Loading...
R-99-03-25-10D4 - 3/25/1999Mayor bunks Culpepper Mayor Pro-tem Robert Sth k, Connell Minters •Earl Ai Hairston Rick Stewart Earl Palmer Martha Chavez Jimmy Joseph City Manager Robert L. Bennet, Jr. City Attorney Stephan L. Sheer CITY OF ROUND ROCK April 15, 1999 Mr. James K. Haney, P.E. HDR Engineering, Inc. 2211 South IH 35. Ste 300 Austin, D( 78738 Dear Mr. Haney: The Round Rock City Council approved Resolution No. R- 99- 03- 25 -10D4 at their regularly scheduled meeting on March 25, 1999. This resolution approves the contract for the West Transmission Water Pipeline, Design Services. Enclosed is a copy of the resolution and original contract for your files. If you have any questions, please do not hesitate to contact me. Sincerely, Joanne Land Assistant City Manager/ City Secretary Enclosures Fax: 512-218-7097 1- 800-735- 2989TDD 1 -800.735 -2988 Voice www.ci.mund- rocktx.us 221 East Main Street Round Rock. Texas 78664 512 - 218 -5400 -. RESOLUTION NO. R- 99- 03- 25 -10D4 WHEREAS, the City of Round Rock desires to retain engineering services for West Transmission Water Pipeline, Design Services, and WHEREAS, HDR Engineering Inc. has submitted an agreement to provide said services, and WHEREAS, the City Council desires to enter into said agreement 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 West Transmission Water Pipeline, Design Services, a copy of said agreement 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 25th day of March, ATTEST: r %:\ WPDOCS \RESOLUTI \R9032504-WPD /SCg LAND, City Secretary CHARLES CULPEPPRP.,' Ylayor 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, the City desires to contract for Engineering services described as follows: Engineer shall provide design, bidding, and construction phase services for the following: The scope of work includes a finished water transmission pipeline, commencing at the intersection of Wyoming Springs Drive and Brightwater Blvd. Crossing R.M. 620, traversing through the Robinson tract, crossing McNeil Drive and railroad right -of -way, again through the Robinson Tract to its termination at an existing waterline on C.R. 172. The linear footage of the entire project will depend on specific routing and is estimated to be approximately 22,000 linear feet. The project also includes pressure reducing vaults at F.M. 3406 and on Wyoming Springs Road. AGREEMENT NOW, THEREFORE, the City and the Engineer, in consideration of the mutual covenants and agreements herein contained, do hereby mutually agree as follows: ARTICLE 1 SCOPE OF SERVICES TO BE PROVIDED BY City The City will furnish items and perform those services for fulfillment of the Contract as identified in Attachment A - Services to be Provided by the City, attached hereto and made a part of this Contract. Page 1 of 13 ARTICLE 2 SCOPE OF SERVICES TO BE PROVIDED BY Engineer The Engineer shall perform those Engineering services for fulfillment of the Contract as identified in Attachment B - Services to be Provided by the Engineer, attached hereto and made a part of this Contract. The Engineer shall prepare a schedule of work identified as Attachment C - Work 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. ARTICLE 3 CONTRACT PERIOD After execution of this Contract, the Engineer shall not proceed with the work outlined under Article 2 until authorized in writing by the City to proceed as provided in Article 6. This Contract shall terminate at the close of business on unless extended by written supplemental agreement duly executed by the Engineer and the City prior to the date of termination, as provided in Article 11 - Supplemental Agreements, or otherwise terminated as provided in Article 19 - Termination. Any work performed or cost incurred after the date of termination shall be ineligible for reimbursement. The Engineer shall notify the City in writing as soon as possible if it determines, or reasonably anticipates, that the work under this Contract cannot be completed before the termination date, and the City may, at its sole discretion, extend the contract period by timely supplemental agreement as provided in Article 11 - Supplemental Agreements. The Engineer shall allow adequate time for review and approval of the request for time extension by the City prior to expiration of this Contract. 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. A. DESIGN PHASE Payment for services in the Design Phase shall be on the basis of Lump Sum in the amount of One Hundred Sixty Five Thousand Six Hundred Dollars ($165,600.00). This fee shall Page 2 of 13 include on the basis of Lump Sum, Thirty Nine Thousand Nine Hundred Dollars ($39,900.00) for Baker - Aicklen & Associates, Inc. Final payment for services authorized in the Design Phase shall be due upon the completion of these services and upon the City's acceptance, which shall be within thirty (30) days after submission. B. BIDDING PHASE Payment for services in the Bidding Phase shall be made to the Engineer on a reimbursable, per diem basis in the amount not to exceed Twenty One Thousand Five Hundred Dollars ($21,500.00). The services, as authorized by the City, shall be reimbursed based upon Direct Salary Cost ($ per hour) times an overhead factor of 3.33. 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 Eighty One Thousand One Hundred Dollars ($81,100.00). This fee shall include on a reimbursable, per diem basis, Ten Thousand Dollars ($10,000.00) for Baker - Aicklen & Associates, Inc. and Ten Thousand Dollars ($10,000.00) for Fugro South. The services, as authorized by the City, shall be reimbursed based upon Direct Salary Cost ($ per hour) times an overhead factor of 3.33 for the Engineer. All direct non -labor expenses will be billed at the invoice cost plus ten percent (10 %) service charge. (Note: Billing rates are revised each January to reflect salary increases.) The total Construction Phase fee is based on a construction period not exceeding ten 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 services and Special Assignments, and the compensation to be paid by the City to the Engineer for their performance, as required, are as follows: Page 3 of 13 The services, as authorized by the City, shall be reimbursed based upon Direct Salary Cost ($ per hour) times an overhead factor of 3.33 for the Engineer. All direct non -labor expenses will be billed at the invoice cost plus ten percent (10 %) service charge. (Note: Billing rates are revised each January to reflect salary increases.) 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 Two Hundred Sixty Eight Thousand Two Hundred Dollars ($268,200.00) 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. 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. Page 4 of 13 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. 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. Page 5 of 13 The City assumes no liability for work performed or costs incurred prior to the date authorized by the City to begin work, during periods when work is suspended, or subsequent to the contract completion date. ARTICLE 9 ADDITIONAL WORK If the Engineer is of the opinion that any work it has been directed to perform is beyond the scope of this Contract and constitutes extra work, it shall promptly notify the City in writing. In the event the City finds that such work does constitute extra work and exceeds the maximum amount payable, the City shall so advise the Engineer and a written supplemental agreement will be executed between the parties as provided in Article 11. The Engineer shall not perform any proposed additional work or incur any additional costs prior to the execution, by both parties, of a supplemental agreement. The City shall not be responsible for actions by the Engineer or any costs incurred by the Engineer relating to additional work not directly associated with the performance of the work authorized in this Contract or as amended. ARTICLE 10 CHANGES IN WORK If the City finds it necessary to request changes to previously satisfactorily completed work or parts thereof which involve changes to the original scope of services or character of work under the Contract, the Engineer shall make such revisions if requested and as directed by the City. This will be considered as additional work and paid for as specified under Article 9 - Additional Work. The Engineer shall make such revisions to the work authorized in this Contract which has been completed as are necessary to correct errors appearing therein, when required to do so by the City. No additional compensation shall be paid for this work. ARTICLE 11 SUPPLEMENTAL AGREEMENTS The terms of this Contract may be modified by supplemental agreement if the City determines that there has been a significant change in (1) the scope, complexity or character of the service to be performed; or (2) the duration of the work. Additional compensation, if appropriate, shall be identified as provided in Article 4. Any supplemental agreement must be executed by both parties within the contract period specified in Article 3 - Contract Period. It is understood and agreed that no claim for extra work done or materials furnished shall be made by the Engineer until full execution of the supplemental agreement and authorization to proceed is granted by the City. The City reserves the right to withhold payment pending verification of satisfactory work performed. Page 6 of 13 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 fumished 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 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 perfomied. If any review or evaluation is made on the premises of the Engineer or a subprovider, the Engineer shall provide and require its subproviders to provide all reasonable Page 7 of 13 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 Engineers preliminary report will be addressed in the final report. ARTICLE 17 VIOLATION OF CONTRACT TERMS/BREACH OF CONTRACT Violation of Contract terms or breach of contract by the Engineer shall be grounds for termination of the Contract and any increased cost arising from the Engineer's default, breach of contract or violation of contract terms shall be paid by the Engineer. ARTICLE 18 TERMINATION The Contract may be terminated before the stated termination date by any of the following conditions. (1) By mutual agreement and consent, in writing of both parties. (2) By the City by notice in writing to the Engineer as a consequence of failure by the Engineer to perform the services set forth herein in a satisfactory manner. (3) By either party, upon the failure of the other party to fulfill its obligations as set forth herein. (4) By the City for reasons of its own and not subject to the mutual consent of the Engineer upon not less than thirty (30) days written notice to the Engineer. (5) By satisfactory completion of all services and obligations described herein. Should the City terminate this Contract as herein provided, no fees other than fees due and payable at the time of termination_ shall thereafter be paid to the Engineer. In determining the value of the work performed by the Engineer prior to termination, the City shall be the sole judge. Compensation for work at termination will be based on a percentage of the work completed at that time. Should the City terminate this Contract under (4) of the paragraph identified above, the amount charged during the thirty (30) day notice period shall not exceed the amount charged during the preceding thirty (30) days. Page 8 of 13 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 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 Page 9 of 13 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 shall 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. All notices to either party by the other required under this Contract shall be personally delivered or mailed to such party at the following respective address: City of Round Rock Attn.: City Manager 221 E. Main St. Round Rock, TX 78664 With copy to: Stephan L. Sheets City Attorney 309 E. Main St. Round Rock, Texas 78664 ARTICLE 32 NOTICES HDR Engineering Inc. Attn.: James K. Haney P.E. Suite 300 2211 South IH 35 Austin, TX 78741 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 enter into this Contract on behalf of the firm. The above - stated representations and warranties are made for the purpose of inducing the City to enter into this Contract. IN WITNESS HEREOF, the City and the Engineer have executed these presents in duplicate. THE Engineer Bv: J es K. Haney P.E Executive Vice President p1 Date: 3" 5-9 9 By: City of 5 d 7 ., Charles Culpepper, : yor LIST OF ATTACHMENTS ARTICLE 33 SIGNATORY WARRANTY Attachment A - Services to be Provided by the City Attachment B - Services to be Provided by the Engineer Attachment C - Work and Fee Schedule Attachment D - Schedule Attachment E - Subconsultant Scopes of Work 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 copy of existing aerial mapping, and planimetric mapping. 2. Provide as- built/construction drawings of existing water system improvements as requested by Engineer. 3. Assist Engineer and visit PRV valve vaults, and locate utilities as requested to confirm as-built drawings. 4. Provide review of plans and specifications. A -1 ATTACHMENT B SERVICES TO BE PROVIDED BY THE Engineer A. DESIGN PHASE 0 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 govemment). The Engineer shall also assist the City in obtaining approval of the aforementioned routine permit applications from local, state, and federal authorities. 1 Perform field surveys to collect information which in the opinion of the Engineer, is required in the design of the Project. Construction staking for the Construction Improvements is not included in the Basic Charge. 2 Prepare detailed specifications and contract drawings, for construction authorized by the City. 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. 3 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. 4 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. 5 Evaluations of the City's Project budget, preliminary estimates of Construction Cost and detailed estimates of Construction Cost, if any, prepared by Engineer, represent Engineer's best judgment as a design professional familiar with the construction industry. It is recognized, however, that neither Engineer nor the City has control over the cost of labor, materials or equipment, over the Contractor's methods of determining bid prices, or over competitive bidding, market or negotiating conditions. Accordingly, Engineer cannot and does not warrant or represent that bids or negotiated prices will not vary from the City's Project budget or from any estimate of Construction Cost or evaluation prepared or agreed to by Engineer. 6 Furnish the City all necessary copies of approved plans, specifications, notices to bidders, and proposals. B -1 7 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. CONSTRUCTION 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 of Engineer as assigned in said Contract Documents shall not be modified, except as Engineer may otherwise agree in writing. Engineer shall issue all instructions 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 B -2 infomied 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 Engineers attention in the course of construction, and may, on behalf of the City, exercise whatever rights the City may have to disapprove work and materials as failing to conform to the Contract Documents. 3. Make recommendations to City concerning the disapproval or rejection of Contractors' Work while it is in progress if Engineer believes that such Work will not produce a completed project that conforms generally to the Contract Documents or that it will prejudice the integrity of the design concept of the project as reflected in the Contract Documents. Engineer shall have access to the Work at all times wherever it is in preparation or progress. 4. Consult and advise with the City; issue all instructions to the contractor requested by the City; and prepare routine change orders as required. 5. Evaluate and determine the acceptability of substitute materials and equipment proposed by Contractor. 6. Make recommendations to City regarding the advisability of requiring special inspections or testing of the Work and have City, for the purposes of this paragraph, receive and review all certificates of inspections, testing and approvals required by laws, rules, regulations, ordinances, codes, orders or the Contract Documents to determine generally that their content complies with the requirements of, and the results certified indicate compliance with, the Contract Documents. 7. Act as initial interpreter of the requirements of the Contract Documents, judge the acceptability of the Work and make decisions on all claims of City and Contractor relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the execution and progress of the Work. Engineer shall not be liable for the results of any such interpretations or decisions rendered in good faith. 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 B -3 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 drawings, AutoCADD Release 14 electronic files (CD ROM), 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. 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. B -4 APPENDIX C West Transmission Line Design, Bidding, and Construction Administration Phases COST COMPONENT, HOURS Totals Design Bidding ConstiStartup (Lump Sum) (Per Diem) (Per Diem) QA/QC 67 87 0 0 Principal 48 32 0 16 Project Manager 320 156 56 108 Givll Engineer 766 422 80 264 Structural Engineer 88 34 2 52 Electrical Engineer 66 44 2 20 Technician 436 376 12 48 Clerical 266 90 64 112 Total Hours 2057 1221 216 620 COST COMPONENT, DOLLARS Totals Design Bidding ConsLllOper. QA/QC $8,924 $8,924 50 50 Principal 510,390 56,926 $0 $3.463 Project Manager 545.821 522,338 58,019 515,465 Civil Engineer 561,219 533.726 $6,394 521.099 Structural Engineer 511.722 $4,529 5288 $8,926 Electrical Engineer 59,231 58,154 $280 52,797 Technician $34,845 530,050 5959 $3.836 Clerical 511,515 53,896 52,771 54,848 TOTAL LABOR COST 5193,600 5116,500 518,700 558,400 EXPENSES Gadd, ( 515/hr 36,540 $5.640 5180 5720 Phone, FAX 5550 5250 5100 5200 Travel Expenses 51,750 5500 5250 51,000 Printing 54,500 52.000 52.000 $500 Subtotal 513,340 $8,390 $2,530 52,420 TOTAL EXPENSES w/ 10% MARKUP 514,700 59,200 52,800 52,700 TOTAL HDR ENGINEERING FEE 5208,300 $125,700 521,500 561,100 Subconsultants Survey, Baker- Aiklen 348,900 539,900 50 510,000 Geotechnical, Fugro South 510,000 50 50 510,000 GRAND TOTAL 5268,200 5165,600 521,500 581,100 Estimate Construction Cost $2,257,000 Fee as % of Constivttiion Cost 11.9% 7.3% 1.0% 3.6% West Transmission Line Proposal.zls C•1 2It7t99 APPENDIX C West Transmission Line Design, Bidding, and Construction Administration Phases Design Phase Task Sht. Dwg. No. Drawing Title Labor Hours, Design Phase (LUMP SUM) Series 0000 - General Project Concept OWOC EL6 sal P 4 2.tturjs Fleancat Iffier 0 1 OG01 Cover 0 0 1 2 8 2 0002 Location Map, Sheet Index. and General Notes 0 0 1 4 8 3 OG04 General Legend 0 0 1 2 4 4 OG05 List of Abbreviations 0 0 1 2 4 Series 1000 - Plan and Profils 5 1C01 Plan and Profle, 1" = 50' 2 4 16 16 6 1002 Plan and Profle, 1" = 50' 2 4 16 16 7 1003 Plan and Profile, 1" = 50' 2 4 16 16 8 1C04 Plan and Profile. 1" = 50' 2 4 16 16 9 1CO5 Plan and Profile, 1" = 50' 2 4 16 16 10 1C06 Plan and Profile, 1" = 50' 2 1 4 16 16 11 1007 Plan and Profile, 1" = 50' 2 1 4 16 16 12 1008 Plan and Profile, 1" = 50' 2 1 4 16 16 13 1009 Plan and Profile, 1" = 50' 2 1 4 16 16 14 1010 Plan and Profile, 1" = 50' 2 1 4 16 16 15 1C11 Plan and Profile, 1" = 50' 2 1 4 16 16 16 1C12 Plan and Profile, 1" = 50' 2 1 4 16 16 17 1C13 Plan and Profile, 1 "= 50' 2 1 4 16 16 18 1C14 Plan and Profile, 1 "= 50' 2 1 4 16 16 19 1015 Plan and Profile, 1 "= 50' 2 1 4 16 16 20 1C16 Plan and Profile. 1". 50' 2 4 16 16 Series 2000 - Vault Details 21 2001 PRV Vault FM 3406 Plan, Section, and Details 4 2 24 12 12 24 22 2002 PRV Vault ig Wy Spgs Plan. Section, and Details 4 2 24 12 12 24 Series 3000 - Details 23 3001 Embedment Details 2 1 2 8 8 24 3002 Typical Crossing Details . 2 1 2 8 8 25 3CO3 Horizontal Joint Restraint and Thrust Blocking 2 1 2 8 8 26 3004 Air and Vacuum Valve Details 2 1 2 8 8 27 3005 Erosion Control Details 2 1 2 8 8 28 3006 Right of Way Details 2 1 2 8 8 Specifications Labor Hours per Specification Section: 0.25 0.1 1 2 2 2 0 1.5 Number of Sections: 60 60 60 30 5 10 0 60 Total Labor Hours for Specification: 15 6 60 60 10 20 0 90 Design Phase Total Hours West Transmission Line Proposal.xls Drawing Labor Total 52 26 96 362 24 24 376 67 32 156 422 34 44 376 90 C - 2/17/99 APPENDIX C West Transmission Line Design, Bidding, and Construction Administration Phases Bidding Phase Task Labor Hours, Bidding Phase (PER DIEM) Task glc Principal P M cril Structural Electrical Technician Clerical Attend PreBid Conference 8 8 Respond to Contractor Questions 16 16 8 Issue Addenda 16 24 2 2 4 18 Distribute Plans and Specifications 8 32 Attend Bid Opening 8 8 Evaluate Bids and Prepare Conforming Documents 8 16 8 Bidding Phase Labor Total Construction and Startup Phase Task Labor Hours, Construction and Startup Phases(P Task QA/QC Princpal PM CIvil r&ucturdl Eladnw Technican Clerical Monthly Construction Meeting, 8 months 18 40 64 Shop Drawing Review, 30 submittals 24 80 8 8 80 FO's, CPR's, CO's, RFI's 24 80 4 4 8 24 Testing 16 24 8 As -Bullt Drawings 4 16 40 40 8 Construction and Startup Phase Labor Total 0 66 80 2 2 12 64 0 16 108 264 52 20 48 112 West Transmission Line Proposal.xls C-3 2/17/99 City of Round Rock West Transmission Line Project Completion Schedule Schedule.xls Appendix D Survey. Baker- Aicklen and Associates. Inc. Design, HDR Engineering Bidding and Award City of Round Rock 50% and 100% Plan and Specification Review Construction Start-up & Testing Final Completion D -1 3/9/99 1999 2000 April May June July Aug Sept Oct Nov Dec Jan Feb = April May June City of Round Rock West Transmission Line Project Completion Schedule Schedule.xls Appendix D Survey. Baker- Aicklen and Associates. Inc. Design, HDR Engineering Bidding and Award City of Round Rock 50% and 100% Plan and Specification Review Construction Start-up & Testing Final Completion D -1 3/9/99 ATTACHMENT E Subconsultant Scopes of Work E -1 BAKER -AICKLEN & ASSOCIATES, INC. Engineers /Surveyors March 10, 1999 Proposal # 98- 5154RR HDR Engineering, Inc. 2211 South Interstate Highway No. 35 Austin, Texas 78741 Attn: Jim Yurczyk, P.E. Re: Proposal for Professional Services City of Round Rock 24" Diameter West Transmission Line Dear Mr. Yurczyk: We are pleased to submit our proposal for surveying services related to the above referenced project. As we understand it, the project consists of a proposed waterline route, commencing at the intersection of Wyoming Springs Drive and Brightwater Blvd. crossing R.M. 620, traversing through Robinson land, crossing McNeil Drive and railroad right -of -way, again through Robinson land to its' termination at an existing waterline facility on C.R. 172. The linear footage of the entire project will depend on specific routing and is estimated to be approximately 22,000 linear feet in length. Below is a specific list of our proposed Scope of Services and Basis of Compensation. SCOPE OF SERVICES 1. Meet with City and HDR representatives in order to become familiar with project details and special survey requirements. 2. Provide survey crew to orient the City of Round Rock horizontal control with the transmission line alignment, rights -of -way and the existing water facilities at C.R. 172. 3. Stake a preliminary route, as delineated during the meeting with the City and HDR representatives. Stakes for the route shall be at "line of site" distance intervals to accommodate examination by the land owner and design personnel. The interval distance shall not exceed approximately 500 feet. 4. If requested, provide survey crew to restake portions or all of the alignment to a location suitable to landowners. 203 E. Main St.. Suite 201 • Round Rock, Texas 76664 • 512/244 -9620 • FAX 512/244 -9623 HDR Engineering, Inc. City of Round Rock 24" Diameter West Transmission Line February 3, 1999 Page 2 Proposal # 98 -5154R 5. Produce easement exhibits certified by a Registered Professional Land Surveyor, to consist of metes and bounds and sketches of each affected area. The easements shall be 20 feet in width with an 80 foot wide temporary construction easement along one side of each easement as necessary. In accordance with the Professional Land Surveying Practices Act Section 663.17 (c), the metes and bounds descriptions shall be tied to a minimum of two monumented comers of the parent land parcels. We anticipate approximately 6 to 10 easements and the need for exhibits to accompany license agreements at the intersection of Wyoming Springs Drive with R.M. 620 and McNeil Road with railroad crossings. 6. Establish monumentation of the fmal location of the easement areas, as necessary for construction purposes and/or land owner approval. For purposes of this proposal the monumentation shall be minimal but sufficient for locative purposes and not a complete construction staking of the waterline route. Prepare a maximum of (2) permanent bench marks located on air- release vaults as directed by owner during the project construction phase. 7. Coordinate with the various utility companies and request the marking of existing underground utilities at the intersection of F.M. 3406 and Sam Bass Road at the location of an existing 16" gate valve. This will include coordination of potholing of any fiber optic cables and water /wastewater lines larger than 6" diameter. Provide temporary easement description, if necessary. 8. Coordinate with the various utility companies and request the marking of existing underground utilities along the affected portions of Wyoming Springs Drive and the R.M. 620 crossing site, the McNeil/railroad crossing site and the termination area at C.R. 172. This will include coordination of potholing of any fiber optic cables and water /wastewater lines larger than 6" diameter. 9. Provide survey crew to locate marked underground utilities, existing visible evidence of utilities, grade breaks and other permanent features, such as roads and culverts in the areas described by Items No. 7 and 8 for a 100' width along centerline of pipeline alignment. 10. Utilizing surveyed information described by Item No. 9 above, produce site topographic drawings of approximately a 20' width strip along the entire pipeline alignment in AutoCAD Version 14 tied to City of Round Rock horizontal control. Furnish client with electronic file and reproducible mylars of finished product. BASIS OF COMPENSATION We propose to provide the above listed services on a lump sum basis for $39,900. Construction phase services shall be provided on an hourly basis in accordance with the attached rate sheet HDR Engineering, Inc. City of Round Rock 24" Diameter West Transmission Line February 3, 1999 Page 3 with a total amount estimated not to exceed $10,000 without prior authorization. This amount is based upon personnel time 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. We are prepared to commence work upon your authorization. Thank you for the opportunity to submit this proposal. We appreciate your consideration of our firm in this regard and look forward to being of service to you. SinnceTly, C. J "son Chisholm, R.P.L.S. CJC:tlr o: \98prop \98 5154rr.pro Proposal # 98 -5154R Effective August 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 34) Classification Rates Project Engineer $100.00 per hour Staff Engineer $85.00 per hour Project Surveyor $80.00 per hour Project 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/Field Representative $45.00 per hour Secretary $45.00 per hour Expert Witness/Testimony /Deposition Services Two Times Rates Principal (as appropriate) $120.00 per hour FIELD PARTY SERVICES Rates 1 -Man Field Party $65.00 per hour 2 -Man Field Party $90.00 per hour 3 -Man Field Party $110.00 per hour 4 -Man Field Party $130.00 per hour GPS Field Unit with Operator (Note 5) $100.00 per hour GPS Field Unit without Operator (Note 5) $60.00 per hour DIRECT EXPENSES Transportation: By Firm's Passenger Vehicles (Note 1) $ 0.35 per mile By Firm's Survey Trucks (Notes 1, 2, 3 & 4) $ 0.35 per mile Subsistence of out -of -city work $100.00 per day Reproduction & Printing by Firm, Prevailing Com- Survey Stakes, Lathes, Iron Rods mercial Rates Or and other Direct Expense Cost, Plus 10% Notes: 1. A mileage charge will be billed for projects exceeding a 50 -mile radius of the base office only. 2. Field Party rates include conventional equipment, supplies and survey vehicles. Abnormal use of stakes, lathes, etc., used such as during the construction phase of a project will be charged as indicated. 3. A minimum of two (2) hours field party time charge will be made for show -up time and return to office, resulting from inclement weather conditions, etc. 4. Field Party stand -by time will be charged for at the above -shown appropriate rates. 5. Rates apply to actual time GPS units are in use. All other time will be charged as appropriate normal field party rates. 6. The firm's professional liability is limited to the total amount of compensation associated with a specific project up to a maximum of $50,000. ', B aker- Aicklen � & A ssocletec, Inc. Engineers /Surveyors FUGRO SOUTH, INC. HDR Engineering, Inc. 2211 South IH -35 Suite 300, Forum Park Austin, Texas 78741 Attention: Mr. James A. Yurczyk, Jr., P.E. Proposal for Construction Materials Testing 22,000 Linear Feet Water Transmission Pipeline Round Rock, Texas A member of the Fugro group of companies with offices throughout the world. GRO itlt»✓� 1107 west Gibson Austin, TX 78704 Tel : (512) 444 -3233 Fax: (512) 444 -3996 Proposal No. 1001 -5910 February 24, 1999 Revised March 9, 1999 We are please to submit our fee schedule for construction materials testing services for the above referenced project. The project consists of approximately 22,000 linear feet of 24- inch water transmission pipeline. The pipeline will commence at the intersection of Wyoming Springs Drive and Brightwater Boulevard and terminate on CR 172. Our services will be provided on a call out basis when requested by the City of Round Rock inspector. Scope of Services Based upon our knowledge of the project and past experience with similar projects, we present our proposed scope of services in the following paragraphs. It is anticipated that the scope of services will consist primarily of earthwork testing. For placement and compaction of backfill, we will provide a soil technician to perform required field density tests to monitor the contractor's compliance with specifications. Laboratory tests will consist of Atterberg limits, gradation analyses, and water content/density relationships. Our field technician(s) will immediately report results of field observations directly to the on -site job superintendent and owner's representative. We will assist the superintendent in identification and correction of any noncompliances with project specifications. In no case will our technician direct the contractor's operations, waive specifications, or make final acceptance of the contractors work. HDR Engineering, Inc. Mr. James A Yurczyk, Jr., P.E. Terms and Conditions February 24, 1999 Revised March 9, 1999 Page 2 of 2 Construction materials testing fees are included on Fee Schedule CMT -299. Services shall be provided on an hourly basis in accordance with the attached fee schedule with a total amount estimated not to exceed $10,000.00 without prior authorization. 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. w • • We appreciate the opportunity to submit this proposal and look forward to working with you on this project. If you have any questions, please call. Sincerely, FUGRO SOUTH, INC. TCW(h1vAc\p1p5910) Attachment Thomas C. Westing, P.E. Project Engineer Schedule CMT -299 FEES FOR CONSTRUCTION MATERIALS TESTING SERVICES 1. Field Technicians Regular Time( 1.1 Technician (NICET Level I or equivalent) $34.00/hr 1.2 Senior Technician (NICET Level II or equivalent) $37.00 /hr 1.3 Senior Supervising Technician (NICET Level III or equivalent) $40.00/hr 1.4 Certified Welding Inspector $55.00/hr 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 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) 3.8 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) 4.7 Beam Flexural Strength (ASTM C 78) Overtime( $ 41.00/hr $ 42.00/hr $ 50.00/hr $ 60.00/hr $ 0.35 /mile $ 10.00 /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 $ 12.00 /ea $ 45.00 /ea $ 45.00 /ea $ 40.00 /ea $175.00/ea $185.00 /ea $195.00 /ea $195.00 /ea $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 $ 15.00 /ea $ 40.00 /ea Schedule CMT -299 8. Report Preparation 8.1 Word Processing $ 30.00/hr 8.2 Drafting $ 40.00/hr 8.3 Reproduction $ 0.15 /copy 8.4 Postage Cost 9. Engineering Consultation 9.1 Senior Consultant or Project Principal 9.2 Project Manager 9.2 Project Engineer 9.3 Laboratory Manager $110.00/hr $ 95.00/hr $ 85.00/hr $ 60.00/hr 10. Outside Services Cost + 15% 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. CMT -299 [aRO EEEmsfameE 4.8 Mortar Cube Compressive Strength (ASTM C109) $ 15.00 /ea 4.9 Grout Specimen Compressive Strength (ASTM C1019) $ 15.00 /ea 4.10 Concrete Masonry Unit/Prism Strength (ASTM C140 $ 75.00 /ea 4.11 Concrete Masonry Unit/Prism Strength (ASTM E447) $150.00/ea 5. Laboratory Testing - Asphalt and Roofing 5.1 Mix Design (Hveem or Marshall Method) Quoted on Request 5.2 Molding Test Specimens, Bulk Density, and Stability (3 per set) $ 80.00 /set 5.3 Determine Maximum Theoretical Density $ 40.00 /ea 5.4 Flow Value $ 20.00 /ea 5.5 Swell Value $ 90.00 /ea 5.6 Stripping Test $ 75.00 /ea 5.7 Extraction (Percent of Bitumen and Aggregate gradation) $165.00 /ea 5.8 Bulk Specific Gravity of Asphalt Core $ 25.00 /ea 5.9 Roof Ballast Sieve Analysis $ 50.00 /ea 5.10 Oven Dried Moisture Content of Roofing Materials $ 25.00 /ea 5.11 Laboratory Density of Field Cut Fireproofing $ 25.00 /ea 6. Laboratory Testing - Structural Steel Weld Procedure and Welder Qualification Testing Rates Quoted on Request 7. Blast Monitoring 7.1 Monitoring Technician $ 55.00/hr 7.2 Monitoring Machine (Instantel DS 377) Quoted on Request DATE: March 19, 1999 SUBJECT: City Council Meeting — March 25, 1999 ITEM: 10.D.4. Consider a resolution authorizing the Mayor to execute an agreement with HDR Engineering for engineering services for West Transmission Water Pipeline, Design Services. The scope of work includes a finished water transmission pipeline, commencing at the intersection of Wyoming Springs Drive and Brightwater Boulevard crossing RM 620, traversing through the Robinson tract, crossing McNeil Drive and railroad right -of -way, again through the Robinson Tract to its termination at an existing waterline on CR 172. The linear footage of the entire project will depend on specific routing and is estimated to be approximately 22,000 linear feet. The project also includes pressure - reducing vaults at FM 3406 and on Wyoming Springs Drive. The contract value for this service is $268,200.00. Staff recommends approval. Staff Resource Person: Jim Nuse, Public Works Director.