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.