITY INCREASED LIMITS
PREMIUM INCENTIVE 00.0%
EXPENSE CONSTANT
MINIMUM PREMIUM $ 250 TEXAS
PREMIUM ADJUSTMENT PERIOD SHALL BE ANNUAL
PREPARED 02/17/97
WC 00 00 01•A
FEIN 742671399
LOCATION:
2207 HANCOCK DR
AUSTIN TX
PREMIUM BASIS.TO—
TAL ESTIMATED AN-
NUAL REMUNERATION
50, 000
30,930
RATE /$100
REMUNERA—
TION
-.67
.44
TOTAL ESTIMATED ANNUAL PREMIUM $
ESTIMATED
ANNUAL
PREMIUM
5
0
661
DEPOSIT PREMIUM $ 661
TX MAINT TAX 0.756X $ 4.97
COUNTERSIGNED_ / 3(j 1477
BY AGENT �j L LyT r
335i
136 •
4E013 06 -23 -97 TEXAS BUSINESS AUTO COVERAGE FORM DECLARATIONS -PAGE 1
STATE FARM MUTUAL AUTOMOBILE INSURANCE COMPANY
8900 STATE FARM WAY
AUSTIN, TX 78729 *RENEWAL CERTIFICATE*
A"
FORM OF BUSINESS: ® CORPORATION ❑ PARTNERSHIP ❑ INDMDUAL ❑ OTHER
REM1: NAMED INSURED AND MAILING ADDRESS
53 -6766 442W
HEJL, LEE & ASSOCIATES, INC.
2207 HANCOCK DR
AUSTIN TX 78756 -2508
ITEM THREE: SCHEDULE OF COVERED AUTOS YOU OWN
COVERED AUTO YEAR TRADE NAME MODEL BODY STYLE SERIAL NUMBER( S) CLASS TERRROR
VEHICLE IDENTIFICATION NUMBER (VIN)
1 1997 CHEVROLET SUBURBAN SPORT WG 1GNEC16R8VJ357959 3A 0 23
ITEM TWO: SCHEDULE OF COVERAGES AND COVERED AUTOS" -' -'" —'— ' - -- " -
COVERAGE SYMBOL- COVERED AUTO NUMBER•PREMIUM- COVERAGE NAME•LIMIT -AUTO COVERAGE SYMBOL
POUCYNUMBER U17 5389- A25 -53A
POLICY PERIOD JUL -25 -97 TD JAN -25 -98
at 12.01 A.M. Standard Time at tee address of the named insured as stated herein
STATE FARM PAYMENT
PLAN NUMBER 0330110325
PREMIUM SHOWN IS PAYABLE $ $622.00 AT INCEPTIC`
DO NOT PAY PREMIUMS SHOWN ON THIS PAGE.
SEPARATE STATEMENT ENCLOSED IF AMOUNT DUE.
SEE REVERSE SIDE FOR
IMPORTANT INFORMATION
AB LIABILITY — (SYMBOL 7)
$212.00 BODILY INJURY LIABILITY
LIMIT— COVERAGE AB — EACH PERSON, EACH ACCIDENT
100,000 300,000
$113.00 PROPERTY DAMAGE LIABILITY
LIMIT - COVERAGE AB - EACH ACCIDENT
50,000
P1 $30.00 PERSONAL INJURY PROTECTION(SEE ENDORSEMENT)
LIMIT — COVERAGE P1 — EACH PERSON 2,500
D $81.00 5100 DEDUCTIBLE COMPREHENSIVE — (SYMBOL 7)
G $130.00 5250 DEDUCTIBLE COLLISION — (SYMBOL 7)
U UNINSURED /UNDERINSURED MOTORISTS(SEE ENDORSEMENT)
$48.00 LIMIT - COVERAGE U- BODILY INJURY
EACH PERSON, EACH ACCIDENT
100,000 300,000
$8.00 LIMIT — COVERAGE U— PROPERTY DAMAGE($250 DEDUCTIBLE)
EACH ACCIDENT
` 15,000 -
$622.00 ESTIMATED TOTAL PREMIUM FOR POLICY PERIOD JUL -25 -97 TO JAN -25 -98
EXCEPTIONS AND ENDORSEMENTS ATTACHED TO THIS POLICY.
PREMIUM FOR ENDORSEMENTS(SHOWN ABOVE WHEN APPLICABLE)
FINANCED —ANY LOSS UNDER PHYSICAL DAMAGE COVERAGE IS PAYABLE AS INTEREST MAY
APPEAR TO THE INSURED AND PUBLIC EMPLOYEES CREDIT UNION, PO BOX 2205,
AUSTIN TX 78768 -2205.
IL 00 21 NUCLEAR ENERGY LIABILITY EXCLUSION ENDORSEMENT BROAD. FORM.
TE 00 39B AMENDATORY ENDORSEMENT: CHANGE CONDITIONS AND DEFINITIONS.
TE 00 40 AMENDATORY ENDORSEMENT— TEXAS: CHANGE CANCELLATION OR NONRENEWAL
CONDITIONS.
ITEM 2— SYMBOL 7 SPECIFICALLY DESCRIBED AUTOS.
TE 04 01C PERSONAL INJURY PROTECTION ENDORSEMENT -TEXAS (COVERAGE P).
TE 04 06B MEXICO COVERAGE- LIMITED.
TE 04 09D UNINSURED /UNDERINSURED MOTORISTS INSURANCE (COVERAGE U).
TE 20 35A LOSS PAYABLE CLAUSE — MODIFIED.
TE 99 60A SUPPLEMENTARY DEATH BENEFIT.
THIS IS YOUR DECLARATIONS PAGE
PLEASE ATTACH TO YOUR AUTO POUCY BOOKLET
COUNTERSIGNED 06 -23 -97
BY LARRY SELBY 6766 - 120
YOUR POLICY CONSISTS OF THIS PAGE, ANY ENDORSEMENTS, AND THE POLICY BOOKLET, FORM 9843U . 2 S T PLEASE KEEP TOGETHER
REPLACED POLICY U175389 - 53
155- 4972.2
11/05/97 09:42 FAX 512 343 8241 LARRY J SELBY J01
Coverage information
B -BUSN PROP 26500
C -LOSS INC ACT LOSS
L -BUSN LIAB
GEN AGGREGT
M- MED /PERSN
Prev risk:
1000000
2000000
Messages:
Year built: 1972
Zone: 56
Rey rate: 10
5000
STATE FARM INSURANCE
NOVEMBER 05, 1997
Fire Policy Status • •
B Ph. (512)467 -9793
HE.3i, LEE 4 ASSOCIATES, INC LLYD Policy: 90- BR- 1778 -1 L Yr issd: 1995
2207 HANCOCK DR
AUSTIN TX 78756 -2508
Location: 2207 HANCOCK DR
AUSTIN TX 78756 -2508
Term: CONT
Type: BUSINESS - OFFICE Renew date: JAN -25 -98
Premium: 572.00
Amount due: SFPP
Date due: SFPP
Bill to: SFPP
Prev prem: 472
25,700 SFPP acct:0330- 1103 -25
Deductibles applied: 250 ALL PER OTHER DED MAY APPLY
Constr: VENEER
Forms and Endorsements
FP -6125 SPECIAL FORM 3
FE -6510 TEST /CNSLT E &O
FE -6309 LOSS PAYABLE
FE -6312 PR OP LTA EXCL
FE -6464 POL END
FE -6451 TREE DEBRS REM
FE -6243 AMENDATORY END
DATE: May 19, 1997
SUBJECT: City Council Meeting, May 22, 1997
ITEM: 11C. Consider a resolution authorizing the Mayor to execute an agreement
with Hejl, Lee & Assoc., Inc. For engineering services for the Rubio
Subdivision Street & Drainage Improvements.
STAFF RESOURCE PERSON: Jim Nuse
STAFF RECOMMENDATION:
DATE: May 15, 1997
TO: Jim Nuse
FROM: Larry Madsen
MEMORANDUM
Al Wille, Chief Engineer and myself have discussed engineering firms for the Streets
and Drainage Bond Project for the Rubio Subdivision area. We requested Hejl, Lee &
Associates to provide us with a resume and list of qualifications. We reviewed their
qualifications and I personally interviewed Dan Hejl, principal of the firm. I
recommend we consider this firm for this project as they are qualified and are familiar
with the scope of the project.
HEJL; • LEE &
ASSOCIATES, INC.
DANIEL P. HEJL, JR., P.E.
• CHIEN Y. LEE, P.E.
RATER /WASTEWATER TREATMENT PLANTS
, WATER STORAGE & DISTRIBUTION
WASTEWATER COLLECTION SYSTEMS
STREET & HIGHWAY DESIGN
LAND DEVELOPMENT & PLANNING
, COMPUTERIZED MAPPING
• 2207 HANCOCK DRIVE
, AUSTIN, TEXAS 78756'
• PHONE
512- 467 -9793
FAX
512- 467 -9147
November 05, 1997
Mr. Jim Nuse, P.E.
Public Works Director
City of Round Rock .
2008 Enterprise
Round Rock, Texas 78664
REF: City of Round Rock Rubio Subdivision Water
. & Wastewater Improvements
HLA Project No. P94 -08 -09 -
• Dear Mr. Nuse,
Please find attached agreements for the above referenced project. Please sign
both copies of the agreement and return one copy to our office, keeping the ;
second copy for your files.
We appreciate the opportunity to work with the City on this project.
Yours very truly, • ,
HEJL, LEE & ASSOCIATES, INC.
Chien Lee, P.E., AICP,
Principal
Attachments
R-97-05-2-11c