Loading...
R-98-06-11-13B4 - 6/11/1998ATTEST: RESOLUTION NO. R 98 06 11 - 13B4 WHEREAS, the City of Round Rock desires to retain engineering services for water system improvements, and WHEREAS, HDR Engineering Inc. has submitted a contract 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 with HDR Engineering Inc., for water system 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 llth day of June, 1998. ANNE LAND, City Secretary H,\ R O DT1\R80611D9 /eog (://0 CHARLES C{JTPEPPER, Mayor City of Round Rock, Texas STATE OF TEXAS COUNTY OF WILLIAMSON Contract No. 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 Suite 300, 2211 South IH 35, 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 the design implementation of the recommended improvements described in the Preliminary Engineering Report, Water System Improvements — Pressure Planes 1A, 1B, & 2 dated May 13, 1998. The system improvements encompass, in general, the combining of pressure plane (PP) 863, into PP890, which includes approximately 2200 1.f. of water pipeline and demolition of the Tower Drive tank The services also includes the development of the bidding documents for three (3) new water storage tanks. The tanks are located at the High Country (PP971) and Chisholm Valley (PP971) and near the existing S81 standpipe for a tank to service PP890. The engineering improvements shall involve the addition of two (2) pump stations to supply water to PP971 and PP924. 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 i ems 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 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. A. DESIGN PHASE 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 O0 TORC4 / /COO 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. ARTICLE 4 COMPENSATION 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. Payment for services in the Design Phase shall be on the basis of Lump Sum in the amount of Three Hundred Nine Thousand Three Hundred Dollars ($309,300.00). This fee shall include a Lump Sum fee of Thirty Two Thousand Four Hundred Dollars ($32,400.00) for Page 2 of 13 subconsultant Baker - Aicklen & Associates, Inc. and a Lump Sum fee of Fourteen Thousand Four Hundred Fifty Dollars ($14,450.00) for subconsultant Fugro McClelland (Southwest), 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 Thirty Three Thousand Five Hundred Dollars ($33,500.00). The services, as authorized by the City, shall be reimbursed based upon Direct Salary Cost ($ per hour) times an overhead factor of 3.2. 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.) 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 One Hundred Ninety One Thousand Six Hundred Dollars ($191,600.00). This shall include a reimbursable, per diem fee not to exceed Seven Thousand Five Hundred Dollars ($7,500.00) for subconsultant Baker - Aicklen & Associates, Inc. and a reimbursable, per diem fee not to exceed Forty Thousand Dollars ($40,000.00) for subconsultant Fugro McClelland (Southwest), Inc. The services, as authorized by the City, shall be reimbursed based upon Direct Salary Cost ($ per hour) times an overhead factor of 3.2 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 25 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. 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 Page 3 of 13 services and Special Assignments, and the compensation to be paid by the City to the Engineer for their performance, as required, are as follows: The services, as authorized by the City, shall be reimbursed based upon Direct Salary Cost ($ per hour) times an overhead factor of 3.2 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.) 1. Services for Construction Layout Surveys (Construction Staking). 2. Preparation of property or easement descriptions. 3. Assistance to the City as an expert witness in any litigation with third parties, arising from the development or construction of the Project. Basis of Compensation: $150.00 per hour in which City requires Engineer's presence or his representative. The Contract total fees without modification of the Contract are Five Hundred Thirty Four Thousand Four Hundred Dollars $534,400.00 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 D - 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. Page 4 of 13 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 5 of 13 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. Page 6 of 13 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. 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 famished 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. 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 Provider 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 Page 7 of 13 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 or USDOT representatives in the performance of their duties. 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 Engineers 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 Page 8 of 13 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 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 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 Page 9 of 13 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 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. The completed Certificate of Insurance shall be attached hereto and identified as Attachment E. 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, Page 10 of 13 papers and records of the Engineer which are directly pertinent to this Contract for the purpose of making audits, examinations, excerpts and transcriptions. 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 shell be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. Page 11 of 13 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. ARTICLE 32 NOTICES All notices to either party by the other required under this Contract shall be personally delivered or mailed to such party at the following respective address: City of Round Rock HDR Engineering Inc. Attn.: City Manager Attn.: James K. Haney P.E. 221 E. Main St Suite 300 Round Rock, TX 78664 2211 South III 35 Austin, TX 78738 With copy to: Stephan L. Sheets City Attorney 309 E. Main St. Round Rock, Texas 78664 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 City to entcr 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. THE Engineer Date: City of es K. Haney P.E. xecutive Vice President Bv: Charles C pe • + - r, Mayor LIST OF ATTACI IMENTS 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 and Fee Schedule Attachment D - Schedule Attachment E - Certificate of Insurance Page 13 of 13 ATTACHMENT A SERVICES TO BE PROVIDED BY THE City The City of Round Rock shall furnish to the Engineer the following items, information, and assistance: 1. Provide land access to the elevated storage tank and pump station sites. 2. Provide all necessary easements and land available for the construction of the proposed improvements. 3. Provide as- built/construction drawings of existing water system improvements as requested by Engineer. 4. Assist Engineer and visit ground storage tanks, elevated storage tanks, PRV valve vaults, and pumping stations to confirm model geometry and as-built drawings. ATTACHMENT B SERVICES TO BE PROVIDED BY THE Engineer A. DESIGN PHASE 0 Establish the scope, and advise the City, of any soil and foundation investigations or any special surveys or 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. 1 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 government). The Engineer shall also assist the City in obtaining approval of the aforementioned routine permit applications from local, state, and federal authorities. 2 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 for the Construction Improvements is not included in the Basic Charge. 3 Prepare detailed specifications and contract drawings, for construction authorized by the City based upon the approved Preliminary Engineering Report Water System Improvements Pressure Planes 14, IB & 2 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. 4 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, General Conditions and other Contract Documents. 5 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, invitations to bid and instruction to bidders. 6 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 2 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. 7 Fumish the City all necessary copies of approved plans, specifications, notices to bidders, and proposals. 8 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-owned utilities to be relocated also shall 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 each separate 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 conferences 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. CONSTRUCI'ION PHASE 1. Consult with and advise City as set forth herein and as provided in the Engineer's General Conditions and Supplementary General Conditions of the Contract for Construction included in the Contract Documents for the project. The extent and limitations of the duties, responsibilities and City 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 3 to the 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, to 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. 4 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 final inspection of the Project for conformance with the design concept of the Project and compliance with the Contract Documents, and approve in writing final payment to the contractors. 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 mylar drawings, electronic files, and two sets of prints of there revised drawings to the City. 13. Assist City in developing systems and procedures for control of the operation, maintenance and record keeping for the project. 14. Compile, review and comment on operation, maintenance and staffing manuals, which will be provided by Contractor in accordance with the Contract Documents. 5 15. Assist City in training City's staff to operate and maintain 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. 6 ATTACHMENT C - Work and Fee Schedule CITY OF ROUND ROCK, WATER SYSTEM IMPROVEMENTS, PRESSURE PLANES 1A, 1B, AND 2 DESIGN, BIDDING, AND CONSTRUCTION ADMINISTRATION PHASES Engineering Fees Contract No. Totals Design Bidding Const. Adm. Startup /As -Built Contract No. 1 HDR Engineering Fee $299,900 $166,000 $18,300 $97,300 $18,300 Survey $39,900 $32,400 $0 $7,500 $0 Geotechnical $54,450 $14,450 $0 $40,000 $0 Engineering Fees $394,250 $212,850 $18,300 5144,800 $18,300 Estimated Construction Cost $5,137,300 Engineering Fee as a % 7.7% Contract No. 2 HDR Engineering Fee $117,700 $82,000 $11,300 $19,100 $5,300 Survey" Geotechnical" Engineering Fees $117,700 $82,000 $11,300 $19,100 $5,300 Estimated Construction Cost 8597,100 Engineering Fee as a % 19.7% Contract No. 3 HDR Engineering Fee $22,400 $14,400 $3,900 84.100 $0 Engineering Fees $22,400 $14,400 $3,900 $4,100 $0 Estimated Construction Cost $117,200 Engineering Fee as a % 19.1% GRAND TOTALS HDR Engineering Fee $440,000 8262.400 $33,500 $120,500 $23,600 Survey $39,900 $32,400 $0 $7,500 $0 Geotechnlcal $54,450 $14,450 $0 $40,000 $0 Total Engineering Fees $534,400 $309,300 $33,500 $168,000 $23,600 % of Total Design Fee 100% 58% 6% 31% 4% Total Estimated Construction Cost $5,851,600 Engineering Fee as a % 9.1% **Included in Contract No. 1 Contract No. 1 - Elevated Storage Tanks, Chisholm Valley, High Country, AND 81 S. Contract No. 2 - SE Elevated Pumping Station and Other Improvements Contract No. 3 - Ground Storage Tank Demolition Corr estate 1 5/27/98 CITY OF ROUND ROCK, WATER SYSTEM IMPROVEMENTS, PRESSURE PLANES 1A, 1B, AND 2 DESIGN, BIDDING, AND CONSTRUCTION ADMINISTRATION PHASE Contract No. 1 - Elevated Storage Tanks, Chisholm Valley and High Country COST COMPONENT, HOURS Totals Design Bidding Const Adm. Startup /As -Built QA/QC 69 61 0 8 0 Principal 29 5 8 8 8 Project Manager 419 159 40 180 40 Civf Engineer 1327 527 60 700 40 Arch/Structural Engineer 184 136 8 40 0 Electrical Engineer 188 120 12 40 16 Technician 824 736 8 16 64 Clerical 167 47 40 72 8 TOTALS 3205 1789 176 1064 176 COST COMPONENT, DOLLARS Totals Design Bidding Const Adm. Startup /As -Built QA/QC $8,800 $7,776 $0 $1,024 $0 Principal $5,694 $932 $1,587 $1,587 $1,587 Project Manager $56,280 $21,336 $5,378 524,192 $5,376 Civil Engineer $101,914 $40,474 $4,608 $53,760 53,072 Arch/Structural Engineer 523,488 $17,344 $1,024 $5,120 $0 Electrical Engineer $25,200 $16,061 51,613 $5,376 $2,150 Technician $52,736 $47,104 $512 $1,024 $4,096 Clerical $6,413 $1,805 $1,536 52,765 $307 TOTAL LABOR COST $280,500 $152,800 $16,300 $94,800 516,600 Expenses Cadd, @ $15Thr $12,360 511,040 5120 $240 $960 Phone, travel, meals 52,300 5500 $200 $1,500 $100 Printing $3,000 $500 $1,500 $500 $500 Subtotal 817,660 $12,040 51,820 $2,240 51,560 TOTAL EXPENSES w/ 10% MARKUP $ 19,400 513,200 $2,000 52,500 51,700 % of Total HDR ENGINEERING FEE Corr eatads 55% 6% 32% 6% $ 299,900 $166,000 $18,300 $97,300 518,300 Subconsultants Survey, Baker- Aikien $39,900 $32,400 $7,500 Geotechnical, Fugro McMlefand, (Southeast), $54,450 $14,450 $40,000 GRAND TOTAL $394,250 $212,850 $18,300 $144,800 518,300 2 5/27198 Cont No. 1 Streets Std. Dwg. No. Drawing Title Labor Hours, Design Series 0000 - General Project Concept 25.ng Nodal Oil c n5re4r e 8 . 1 0001 Cover Sheet 1 1 4 2 0002 Vicinity and Location Maps. Sheet Index. and General Notes 1 1 16 3 0003 General Legend 1 1 4 4 0G04 Electrical Legend Sheet 1 1 4 5 0605 List of Abbreviations 1 1 4 6 OE01 Electrical Legend and Abbreviations 1 1 2 7 0E02 Inetrunentebon Legend and Abbreviations 1 1 2 Swiss 1000 - Chisholm Valley Elevated Tank 8 1C01 Site Grading & Yard Piping Plan 4 16 16 6 1002 Site Grading & Yard Piping Details 4 16 16 10 1CO3 Overflow & Valve Vault SsucWres - PIen. Sections. & Details 4 16 16 10 11 1P01 Elevated Tank - Plan. Sections. & Details 4 16 16 12 1702 Elevated Tank - Details 4 16 6 8 13 1E01 Electrical Plan and Site Details 4 16 16 16 Belies 2000 - High Country Elevated Tenk 14 2001 16' Transmission Line Plan & Profile (1'+20) 15 2002 16' Transmission Line Plan & Profile (1'=20) 16 2CO3 Access Road Plan & Profile Station 0+00 to 7 +25 17 2C04 Access Road Cross Sections Station 0+00 to 7 +25 18 2CO5 Site Grading & Yard Piping Plan 19 2CO5 Site Grading & Yard Piping Details 20 2C07 Overflow & Valve Vault Structures - Plan. Sections, & Details 21 2701 Elevated Tank - Plan, Sections. & Details 22 2702 Elevated Tank - Details 23 2E01 Electrical Plan and Site Details Series 3000.81 South Tank Site knprovemerrto 24 3001 Site Grading, Paving, & Erosion Control Plan 4 16 24 25 3CO2 Site Piping Plan 4 16 24 26 3CO3 Site Details 4 16 24 27 3C04 Overflow Structures - Plan, Sections, & Details 4 24 18 24 28 3701 Elevated Tank - Plan. Sections. & Details 4 16 24 29 3702 Elevated Tank - Details 4 18 24 30 3703 Pump Station Plan & Section 4 16 16 24 31 3PO4 Pump Station Section. & Details 4 16 16 24 32 3501 Interior Tank Foundation Plan & Structural Details 4 16 16 24 33 3M01 HVAC Plan 4 16 16 34 3E01 Electrical Plan and Site Details 4 16 16 35 3E02 Main One-Lino Diagram 4 16 16 36 3E03 Instrumentation and Control Diagrams 4 16 16 Series 4000 - Standard Details 37 4001 Schedule of Openings and Penetrations 38 4602 Pipe and Conduit Support Delads 39 4001 General Civil Derails 40 4002 Erosion Contra & Fencing Details 41 4CO3 Embedment and Crossing Details 42 4C04 Right of Way and Erosion Contra ()abatis 43 4701 Restraint & Thrust Blocking 44 4702 Piping Details 45 4A01 Architectural Debate 46 4.501 Structural Standard 0etals 47 4M01 HVAC and Plumbing Debella 48 4E01 Electrical Details Specifications No. of 800000s .47 Corr_ed.Mts Specification Total TOTAL HOURS Orewt Total 4 11.75 4.7 11.75 80.76 4.7 1688 E Em4ram 11,00/56, 2 2 2 4 16 16 4 16 16 4 16 16 4 16 16 4 16 24 4 16 24 4 18 16 24 4 18 24 4 16 24 4 18 24 2 4 2 4 2 4 2 4 2 4 2 4 2 4 2 4 2 8 2 6 2 4 2 4 0 147 480 112 08 738 Labor Hours per Specification Section: 026 0.1 025 1 Total Labor Horns for Specification: 0.6 0.5 0 47 23.6 23.5 0 47 627 1358 119.5 738 47 3 6/27188 CITY OF ROUND ROCK, WATER SYSTEM IMPROVEMENTS, PRESSURE PLANES 1A, 1B, AND 2 DESIGN, BIDDING, AND CONSTRUCTION ADMINISTRATION PHASE Contract No. 2 - 81 S. GST & Pumping Station, SE Elevated Pumping Station and Other Improvements COST COMPONENT, HOURS QA/QC 47 47.25 0 0 0 Principal 8 0 8 0 0 Project Manager 112 39.5 24 40 8 Civil Engineer 415 274.5 24 100 16 Arch/Structural Engineer 74 74.25 0 0 0 Electrical Engineer 126 90.25 8 24 4 Technician 352 312 8 8 24 Clerical 125 52.5 40 32 0 TOTALS 1211 843 112 204 52 COST COMPONENT, DOLLARS TOTAL LABOR COST % of Total HDR ENGINEERING FEE corr est.4e Totals Design Bidding Const. Adm. Startup /As -Built Totals Design Bidding Const. Adm. Startup /As -Built QA/QC 58,048 $6,048 50 $0 $0 Principal $1,587 $0 $1,587 50 $0 Project Manager $14,986 $5,309 $3,226 $5,376 $1,075 Civil Engineer 931,834 521,082 51,843 57,680 51,229 Arch/Structural Engineer 59,504 $9,504 $0 $0 $0 Electrical Engineer $16,968 512,130 51.075 $3,226 5538 Technician $22,528 $19,968 $512 $512 $1,536 Clerical $4,781 $2,016 $1,536 $1,229 $0 $108,200 $76,100 $9,800 918,000 $4,400 Expenses Cadd, @ $15/hr $5,280 $4,680 5120 5120 $360 Phone, travel. meals 51,050 5250 5200 $500 5100 Printing 52,200 5400 51,000 5400 $400 Subtotal 58,530 $5,330 $1,320 51,020 5860 TOTAL EXPENSES w/ 10% MARKUP $ 9,400 $5,900 $1,500 $1,100 9900 70% 10% 16% 5% 9117,700 $82,000 $11,300 $19,100 55,300 4 5/27/98 Cont. No. 2 Sheets Sht Dwg. No. Drawing Title Labor Hours, Design Series 0000 - General Project Concept OM90 Erlar 611 - — 064801 515der ESsarr Lbw cl l 1 0501 Cover Sheet 2 4 2 0002 Vicinity and Location Maps, Sheet index and General Notes 2 4 3 0003 General Legend 2 2 a 0004 Electdcai Legend Sheet 2 2 5 OGO5 List of Abbreviations 2 2 6 0E01 Electrical Legend and Abbreviations 2 2 7 0E02 Instrumentation Legend and Abbreviations 2 2 Series 1000 - Hwy. 81 South Transmission Line 8 1501 Transmission Line Plan 8 Profile (1 "= 201 9 1CO2 Transmission Line Plan 8 Profile (1" = 20) 10 1CO3 Transmission Line Plan 8 Profile (1" = 20) 11 1504 Transmission Line Plan 8 Profile (1" = 20) 12 1505 Transmission Line Plan 8 Profile (1' = 20) 13 IC06 Transndsslon Line Plan 8 Profile (1" = 20) 14 1C07 Transmission Line Plan 8 Profile (1" = 20) 15 1C08 Transmission Line Plan 8 Profile (1" = 201 Spectications No. 01 Sections = 105 Con esttds 12 12 12 12 12 12 12 12 Series 2000 - SE GST Pumping Station 16 2P01 Valve Replacement Details 2 16 10 17 2E01 Electrical and Control Details 2 16 18 Series 3000 - SE Elevated Tank Site Improvements 16 3001 Site Grading, Paving, 0 Erosion Control Plan 1 16 18 19 3002 Site Piping Plan 1 2 18 20 3003 Site Details 1 2 16 21 3P01 Pump Station Plan 8 Section 1 2 16 8 16 22 3P02 Pump Stetlon Plan, Section. 8 Details 1 2 16 8 18 23 3A01 Pump Station Architectural Plan 8 Elevations 2 18 18 18 24 3501 Pump Station Foundation Plan 8 Structural Details 2 18 16 16 26 3M01 HVAC Plan 1 18 16 28 3E01 Site Electrical Plan 8 Details 1 16 16 27 3E02 Main One -Line Diagram 1 18 18 28 3E03 Instrumentation and Control Diagrams 1 18 18 Series 4000 - Standard Details 29 4501 Schedule of Openings and Penetrations 2 30 4002 Pipe and Conduit Support Details 2 31 4001 General Clvil Details 2 32 4502 Erosion Control 8 Fencing Details 2 33 4003 Embedment and Crossing Details 2 34 4004 Right of Way and Erosion Control Detain 2 35 4P01 Piping Details. Restraint 8 Thrust Blocking 2 36 4A01 Architectural Details 2 37 4801 Structural Sta04er8 Derails 2 38 4M01 HVAC and Plumbbg Details 2 39 4E01 ElecMcal Details 2 Drawing Total 21 0 29 222 48 64 312 Labor Hours per Specification Section 0.25 0 0.1 0.5 0.26 0.25 0 0.5 Total Labor Hours far Specification: Specification Total 28.25 0 10.5 526 2626 2825 0 526 TOTAL HOURS 47.25 0 39.5 274.6 7428 90.25 312 52.6 6 5127198 CITY OF ROUND ROCK, WATER SYSTEM IMPROVEMENTS, PRESSURE PLANES 1A, 1B, AND 2 DESIGN, BIDDING, AND CONSTRUCTION ADMINISTRATION PHASE Contract No. 3 - Ground Storage Tank Demolition COST COMPONENT, HOURS Totals Design Bidding Const. Adm. Startup /As -Built QA/QC 13 13 0 0 0 Principal 2 2 0 0 0 Project Manager 48 16 16 16 0 Civil Engineer 100 68 16 16 0 Arch/Structural Engineer 0 0 0 0 0 Electrical Engineer 0 0 0 0 0 Technician 48 48 0 0 0 Clerical 44 20 8 16 0 TOTALS 242 154 40 48 0 COST COMPONENT, DOLLARS Totals Design Bidding Const. Adm. Startup /As -Built QA/QC $1,664 $1,664 $0 50 $0 Principal $397 $397 $0 $0 $0 Project Manager 56,451 $2,150 $2,150 52,150 50 Civil Engineer $7,680 $5,222 $1,229 $1,229 $0 Arch/Structural Engineer $0 $0 $0 $0 $0 Electrical Engineer $0 $0 50 $0 $0 Technician 53,072 53,072 $0 $0 $0 Clerical 51,690 $768 5307 $614 $0 TOTAL LABOR COST $21,000 $13,300 $3,700 $4,000 $0 Expenses Cadd. @ $15/hr 5720 5720 $0 $0 50 Phone, travel, meals 5150 550 550 550 $0 Printing $325 5200 5100 $25 $0 Subtotal $1,195 5970 5150 $75 50 TOTAL EXPENSES w/ 10% MARKUP $ 1,400 $1,100 $200 $100 $0 % of Total 64% 17% 18% 0% HDR ENGINEERING FEE $ 22,400 $14,400 $3,900 54,100 $0 Curt eSLX 6 527/98 511L Dog.60. Drawing Title Cad No. 3 Sheets Labor Home, Design Series 0000 - General Project Concept 0995 INerNia Pid Q.Pts= 642311. 8.1.elnn8X Ian 18atob 1 0002 Moirdty anti Location Maps. and General Notes 1 2 18 18 2 0003 Chisholm Vane Stand Pipe S0e Plan 1 2 18 10 3 0004 To.ner Stand Pipe Site Plan 1 2 18 16 Drawing Total 3 0 8 48 0 48 0 Laeor Haas per Specification Section: Specifications No. of Sections n20 0,5 0.1 0.5 0 Total Labor Hours for Specification: Specl0cation Total 2 10 20 0 0 20 TOTAL HOURS 13 2 18 68 0 48 20 Dort eetatle 7 827/138 ID s 4 7 8 a 10 11 13 13 14 10 18 17 15 15 20 21 32 20 24 25 36 87 25 20 00 31 3556 Nan PeajelAaml Om RIP !Salem** Comr>32NLL1 Re Bum tkelee aa758 Rap= CemVC014331>m— Pmpe1Temmivl Spee Pr pPe Cama81Dova rb ®08111330 P32e81 1327286842813838180:3750o81 7n0T28688126mm32CmP126m 381780k 6812630851 C002138mi Real Cmnplelbn eoranct 2 806 2/4038713 G0001111 80004 Per( MD Berm Prepare 7842022153083 Pepee C330W 0•212803 1312 83a201 Pmied B8126a2632Coaptd33 RmlCovplalke 03120831N44 DM= Dem®tl 85e2800mo Pr 808M Coast 41%emmac 1110 A3350 Project 58515 Deno Cmntem 8814 CmryaD28f1Dena REMCOneieeelfer Dam Project Water System Impmvemerl s Plasma Planes 1A, 1B, 8 2 Deb: Wed 5127168 ATTACHMENT D - OVERALL PROJECT SCHEDULE 15 L7L7000000L711M700W:16"10000004S;i 70 ♦od • ® 02 6113 REISSEMI 6113 I I • ® 711e 8113 1071 78 NMI en3 EIRIEMEMI 1U8 1118 1110 MEM 12124 EMENINEBEENS MEESE eM • NEM 12117 13117 w 101 711 011 • ad I I soo Task Task Progress CriBral Task kffaitiNn Critical Task Progress o Rolled Up Task NMSTM Rolled Up Progress mmmmmmmm Mlle650ne • Rolled Up Critical Task I _J Summery 11, Rolled Up Milestone • BAKER - AICKLEN S. ASSOCIATES. INC. Consulting Engineers May 26, 1998 Proposal No.: 98 -5060R HDR Engineering, Inc. 2211 South IH 35 Suite 300 Forum Park Austin, Texas 78741 Attn: James A. Yurczyk, Jr. P.E. Re: City of Round Rock Water Distribution System Improvements Dear Mr. Yurczyk: We are pleased to submit our proposal for services related to the above referenced project. Basically, we propose to provide site topographic and route design surveys of various sites in the Round Rock area. Below is a specific list of our proposed Scope of Services and Basis of Compensation list for each site respectively: Scope of Services 1) Attend initial meeting with HDR Engineering project manager to discuss overall project specifics. Additionally, during the duration of the assignment, meet with project manager, City of Round Rock representatives, land owners and other involved parties as necessary to assure proper coordination regarding surveying services. 2) Review existing easements, ownership documents, proposed tank site perimeter descriptions, all as furnished by the City of Round Rock or HDR Engineering. 3) Provide survey crew to locate marked limits of existing easements, or layout limits of existing easements per documentation. Also, provide similar services regarding existing tank parcel ownership and proposed site location on Dell property (when determined). 4) Provide survey crew to obtain field data sufficient to produce base maps for each site and adjoining tank sites where applicable, depicting significant topographic features including contour lines, visible structures, fences, valves, above ground piping, hardwood trees 8- inches and larger in diameter (DBH), with tag # and species, above ground utilities, centerline and shoulder of adjoining roads, curbing, and other urban features pertinent to design. 203 E. Main St.. Suite 201 • Round Rook. Texas 76664 • 512/244 -9620 • FAX 512/244 -9623 Mr. James A. Yurczyk HDR Engineering, Inc May 26, 1998 Proposal No.: 98 -5060R Page 2. 5) Provide survey crew to stake and obtain field data sufficient to indicate where geotechnical investigation boring Togs will be taken or have been taken, depending on scheduling of work. This work shall be coordinated between surveyor, project manager, HDR Engineering personnel, and the site owner. 6) Supply survey crew to assist with preliminary pipeline route locations which will consist of route surveys (2 sites) locating physical features as listed in Item No. 4 above, not -to- exceed an approximate width of 100 feet along the Tower Street Water Tank to Corridor Park route and the South East Stand Pipe to Double Creek Drive locations. 7) For final pipeline routes, provide survey crew to obtain topographic data as listed in Item No. 4 above, at intervals not to exceed 25 feet or sufficient to produce and provide HDR with a comprehensive and accurate existing plan and profile view wide enough to depict all features pertinent to design. 8) Furnish Global Positioning System (GPS) survey personnel and equipment to establish state plane grid coordinates and surface conversion factors (Texas Central Zone) for a minimum of two monuments set in concrete at each tank site with orthometric height elevation datum originating from City of Round Rock GPS control network. These points shall be placed in locations compatible with future construction so as to be preserved for future use beyond initial construction. 9) Process field data within the Autocad Version 14 environment, using specialized software, to develop base maps containing information obtained by field survey as detailed by Item No. 4 and No. 6, providing both an electronic and a reproducible mylar of the processed data for each site and route survey. 10) Provide technical staff and survey crew to coordinate with the various utility companies in order to determine the horizontal and vertical locations of underground utilities within the project limits, providing HDR Engineering with such information when obtained. Due to time factors related to the utility company locators and field ties to such marking and possible potholing coordination, the underground information may be furnished subsequent to delivery of the initial electronic/mylar product. Basis of Compensation We propose to provide the above services listed in Items No. 1 through No. 10 on a lump sum basis for each site respectively as follows: Mr. James A. Yurczyk HDR Engineering, Inc. May 26, 1998 Tower Street Pump Station to Dell Corridor Park site (includes route survey & esmts. as necessary) $11,000.00 Chisholm Valley Elevated Tank $8,300.00 South East Elevated Site $5,700.00 High Country Elevated Tank Site $7,400.00 The total of lump sum cost for our services is $32,400.00. We propose to provide construction phase services, which will consist of staking all permanent easement boundaries, construction easements, centerlines or offsets of pipelines and other points to the extent directed by HDR Engineering on an hourly basis in accordance with the attached rate sheet. The total amount of such charges shall depend on the extent of services requested. The lump sum amounts proposed above are based upon personnel time and direct costs required to perform the described Scope of Services. Additional time requirements resulting from project scope changes or plan revisions beyond our control will be considered reasonable cause for us to seek additional compensation for services not included in these amounts. Such services may be compensated for on an hourly charge basis or at a mutually agreed -to lump sum and will not be provided without prior authorization. Some of the services listed will be subject to sales tax which is mandated by state law on certain types of surveys (easement and boundary services). Firm's liability is limited to the amount of compensation. 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 authorization. Sin cerely, JackChisholm, R.P.L.S. HDRWATER.D Proposal No.:98 -5060R Page 3. PROFESSIONAL SERVICES AGREEMENT 11DR Engineering, Inc, as CLIENT engages Baker - Aicklen & Associates, Inc. as SURVEYOR to perform professional services for the assignment described as follows: Water Distribution System Improvements. Sae attached letter proposal No. 98 -5060r dated 0526/98. 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. 98 -50600 dated 05/26/98. B. SPECIAL SERVICES: All work performed by SURVEYOR which is either described in this paragraph or not included in the Basic Services defined above. shall constitute Special Services. These shall include: I. Travel and subsistence to points other than SURVEYOR'S or CLIENTS offices and project site. 2 Copies of final reports, studies, drawings and other data in excess of one (1) sct 3 Revisions to approved reports, studies, drawings and other data. 4. Other services not otherwise included In this Agreement or not customarily furnished In accordance with generally accepted Surveyoring practice. 11. COMPENSATION: CLIENT agrees to pay SURVEYOR for above described services in accordance with the following descriptions. definitions. terms and conditions. A. BASIC SERVICES: Compensation will be on a lump -sum basis of 032,400.00 plus reimbursubles. B. ADDITIONAL. SERVICES: SURVEYOR'S compensation will be on an hourly -charge basis for personal services (defined below) plus Reimbursable Expenses (defined below): 1. HOURLY CHARGE: Hourly charges are to be based on the current Standard Rate Schedule effective at the time of billing. The current Standard Rate Schedule effective January 1, 1998, is attached 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 SURVEYORS vehicles: at SURVEYOR'S standard rates If destination exceeds a 50 -mile radius of SURVEYORS office. b. Reproduction performed in SURVEYOR'S office: at prevailing commercial rates. c. All others: actual cost to SURVEYOR plus 10% service charge. III. PAYMENTS: SURVEYOR will invoice CLIENT semi-monthly in amounts based on SURVEYOR'S estimate of the portion of the Basic Services completed, plus charges for Special Services performed. CLIENT agrees in promptly pay SURVEYOR at his office in Travis 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. If the invoice is not paid within 00 days, SURVEYOR may, without waiving any claim or right against Client, and without liability whatsoever to the Client, terminate the performance of the services. Retainers shall br credited on the final invoice. IV. OWNERSHIP OF DOCUMENTS: All documents, including original 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 original 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 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 covering 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 V1. LIABILITY LIMITATION: SURVEYOR shall have no liability to CLIENT or to others for any reasons beyond use of reasonable skill In 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 $50,000. VII. DISPUTE RESOLUTION: In an efYon to resolve any conflicts that arise during the design or construction of the project or following the completion of the project, the Cl.IENT 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 otherwise. 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, subconsulluats, suppliers or fahricators so retained, thereby providing for mediation as the primary method for dispute resolution between the parties to those agreements. VIII. 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 notice to the other at the address of record. Termination shall release each party from all obligations of this Agreement, except as specified in paragraph V111.B below. B. COMPENSATION PAYABLE ON TERMINATION: Oa Termination, by either CLIENT or SURVEYOR, CLIENT shall pay SURVEYOR with respect to Basic Surveyoring Services which have been completed an amotmt fixed by applying the rate specified for Special Services in paragraph IL B to all Basic Services performed to the date of termination, plus an amount fixed by applying the rate specified In paragraph B. B to all Additional Services performed to date of termination (including all Reimbursable Expenses Incurred). IX, SUCCESSORS AND ASSIGNS: CLIENT and SURVEYOR each binds hhnsell and his partners, successors, executors, adminishators and assigns to the other party of this and to partners, successors, executors, adminisaaiots 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. Nothhig herein shall he construed as giving any rights or benefits hereunder to anyone other than CLIENT and SURVEYOR. X. SPECIAL PROVISION: This instrument contains the entire Agreement between CLIENT and SURVEYOR, except as additionally stated below: Attached letter proposal No. 98 -50608 dated 05/26/98 forms a pan of this agreement XI. INVALIDATION: If this Agreement is not executed by CLIENT within 30 days of the date tendered, R shall become invalid unless SURVEYOR extends the time in writing. XII. MODIFICATIONS: No one has authority to make variations In, or additions to the tennis of this a -. ton behalf of SURVEYOR other than one of its Officers, and then only In writing signed by him B Y . By- �7 /,gyp Dater Date, `� /� ` / //G' Baker - Aicklen & Associates, Inc. Consulting Engineers Effective January 1, 1998, 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 STANDARD RATE SCHEDULE (Labor Rate Table 33) Classification Rates Project Engineer $90.00 per hour Project Surveyor $80.00 per hour Staff Engineer/Designer /Coordinator $70.00 per hour Staff Surveyor/Engineering Assistant/GPS Processor $65.00 per hour Senior Engineering/Surveying CAD Technician/Designer $55.00 per hour Engineering/Surveying CAD Technician/Designer $50.00 per hour CAD Draftsman $40.00 per hour Secretary $37.50 per hour Expert Witness/Testimony/Deposition Services Two Times Rates Principal (as appropriate) $120.00 per hour FIELD PARTY SERVICES Rates 1 -Man Field Party $65.00 per hour 2 -Man Field Party $85.00 per hour 3 -Man Field Party $100.00 per hour 4-Man Field Party $115.00 per hour 1 -Man GPS RTK Field Party (Note 5) $125.00 per hour 2 -Man GPS RTK Field Party (Note 5) $150.00 per hour 2 -Man GPS Static Field Party (Note 5) $175.00 per hour DIRECT EXPENSES Transportation: By Firm's Passenger Vehicles (Note 1) $ 0.35 per mile By Finn's Survey Trucks (Notes 1, 2, 3 & 4) $ 035 per mile Subsistence of out -of -city work $100.00 per day Reproduction & Printing by Finn, Prevailing Com- Survey Stakes, Lathes, Iron Rods mercial Rates Or and other Direct Expense Cost, Plus 10% Noter• 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. FUGRO McCLELLAND (SOUTHWEST), INC. HDR Engineering, Inc. 2211 South II-I-35 Suite 300, Forum Park Austin, Texas 78741 Attention: Mr. James A. Yurczyk, Jr., P.E. Proposal for Geotechnical Investigation and Construction Materials Engineering and Testing City of Round Rock - Water Distribution System Improvements Round Rock, Texas A member of the Fugro group of companies with offices throughout the world. Proposal No. 1001 -2403 April 16, 1998 1107 West Gibson Street Austin, TX 78704 Phone : 512-444-3233 Fax :512 - 444 -3996 Fugro South, Inc. is pleased to submit this proposal for providing geotechnical engineering services and construction materials engineering and testing for the above referenced project. The proposed water distribution system improvements consist of two 1.25 -MG elevated water storage reservoirs, one 1.0 -MG standpipe water storage reservoir, and two pump stations. Geotechnical Investigation The geotechnical investigation and report for the project will include field, laboratory, and engineering phases. The following sections of this proposal describe the scope of our services in three study phases, a cost estimate for the study and an estimated schedule. Field Investigation. As requested, a total of 11 borings will be drilled for the geotechnical investigation at locations chosen by HDR. The requested number of borings and depths, and the tank diameter and/or pump station footprint dimensions for each structure are as follows: Location / Structure Tank Size / Footprint Number of Borings Depth (feet) Chisholm Valley Site - 1.25 MG Elevated Tank 80 ft dia. 3 40 High Country Site - 1.25 MG Elevated Tank 80 ft dia. 3 40 81 South Site - 1.0 MG Standpipe 50 ft dia. 3 40 81 South Site - Pump Station 50 ft by 20 ft 1 20 South East Site - Elevated Pump Station 32 ft by 28 ft 1 20 Total Footage 400 HDR Engineering, Inc. Mr. James A Yurczyk, Jr., P.E. can April 16, 1998 Page 2 of 5 Soils will be sampled with either a 3 -inch diameter seamless tube pushed into the soil or a split - barrel sampler driven into the soil. Limestone strata will be cored continuously with an NX -size (2 -inch diameter) core barrel. All samples will be extruded in the field, classified by a soils technician, and preserved for later laboratory testing. Water level readings and water losses will be observed during the drilling operations. 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. Engineering analyses of the results of the field and laboratory will be made to develop recommendations to guide design of the reservoir and pump station foundations. The report will include the following: 1. General subsurface conditions, discussion of site geology, boring Togs with descriptions of strata, summaries of laboratory test results, and water levels obtained at the time of drilling; 2. Boring location plans; 3. Recommended foundation types, bearing pressures, lateral load capacities, and comments regarding settlement and/or heave for the reservoirs and pump stations; and HDR Engineering, Inc. Mr. James A. Yurczyk, Jr., P.E. 4. Recommendations for earthwork and foundation construction. April 16, 1998 Page 3 of 5 Additional engineering services will include, attending two project meetings and reviewing construction drawing and contract documents, and providing written comments based on our review. Four copies of the report will be submitted unless otherwise requested. Cost Estimate. Based on the scope of work outlined above and Fee Schedule G -197, the estimated cost for the study is presented on the following page: Field Investigation Mobilization, Drilling and Sampling $ 7,450.00 Laboratory Testing $ 2,750.00 Technical Services Laboratory Assignment, Drafting, Report Preparation $ 1,750.00 Engineering Coordination, Meetings, Analyses and Recommendations $ 2,500.00 Total Cost Estimate $450.00 The above estimated fee is 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 staked or marked prior to our arrival on -site; 3. Borings locations will be cleared of utilities prior to our arrival on -site; and 4. Rights of entry to property is to 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. GRO HDR Engineering, Inc. Mr. James A. Yurczyk, Jr., P.E. April 16, 1998 Page 4 of 5 Schedule. Weather permitting, field operations can start within a week after authorization to proceed. Drilling will take about a week to complete. Under normal circumstances, laboratory testing and report preparation would take an additional three weeks. Construction Materials Testing We are please to submit our fee schedule for construction materials engineering and testing services for the City of Round Rock Water Distribution System Improvements. Our services will be provided on a call out basis when requested by the Project Manager /Engineer and/or General Contractor. Specifically, our services will include: 1. One meeting with project manager, HDR and client; 2. Four progress meetings with project manager, contractor, HDR, and client during construction; 3. Provide review of contractors shop drawing transmittal on foundation selection and design and provide written comments; 4. Provide services of field engineer during excavation for foundation at each tank site to inspect and verify materials encountered meet recommendations issued in geotechnical report; 5. Provide services of field technician to perform material testing for earthwork, trenching, and roadway compaction as well as concrete placement per specifications to be developed during design phase; 6. Provide services of field technician and laboratory technician to determine backfill and select fill materials properties information and concrete strengths; and 7. Provide written materials data reports and quality control reports on tests taken during construction. Materials testing services are for quality control purposes only. In no way are our personnel responsible for the job site safety of others, nor do they have stop -work authority. However, our personnel will conduct their work in a safe, workman -like manner, and will observe work -site safety requirements. HDR Engineering, Inc. Mr. James A. Yurczyk, Jr., P.E. Fee Schedules Fees for geotechnical engineering services including field work, laboratory testing, and report preparation are outlined in Schedule G -197. Construction materials engineering and testing fees are included on Fee Schedule CMT -197. We appreciate the opportunity to submit this proposal and look forward to working with HDR on this project. TC W /JAW /(hlwlglp\p2403) Attachments Sincerely, FUGRO S Project Engineer TH, INC. as C. Weslin ; 0,1 , J 00 John A. Wooley Vice President April 16, 1998 Page 5 of 5 Fee Schedule G -197 FEES FOR GEOTECHNICAL ENGINEERING SERVICES 2. Laboratory Tests 2.1. Natural water content and soil classification $ 5.00 /each 2.2. Plastic and liquid limits $ 42.00 /each 2.3. Free swell test $ 75.00 /each 2.4. Pressure swell test $ 115.00 /each 1. Field Investigation 1.1. Mobilization and demobilization, per mobilization 1.1.1. Drill truck, water truck, pickup, and crew $ 2.50 /mile 1.1.2. All- terrain drill rig, pickup, and crew $ 3.50 /mile 1.2. All-terrain vehicle with drill rig (additional charge) $ 300.00 /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 $ 12.00 /foot 1.3.2 Continuous drilling and sampling with 3 -inch, thin- walled tube sampler or split -spoon sampler $ 24.00 /foot 1.4. Standard Penetration Tests $ 15.00 /each 1.5. TxDOT Cone Penetration Tests $ 23.00 /each 1.6. Rock coring, NX or Similar Core Barrel 1.6.1. Drilling in soft rock (Austin Chalk, Eagle Ford Shale, etc.) $ 17.50 /foot 1.6.2. Drilling in hard rock or cavitated rock (Edwards, Buda, Glen Rose, Georgetown, and Walnut Formations) $ 19.50 /foot 1.7. Wash or auger borings drilled and logged from cuttings: 1.7.1. Soil $ 8.50/foot 1.7.2. Rock $ 10.50/foot 1.8. Casing of Boreholes $ 6.00 /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 $ 130.00/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 $ 35.00/hour 1.14. Per diem for out -of -town assignments, per man $ 65.00 /night 1.15 High- pressure steam cleaner $ 200.00 /day 1.16 OVA meter $ 150.00 /day 1.17 Steel drums for drill cuttings (delivered) $ 50.00 /each 1.18 Plugging boreholes with bentonite /concrete slurry $ 6.00 /foot Fee Schedule G -197 truppo 2.5. Uniaxial pressure - strain test $ 50.00 /each 2.6. Sieve analysis (No. 4, 40, and 200 sieves) $ 40.00 /each 2.7. Percent material passing a single sieve $ 20.00 /each 2.8. Minus No. 200 sieve $ 30.00 /each 2.9. Hydrometer analysis $ 50.00 /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 $ 33.00 /each 2.13. Unconsolidated - undrained triaxial compression test $ 30.00 /each 2.14. Texas triaxial compression test on base material $ 125.00 /each 2.15. Standard Proctor (ASTM D -698) compaction test $ 135.00 /each 2.16. Modified Proctor (ASTM 0-1577) compaction test $ 150.00 /each 2.17. TxDOT (TEX- 113 -E) compaction test $ 150.00 /each 2.18. Califomia Bearing Ratio (CBR) $ 175.00 /each 2.19. Consolidation test, 7 -load increments $ 150.00 /each Additional load increments $ 20.00 /each 2.20. Permeability of sand $ 75.00 /each 2.21. Permeability of silt or clay $ 175.00 /each 2.22. Specific gravity $ 30.00 /each 2.23. Volumetric shrinkage $ 35.00 /each 2.24 Chemical and analytical testing by outside laboratory $ Cost + 15% 3. Engineering and Technical Personnel 3.1. Senior Consultant/Project Principal $ 110.00/hour 3.2. Senior Project Manager $ 95.00 /hour 3.3. Project Manager $ 85.00 /hour 3.4 Project Engineer $ 75.00/hour 3.5 Project Geologist $ 65.00/hour 3.6 Laboratory Manager $ 60.00/hour 3.7. Graduate Engineer $ 55.00 /hour 3.8. Senior Engineering Technician $ 45.00/hour 3.9. Technician and Draftsperson $ 35.00/hour 3.10. Word Processor $ 35.00/hour 4. Report Reproduction and Miscellaneous 4.1. Xerox reproduction $ 0.15 /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 $ 0.35 /mile Rates for other tests and services quoted on request. Fee Schedule CMT -197 FEES FOR CONSTRUCTION MATERIALS ENGINEERING AND TESTING SERVICES 1. Field Technicians 1.1 Technician (NICET Level 1 or equivalent) 1.2 Senior Technician (NICET Level 11 or equivalent) 1.3 Senior Supervising Technician (NICET Level III or equivalent) 1.4 Certified Welding Inspector 2. Field Testing and Equipment 2.1 Transportation (Minimum $15.00 /trip) 2.2 Nuclear Density Tests (In addition to technician time) 2.3 Torque Wrench 2.4 Dye Penetrant & Magnetic Particle Supplies 2.5 Ultrasonic Testing Equipment 2.6 Asphalt Coring Equipment 2.7 Concrete Coring Equipment Regular Time( $33.00/hr 2.7 Concrete Core Bit Charges 2.7.1 3 inch - diameter Core 2.7.2 4 inch - diameter Core 2.7.3 6 inch - diameter Core (Other sizes quoted upon request) 3. Laboratory Testing - Soil 3.1 Natural Moisture Content 3.2 Atterberg Limits 3.3 Sieve Analysis - Soil (Nos. 4, 40, and 200) 3.4 Percent Passing No. 200 Sieve 3.5 Moisture Density Relationship (ASTM D 698) 3.6 Moisture Density Relationship (ASTM D 1557) 3.7 Moisture Density Relationship (TEX- 113-E) 3.8 Moisture Density Relationship (TEX- 114-E) 3.9 Texas Triaxial Compression Test on Base Material (TEX -117 -E Part II) 3.10 Wet Ball Mill (TEX- 116-E) 3.11 Permeability of Silt or Clay 3.12 Sample Remolding 3.13 Sample Preparation (Soils with P.I. > 25) 4. Laboratory Tests - Concrete and Cement 4.1 Concrete Mix Design 4.2 Aggregate Sieve Analysis 4.3 Specific Gravity of Aggregate 4.4 Absorption of Aggregate 4.5 Unit Weight of Aggregate 4.6 Concrete Cylinder Compressive Strength (ASTM D 39) Overtime( $ 40.50/hr $36.00/hr $ 43.50/hr $39.00/hr $48.00/hr $ 49.00/hr $ 58.00/hr $ 0.35 /mile $ 5.00/test No Charge Cost + 15% $ 15.00 /hr $ 20.00 /hr $ 20.00 /hr + bit charge $ 2.00 /inch $ 3.00 /inch $ 5.00 /inch $ 10.00 /ea $ 42.00 /ea $ 40.00 /ea $ 35.00 /ea $150.00 /ea $175.00/ea $185.00/ea $185.00 /ea IMR13 $150.00 /specimen $150.00/ea $200.00 /ea $ 35.00 /ea $ 40.00 /sample Quoted on Request $ 50.00 /ea $ 30.00 /ea $ 25.00 /ea $ 25.00 /ea $ 13.00 /ea Fee Schedule CMT -197 4.7 Beam Flexural Strength (ASTM C 78) 4.8 Mortar Cube Compressive Strength (ASTM C109) 4.9 Grout Specimen Compressive Strength (ASTM C1019) 4.10 Concrete Masonry Unit/Prism Strength (ASTM C140) 5. Laboratory Testing - Asphalt and Roofing 5.1 Mix Design (Hveem or Marshall Method) 5.2 Molding Test Specimens, Bulk Density, and Stability (3 per set) 5.3 Determine Maximum Theoretical Density 5.4 Flow Value 5.5 Swell Value 5.6 Stripping Test 5.7 Extraction (Percent of Bitumen and Aggregate gradation) 5.8 Bulk Specific Gravity of Asphalt Core 5.9 Roof Ballast Sieve Analysis 5.10 Oven Dried Moisture Content of Roofing Materials 5.11 Laboratory Density of Field Cut Fireproofing 6. Laboratory Testing - Structural Steel Weld Procedure and Welder Qualification Testing Rates 7. Blast Monitoring 7.1 Monitoring Technician 7.2 Monitoring Machine (Instantel DS 377) 8. Report Preparation 8.1 Word Processing 8.2 Drafting 8.3 Reproduction 8.4 Postage 9. Engineering Consultation 9.1 Senior Consultant or Project Principal 9.2 Senior Project Manager 9.3 Project Manager 9.4 Project Engineer 9.5 Laboratory Manager 10. Outside Services Rates for other services quoted on request Notes: (1) Minimum call -out charge for technician and equipment or sample pick -up is 2 hours. Charges are accrued portal to portal. (2) Overtime rates are applicable to time worked in excess of 8 hours per day, Monday through Friday; hours worked before 7:00 am and after 6:00 pm; and all hours worked on Saturdays, Sundays, and holidays. $110.00/hr $ 95.00/hr $ 85.00/hr $ 75.00/hr $ 60.00/hr G I $ 30.00 /ea $ 10.00 /ea $ 10.00 /ea $ 50.00 /ea O Quoted on Request $ 70.00 /set $ 35.00/ea $ 10.00 /ea $ 80.00 /ea $ 60.00 /ea $155.00 /ea $ 20.00 /ea $ 25.00 /ea $ 7.50 /ea $ 15.00 /ea Quoted on Request $ 45.00/hr Quoted on Request $ 30.00/hr $ 40.00/hr $ 0.15 /copy Cost Cost + 15% Ata% ZONE 3 Fil ELEV. 1031 FI PROPOSED TOWER DRIVE STAND PIPE Water System Improvements Pressure Planes 1A,1B, & 2 79 PROPOSED S.E. PUMP STATION PROPOSED HIGH COUNTRY ELEVATED TANK FIR DATE: June 5, 1998 SUBJECT: City Council Meeting - June 11, 1998 11 EM: 13.B.4. Consider a resolution authorizing the Mayor to execute a contract with HDR Engineering, Inc. for engineering services for the water system improvements as described in the Preliminary Engineering Report dated, May 13, 1998. The system improvements encompass, in general, the combining of pressure plane (PP) 863, into PP890 which includes approximately 2200 L.F. of water pipeline and demolition of the Tower Drive tank.. The services also include the development of bidding documents for three (3) new water storage tanks. The tanks are located at High Country (PP971) and Chisholm Valley (PP971) and near the existing 881 standpipe for a tank to service PP890. The engineering improvements shall involve the addition of two (2) pump stations to supply water to PP971 and PP924. StaffResource Person: Jim Nuse, Public Works Director.