Loading...
CM-07-05-081ROUND ROCK, TEXAS PURPOSE. P $%ION PROSPERRY, CITY OF ROUND ROCK CONTRACT FOR ENGINEERING SERVICES FIRM: FISHER HAGOOD, INC. —Civil and Structural Engineers ("Engineer") ADDRESS: One Chisholm Trail, Suite 5200, Round Rock, Texas 78681 PROJECT: GATTIS SCHOOL ROAD CORRIDOR ENHANCEMENT THE STATE OF TEXAS COUNTY OF WILLIAMSON TI- [CONTRACT FOR ENGINEERING SERVICES ("Contract") is made and entered into on this the Li ay of 1Y)Q,LJ , 2007 by and between the CITY OF ROUND ROCK, a Texas home - rule municipal corporation, whose offices are located at 221 East Main Street, Round Rock, Texas 78664-5299, (hereinafter referred to as "City"), and Engineer, and such Contract is for the purpose of contracting for professional engineering services. RECITALS: WHEREAS, V.T.C.A., Government Code §2254.002(2)(A)(vii) under Subchapter A entitled "Professional Services Procurement Act" provides for the procurement by municipalities of services of professional engineers; and WHEREAS, City and Engineer desire to contract for such professional engineering services; and WHEREAS, City and Engineer wish to document their agreement concerning the requirements and respective obligations of the parties; NOW, THEREFORE, WITNESSETH: That for and in consideration of the mutual promises contained herein and other good and valuable considerations, and the covenants and agreements hereinafter contained to be kept and performed by the respective parties hereto, it is agreed as follows: Engineering Services Contract Rev. 01/07 Fisher Hagood-GattisSchoolRdCorridorEnhancement 00064494 00114739 - 0199.7003 1 CONTRACT DOCUMENTS The Contract Documents consist of this Contract and any exhibits attached hereto (which exhibits are hereby incorporated into and made a part of this Contract) and all Supplemental Contracts (as defined herein in Article 13) which are subsequently issued. These form the entire contract, and all are as fully a part of this Contract as if attached to this Contract or repeated herein. ARTICLE 1 CITY SERVICES City shall perform or provide services as identified in Exhibit A entitled "City Services." ARTICLE 2 ENGINEERING SERVICES Engineer shall perform Engineering Services as identified in Exhibit B entitled "Engineering Services." Engineer shall perform the Engineering Services in accordance with the Work Schedule as identified in Exhibit C entitled "Work Schedule." Such Work Schedule shall contain a complete schedule so that the Engineering Services under this Contract may be accomplished within the specified time and at the specified cost. The Work Schedule shall provide specific work sequences and defmite review times by City and Engineer of all Engineering Services. Should the review times or Engineering Services take longer than shown on the Work Schedule, through no fault of Engineer, Engineer may submit a timely written request for additional time, which shall be subject to the approval of the City Manager. ARTICLE 3 CONTRACT TERM (1) Term. The Engineer is expected to complete the Engineering Services described herein in accordance with the above described Work Schedule. If Engineer does not perform the Engineering Services in accordance with the Work Schedule, then City shall have the right to terminate this Contract as set forth below in Article 20. So long as the City elects not to terminate this Contract, it shall continue from day to day until such time as the Engineering Services are completed. Any Engineering Services performed or costs incurred after the date of termination shall not be eligible for reimbursement. Engineer shall notify City in writing as soon as possible if he/she/it determines, or reasonably anticipates, that the Engineering Services will not be completed in accordance with the Work Schedule. (2) Work Schedule. Engineer acknowledges that the Work Schedule is of critical importance, and agrees to undertake all necessary efforts to expedite the performance of Engineering Services required herein so that construction of the project will be commenced and completed as scheduled. In this regard, and subject to adjustments in the Work Schedule as provided in Article 2 herein, Engineer shall proceed with sufficient qualified personnel and consultants necessary to fully and timely accomplish all Engineering Services required under this Contract in a professional manner. 2 (3) Notice to Proceed. After execution of this Contract, Engineer shall not proceed with Engineering Services until authorized in writing by City to proceed as provided in Article 7. ARTICLE 4 COMPENSATION City shall pay and Engineer agrees to accept the amount shown below as full compensation for the Engineering Services performed and to be performed under this Contract. The amount payable under this Contract, without modification of the Contract as provided herein, is the sum of FORTY THREE THOUSAND, FOUR HUNDRED SIXTY-TWO AND 06/100 Dollars ($43,462.06) as shown in Exhibit D. The lump sum amount payable shall be revised equitably only by written Supplemental Contract in the event of a change in Engineering Services as authorized by City. Engineer shall prepare and submit to City monthly progress reports in sufficient detail to support the progress of the Engineering Services and to support invoices requesting monthly payment. Any preferred format of City for such monthly progress reports shall be identified in Exhibit B. Satisfactory progress of Engineering Services shall be an absolute condition of payment. The fee herein referenced may be adjusted for additional Engineering Services requested and performed only if approved by written Supplemental Contract. ARTICLE 5 METHOD OF PAYMENT Payments to Engineer shall be made while Engineering Services are in progress. Engineer shall prepare and submit to City, not more frequently than once per month, a progress report as referenced in Article 4 above. Such progress report shall state the percentage of completion of Engineering Services accomplished during that billing period and to date. Simultaneous with submission of such progress report, Engineer shall prepare and submit one (1) original and one (1) copy of a certified invoice in a form acceptable to City. This submittal shall also include a progress assessment report in a form acceptable to City. Progress payments shall be made in proportion to the percentage of completion of Engineering Services identified in Exhibit D. Progress payments shall be made by City based upon Engineering Services actually provided and performed. Upon timely receipt and approval of each statement, City shall make a good faith effort to pay the amount which is due and payable within thirty (30) days. City reserves the right to withhold payment pending verification of satisfactory Engineering Services performed. Engineer has the responsibility to submit proof to City, adequate and sufficient in its determination, that tasks were completed. The certified statements shall show the total amount earned to the date of submission and shall show the amount due and payable as of the date of the current statement. Final payment does not relieve Engineer of the responsibility of correcting any errors and/or omissions resulting from his/her/its negligence. 3 ARTICLE 6 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Engineer will be made within thirty (30) days of the day on which the performance of services was complete, or within thirty (30) days of the day on which City receives a correct invoice for services, whichever is later. Engineer may charge a late fee (fee shall not be greater than that which is permitted by Texas law) for payments not made in accordance with this prompt payment policy; however, this policy does not apply in the event: A. There is a bona fide dispute between City and Engineer concerning the supplies, materials, or equipment delivered or the services performed that causes the payment to be late; or B. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or C. There is a bona fide dispute between Engineer and a subcontractor or between a subcontractor and its supplier concerning supplies, materials, or equipment delivered or the Engineering Services performed which causes the payment to be late; or D. The invoice is not mailed to City in strict accordance with instructions, if any, on the purchase order, or this Contract or other such contractual agreement. City shall document to Engineer the issues related to disputed invoices within ten (10) calendar days of receipt of such invoice. Any non -disputed invoices shall be considered correct and payable per the terms of Chapter 2251, V.T.C.A., Texas Government Code. ARTICLE 7 NOTICE TO PROCEED The Engineer shall not proceed with any task listed on Exhibit B until the City has issued a written Notice to Proceed regarding such task. The City shall not be responsible for work performed or costs incurred by Engineer related to any task for which a Notice to Proceed has not been issued. ARTICLE 8 PROJECT TEAM City's Designated Representative for purposes of this Contract is as follows: William J. Dobrowolski III, PE 2008 Enterprise Drive Round Rock, TX 78664 Telephone Number: (512) 218-6601 Fax Number: (512) 218-5563 E-mail: wdobrowolski@round-rock.tx.us City's Designated Representative shall be authorized to act on City's behalf with respect to this 4 Contract. City or City's Designated Representative shall render decisions in a timely manner pertaining to documents submitted by Engineer in order to avoid unreasonable delay in the orderly and sequential progress of Engineering Services. Engineer's Designated Representative for purposes of this Contract is as follows: Ron Bauerkemper, Project Manager One Chisholm Trail, Suite 5200 Round Rock, Texas 78681 Telephone Number: (512) 244-1546 Ext. 18 Fax Number: (512) 388-3698 E-mail: rbauerk/mper@fisherhagood.com ARTICLE 9 PROGRESS EVALUATION Engineer shall, from time to time during the progress of the Engineering Services, confer with City at City's election. Engineer shall prepare and present such information as may be pertinent and necessary, or as may be requested by City, in order for City to evaluate features of the Engineering Services. At the request of City or Engineer, conferences shall be provided at Engineer's office, the offices of City, or at other locations designated by City. When requested by City, such conferences shall also include evaluation of the Engineering Services. Should City determine that the progress in Engineering Services does not satisfy the Work Schedule, then City shall review the Work Schedule with Engineer to determine corrective action required. Engineer shall promptly advise City in writing of events which have or may have a significant impact upon the progress of the Engineering Services, including but not limited to the following: (1) Problems, delays, adverse conditions which may materially affect the ability to meet the objectives of the Work Schedule, or preclude the attainment of project Engineering Services units by established time periods; and such disclosure shall be accompanied by statement of actions taken or contemplated, and City assistance needed to resolve the situation, if any; and (2) Favorable developments or events which enable meeting the Work Schedule goals sooner than anticipated. 5 ARTICLE 10 SUSPENSION Should City desire to suspend the Engineering Services, but not to terminate this Contract, then such suspension may be effected by City giving Engineer thirty (30) calendar days' verbal notification followed by written confirmation to that effect. Such thirty -day notice may be waived in writing by agreement and signature of both parties. The Engineering Services may be reinstated and resumed in full force and effect within sixty (60) days of receipt of written notice from City to resume the Engineering Services. Such sixty-day notice may be waived in writing by agreement and signature of both parties. If this Contract is suspended for more than thirty (30) days, Engineer shall have the option of terminating this Contract. If City suspends the Engineering Services, the contract period as determined in Article 3, and the Work Schedule, shall be extended for a time period equal to the suspension period. City assumes no liability for Engineering Services performed or costs incurred prior to the date authorized by City for Engineer to begin Engineering Services, and/or during periods when Engineering Services is suspended, and/or subsequent to the contract completion date. ARTICLE 11 ADDITIONAL ENGINEERING SERVICES If Engineer forms a reasonable opinion that any work he/she/it has been directed to perform is beyond the scope of this Contract and as such constitutes extra work, he/she/it shall promptly notify City in writing. In the event City fmds that such work does constitute extra work and exceeds the maximum amount payable, City shall so advise Engineer and a written Supplemental Contract will be executed between the parties as provided in Article 13. Engineer shall not perform any proposed additional work nor incur any additional costs prior to the execution, by both parties, of a written Supplemental Contract. City shall not be responsible for actions by Engineer nor for any costs incurred by Engineer relating to additional work not directly associated with the performance of the Engineering Services authorized in this Contract or any amendments thereto. ARTICLE 12 CHANGES IN ENGINEERING SERVICES If City deems it necessary to request changes to previously satisfactorily completed Engineering Services or parts thereof which involve changes to the original Engineering Services or character of Engineering Services under this Contract, then Engineer shall make such revisions as requested and as directed by City. Such revisions shall be considered as additional Engineering Services and paid for as specified under Article 11. Engineer shall make revisions to Engineering Services authorized hereunder as are necessary to correct errors appearing therein, when required to do so by City. No additional compensation shall be due for such Engineering Services. 6 ARTICLE 13 SUPPLEMENTAL CONTRACTS The terms of this Contract may be modified by written Supplemental Contract if City determines that there has been a significant change in (1) the scope, complexity or character of the Engineering Services, or (2) the duration of the Engineering Services. Any such Supplemental Contract must be duly authorized by the City. Engineer shall not proceed until the Supplemental Contract has been executed. Additional compensation, if appropriate, shall be identified as provided in Article 4. It is understood and agreed by and between both parties that Engineer shall make no claim for extra work done or materials furnished until the City authorizes full execution of the written Supplemental Contract and authorization to proceed. City reserves the right to withhold payment pending verification of satisfactory Engineering Services performed. ARTICLE 14 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 City and shall be furnished to City upon request. All documents prepared by Engineer and all documents furnished to Engineer by City shall be delivered to City upon completion or termination of this Contract. Engineer, at its own expense, may retain copies of such documents or any other data which it has furnished City under this Contract. ARTICLE 15 PERSONNEL, EOUIPMENT AND MATERIAL Engineer shall furnish and maintain, at its own expense, quarters for the performance of all Engineering Services, and adequate and sufficient personnel and equipment to perform the Engineering Services as required. All employees of Engineer shall have such knowledge and experience as will enable them to perform the duties assigned to them. Any employee of Engineer who, in the opinion of City, is incompetent or whose conduct becomes detrimental to the Engineering Services shall immediately be removed from association with the project when so instructed by City. Engineer certifies that it presently has adequate qualified personnel in its employment for performance of the Engineering Services required under this Contract, or will obtain such personnel from sources other than City. Engineer may not change the Project Manager without prior written consent of City. ARTICLE 16 SUBCONTRACTING Engineer shall not assign, subcontract or transfer any portion of the Engineering Services under this Contract without prior written approval from City. All subcontracts shall include the provisions required in this Contract and shall be approved as to form, in writing, by City prior to Engineering Services being performed under the subcontract. No subcontract shall relieve Engineer of any responsibilities under this Contract. 7 ARTICLE 17 EVALUATION OF ENGINEERING SERVICES City, or any authorized representatives of it, shall have the right at all reasonable times to review or otherwise evaluate the Engineering Services performed or being performed hereunder and the premises on which it is being performed. If any review or evaluation is made on the premises of Engineer or a subcontractor, then Engineer shall provide and require its subcontractors to provide all reasonable facilities and assistance for the safety and convenience of City or other representatives in the performance of their duties. ARTICLE 18 SUBMISSION OF REPORTS All applicable study reports shall be submitted in preliminary form for approval by City before any final report is issued. City's comments on Engineer's preliminary reports shall be addressed in any final report. ARTICLE 19 VIOLATION OF CONTRACT TERMS/BREACH OF CONTRACT Violation of contract terms or breach of contract by Engineer shall be grounds for termination of this Contract, and any increased costs arising from Engineer's default, breach of contract, or violation of contract terms shall be paid by Engineer. ARTICLE 20 TERMINATION This Contract may be terminated as set forth below. (1) By mutual agreement and consent, in writing, of both parties. (2) By City, by notice in writing to Engineer, as a consequence of failure by Engineer to perform the Engineering 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 City, for reasons of its own and not subject to the mutual consent of Engineer, upon not less than thirty (30) days' written notice to Engineer. (5) By satisfactory completion of all Engineering Services and obligations described herein. Should 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 Engineer. In determining the value of the Engineering Services performed by Engineer prior to termination, City shall be the sole judge. Compensation for Engineering Services at termination will be based on a percentage of the Engineering 8 Services completed at that time. Should City terminate this Contract under Subsection (4) immediately above, then the amount charged during the thirty -day notice period shall not exceed the amount charged during the preceding thirty (30) days. If Engineer defaults in the performance of this Contract or if City terminates this Contract for fault on the part of Engineer, then City shall give consideration to the actual costs incurred by Engineer in performing the Engineering Services to the date of default, the amount of Engineering Services required which was satisfactorily completed to date of default, the value of the Engineering Services which are usable to City, the cost to City of employing another firm to complete the Engineering Services required and the time required to do so, and other factors which affect the value to City of the Engineering Services 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 City and Engineer under this Contract, except the obligations set forth herein in Article 21 entitled "Compliance with Laws." If the termination of this Contract is due to the failure of Engineer to fulfill his/her/its contractual obligations, then City may take over the project and prosecute the Engineering Services to completion. In such case, Engineer shall be liable to City for any additional and reasonable costs incurred by City. Engineer shall be responsible for the settlement of all contractual and administrative issues arising out of any procurements made by Engineer in support of the Engineering Services under this Contract. ARTICLE 21 COMPLIANCE WITH LAWS (1) Compliance. 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, minimum/maximum salary and wage statutes and regulations, and licensing laws and regulations. Engineer shall furnish City with satisfactory proof of his/her/its compliance. Engineer shall further obtain all permits and licenses required in the performance of the Engineering Services contracted for herein. (2) Taxes. Engineer will pay all taxes, if any, required by law arising by virtue of the Engineering Services performed hereunder. City is qualified for exemption pursuant to the provisions of Section 151.309 of the Texas Limited Sales, Excise, and Use Tax Act. ARTICLE 22 INDEMNIFICATION Engineer shall save and hold harmless City and its officers and employees from all claims and liabilities due to activities of his/her/itself and his/her/its agents or employees, performed under this Contract, which are caused by or which result from the negligent error, omission, or negligent act of Engineer or of any person employed by Engineer or under Engineer's direction or control. 9 Engineer shall also save and hold City harmless from any and all expenses, including but not limited to reasonable attorneys fees which may be incurred by City in litigation or otherwise defending claims or liabilities which may be imposed on City as a result of such negligent activities by Engineer, its agents, or employees. ARTICLE 23 ENGINEER'S RESPONSIBILITIES Engineer shall be responsible for the accuracy of his/her/its Engineering Services and shall promptly make necessary revisions or corrections to its work product resulting from errors, omissions, or negligent acts, and same shall be done without compensation. City shall determine Engineer's responsibilities for all questions arising from design errors and/or omissions. Engineer shall not be relieved of responsibility for subsequent correction of any such errors or omissions in its work product, or for clarification of any ambiguities until after the construction phase of the project has been completed. ARTICLE 24 ENGINEER'S SEAL The responsible engineer shall sign, seal and date all appropriate engineering submissions to City in accordance with the Texas Engineering Practice Act and the rules of the State Board of Registration for Professional Engineers. ARTICLE 25 NON -COLLUSION, FINANCIAL INTEREST PROHIBITED (1) Non -collusion. Engineer warrants that he/she/it has not employed or retained any company or persons, other than a bona fide employee working solely for Engineer, to solicit or secure this Contract, and that he/she/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, City reserves and shall have the right to annul this Contract without liability or, in its discretion and at its sole election, to deduct from the contract price or compensation, or to otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. (2) Financial Interest Prohibited. Engineer covenants and represents that Engineer, his/her/its officers, employees, agents, consultants and subcontractors will have no financial interest, direct or indirect, in the purchase or sale of any product, materials or equipment that will be recommended or required for the construction of the project. ARTICLE 26 INSURANCE (1) Insurance. Engineer, at Engineer's sole cost, shall purchase and maintain during the entire term while this Contract is in effect professional liability insurance coverage in the minimum amount of One Million Dollars per claim from a company authorized to do insurance business in Texas and 10 otherwise acceptable to City. Engineer shall also notify City, within twenty-four (24) hours of receipt, of any notices of expiration, cancellation, non -renewal, or material change in coverage it receives from its insurer. (2) Subconsultant Insurance. Without limiting any of the other obligations or liabilities of Engineer, Engineer shall require each subconsultant performing work under this Contract to maintain during the term of this Contract, at the subconsultant's own expense, the same stipulated minimum insurance required in Article 26, Section (1) above, including the required provisions and additional policy conditions as shown below in Article 26, Section (3). Engineer shall obtain and monitor the certificates of insurance from each subconsultant in order to assure compliance with the insurance requirements. Engineer must retain the certificates of insurance for the duration of this Contract, and shall have the responsibility of enforcing these insurance requirements among its subconsultants. City shall be entitled, upon request and without expense, to receive copies of these certificates of insurance. (3) Insurance Policy Endorsements. Each insurance policy shall include the following conditions by endorsement to the policy: (a) Each policy shall require that thirty (30) days prior to the expiration, cancellation, non- renewal or reduction in limits by endorsement a notice thereof shall be given to City by certified mail to: City Manager, City of Round Rock 221 East Main Street Round Rock, Texas 78664 (b) The policy clause "Other Insurance" shall not apply to any insurance coverage currently held by City, to any such future coverage, or to City's Self -Insured Retentions of whatever nature. (4) Cost of Insurance. The cost of all insurance required herein to be secured and maintained by Engineer shall be borne solely by Engineer, with certificates of insurance evidencing such minimum coverage in force to be filed with City. Such Certificates of Insurance are evidenced as Exhibit E herein entitled "Certificates of Insurance." ARTICLE 27 COPYRIGHTS 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 Engineer for governmental purposes. 11 ARTICLE 28 SUCCESSORS AND ASSIGNS This Contract shall be binding upon and inure to the benefit of the parties hereto, their successors, lawful assigns, and legal representatives. Engineer may not assign, sublet or transfer any interest in this Contract, in whole or in part, by operation of law or otherwise, without obtaining the prior written consent of City. ARTICLE 29 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, then such invalidity, illegality or unenforceability shall not affect any other provision thereof and this Contract shall be construed as if such invalid, illegal or unenforceable provision had never been contained herein. ARTICLE 30 PRIOR AGREEMENTS SUPERSEDED This Contract constitutes the sole agreement of the parties hereto, and supersedes any prior understandings or written or oral contracts between the parties respecting the subject matter defined herein. This Contract may only be amended or supplemented by mutual agreement of the parties hereto in writing. ARTICLE 31 ENGINEER'S ACCOUNTING RECORDS Records pertaining to the project, and records of accounts between City and Engineer, shall be kept on a generally recognized accounting basis and shall be available to City or its authorized representatives at mutually convenient times. The City reserves the right to review all records it deems relevant which are related to this Contract. 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 addresses: City: City of Round Rock Attention: City Manager 221 East Main Street Round Rock, TX 78664 12 and to: Stephan L. Sheets City Attorney 309 East Main Street Round Rock, TX 78664 Engineer: Terry R. Hagood, PE, Project Engineer One Chisholm Trail, Suite 5200 Round Rock, TX 78681 ARTICLE 33 GENERAL PROVISIONS (1) Time is of the Essence. Engineer understands and agrees that time is of the essence and that any failure of Engineer to complete the Engineering Services for each phase of this Contract within the agreed Work Schedule may constitute a material breach of this Contract. Engineer shall be fully responsible for his/her/its delays or for failures to use his/her/its reasonable efforts in accordance with the terms of this Contract and the Engineer's standard of performance as defined herein. Where damage is caused to City due to Engineer's negligent failure to perform City may accordingly withhold, to the extent of such damage, Engineer's payments hereunder without waiver of any of City's additional legal rights or remedies. (2) Force Majeure. Neither City nor Engineer shall be deemed in violation of this Contract if prevented from performing any of their obligations hereunder by reasons for which they are not responsible or circumstances beyond their control. However, notice of such impediment or delay in performance must be timely given, and all reasonable efforts undertaken to mitigate its effects. (3) Enforcement and Venue. This Contract shall be enforceable in Round Rock, Williamson County, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Contract shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. (4) Standard of Performance. The standard of care for all professional engineering, consulting and related services performed or furnished by Engineer and its employees under this Contract will be the care and skill ordinarily used by members of Engineer's profession practicing under the same or similar circumstances at the same time and in the same locality. Excepting Articles 25 and 34 herein, Engineer makes no warranties, express or implied, under this Contract or otherwise, in connection with the Engineering Services. 13 (5) Opinion of Probable Cost. Any opinions of probable project cost or probable construction cost provided by Engineer are made on the basis of information available to Engineer and on the basis of Engineer's experience and qualifications and represents its judgment as an experienced and qualified professional engineer. However, since Engineer has no control over the cost of labor, materials, equipment or services furnished by others, or over the contractor(s') methods of determining prices, or over competitive bidding or market conditions, Engineer does not guarantee that proposals, bids or actual project or construction cost will not vary from opinions of probable cost Engineer prepares. (6) Opinions and Determinations. Where the terms of this Contract provide for action to be based upon opinion, judgment, approval, review, or determination of either party hereto, such terms are not intended to be and shall never be construed as permitting such opinion, judgment, approval, review, or determination to be arbitrary, capricious, or unreasonable. ARTICLE 34 SIGNATORY WARRANTY The undersigned signatory for Engineer hereby represents and warrants that the signatory is an officer of the organization for which he/she has executed this Contract and that he/she has full and complete authority to enter into this Contract on behalf of the firm. The above -stated representations and warranties are made for the purpose of inducing City to enter into this Contract. IN WITNESS WHEREOF, the City of Round Rock has caused this Contract to be signed in its corporate name by its duly authorized City Manager or Mayor and Engineer, signing by and through its duly authorized representative(s), thereby binding the parties hereto, their successors, assigns and representatives for the faithful and full performance of the terms and provisions hereof. CITY OF ROUND ROCK, TEXAS By: ATT By: ai: net R.kiLme, P.E. et'tij managex- ituthiewR� Christine Martinez, City Secretary FISHER HAGOOD, INC. By: Sign. :..'pal Printe ame: flu kJ -E 14 VED ITO ORM: Steph L. Sheets, City Attorney LIST OF EXHIBITS ATTACHED (1) Exhibit A City Services (2) Exhibit B Engineering Services (3) Exhibit C Work Schedule (4) Exhibit D Fee Schedule (5) Exhibit E Certificates of Insurance 15 EXHIBIT A City Services The scope of services to be performed by the City is to administer this contract, review the work performed by the Engineer, review and accept the Engineer's fmal design and specifications, bid/award the construction contract, issue final interpretations of contract documents, perform periodic/phase/random site/document inspection/review, issue certificate of acceptance, and monitor warrantee period generally. Specifically: 1. Provide the specific scope of the project. 2. Walk through the project. 3. Development and submittal of City Manager and/or City Council agenda items. 4. Provide standard letters, forms, and specifications as required. 5. Provide existing construction plans, GIS data, contact lists, ROW information as needed. 6. Assist with the identification of impacted owners and residents. 7. Attend status meetings during design phase. 8. Provide on schedule review of plans. 9. Assist in the coordination of utility locates and relocations. 10. Assist in the coordination of other city contractors in the area. 11. Final authorization and processing of pay estimates. 12. Organize a pre-bid conference. 13. Advertise for bid. 14. Attend bid opening. 15. Convene a pre -construction conference. 16. Provide project signs. 17. Attend project meetings during construction phase. 18. Provide conflict resolution. 19. Perform periodic/phase/random site/document inspection/review for verification of quality/quantity to simplify project acceptance. 20. Review plans of records for acceptance. EXHIBIT B Engineering Services The scope of services to be performed by the Engineer is to facilitate the scope of services shown in Exhibit A, by performing the engineering studies & calculation, coordinating surveying, creating the plans, writing the specifications, and developing the contract documents, required to yield a turn key Gattis School Corridor Enhancement Project. GENERAL: • The work effort and the management for the project included in this contract will be for the most part conducted in Round Rock, Texas. • The engineer will be readily accessible to the City of Round Rock staff and will meet with the City's project manager as necessary. • Monthly progress reports will be submitted, which will detail on-going work as well as work accomplished since the previous report. • When feasible, the City's standard drawings and specifications of previously approved special provisions/specifications will be utilized. • If a special provision or special specification must be developed under this contract, it shall be in the City's format, and to the extent possible, incorporate references to the City's approved test procedures. • The plan sheets will 11 x 17 and adhere in format and content to current City of Round Rock (CORR) standards. • The Engineer is fully responsible for any traffic control required for any data collection activities. SPECIFICALLY: 1. ROUTE STUDY a. Collection of available information b. Walk thru of entire project c. Identify potential accessibility issues & drainage concems d. Identify potential conflicts: utility, irrigation, trees, etc. e. Identify potential issues with proposed and existing construction contract. f. Develop Preliminary Cost Estimate 2. PRELIMINARY RECOMMENDATIONS a. Preparation of Schematic Plan b. Status Meeting 3. COORDINATION WITH CITIZENS a. Initial Contact (Meeting ?) * Identify Owners & Residents * Initial Contact a) Project Information b) Meeting Information c) Meeting Outcome Information d) Addressing Issues * Access to Gattis School Road * Alignment of the Fence * Resident moves or loses Fence Line Shrub (less then 6" trunk) * Side Yard Fence Tie Ins * Line of Sight Rights * Resident's Improvements in Conflict (out building, planters, irrigation) * Special Concerns b. During Construction Contact * Resident's Improvements in Conflict * Pets * Existing Fences c. After Construction Contact * Warranty * Maintenance * Damage 4. SUBSURFACE UTILITY ENGINEERING (SUE) a. Have Utilities located before Surveying b. Have Surveying locate makings c. Design to minimize impact d. Contractor to Coordinate Locates 5. SPECIFIC FIELD WORK / DATA COLLECTION a. Survey Subdivision Controls b. Field Survey of problematic locations at grade breaks, trees, utilities, etc. c. Survey Line of Sight d. Set Control e. Corners of Homes at the Intersections f. Survey type & direction of Side Yard Fences g. Survey Impacting Drainage Features 6. PRELIMINARY PHASE a. Meet with the City to Analysis Survey & Citizen Contact Information b. Develop Base Plan Sheets for Areas to be Fenced (11 x 17 sheets) c. Address Issues within Area to be Fenced * Multiple Possible Solutions where needed * Pros & Cons * Recommendation d. Update Cost Estimate e. Submit Review Prints on Preliminary Phase Plans f. Review Meeting with the City for Direction on Issues 7. APPROX. 50% DESIGN a. Enhance Plan Sheets with Survey Information (11 x 17 sheets) b. Enhance Citizen Contact Information (maximum 11 x 17 sheets) c. Identification of Utility Conflicts * Pros & Cons on Relocation / Adjustment vs. Redesign * Recommendation d. Identification of Drainage Problems and Recommended Solutions * Two to Four Possible Solutions * Pros & Cons * Recommendation e. Update Cost Estimate f. Submit Review Prints on Updated Plans g. Review Meeting with the City for Direction on Issues 8. APPROX. 75% DESIGN / STATUS MEETING a. Enhance Plan Sheets w/ alignment details, drainage, and utilities (11 x 17 sheets) b. Compile Necessary Details & Notes c. Compile Project Manual d. Compile Unit Price List & Update Cost Estimate e. Prepare 1st Draft of TCEQ Special Exception Request f. Prepare lst Draft of SWPPP g. Develop a Plan for Coordination with other Contractors h. Submit for Review Plans Sheets, Project Manuel, Unit Price Cost Estimate, & TCEQ Exception Request i. Review Meeting with the City for Direction on Issues 9. ENTRY AND ENCROACHMENT AGREEMENTS a. Producing the customized agreements b. Mailing of the agreements c. Providing Notary Services d. Follow-up on unreturned agreements e. Filing of agreements in the County Records f. Providing copies of recorded documents to the City 10. FINAL (APPROX. 95%) DESIGN a. Incorporate Comments & Enhance Plan Sheets & Specifications 95% Completion b. Enhance Bid Documents to 95% Completion c. Enhance Unit Prices & Update Cost Estimate to 95% Completion d. Print Review Set of 95% Bid Documents e. Submit 95% Bid Documents & Estimate f. Enhance TCEQ Exception Request to 95% Completion g. Enhance SWPPP to 95% Completion h. Review Meeting with the City for final tweak of bid documents, & setting of bidding schedule 11. REGULATORY PERMITTING a. Submittal TCEQ Exception Request for CORR b. Address Comments from Agencies c. Finalize SWPPP 12. FINALIZE BID DOCUMENTS a. Update plans and specs with bid dates b. Printing for City and Bidding 13. BIDDING PROCESS a. Assist the Advertising for Bid b. Facilitate the Bidding Process * Answer Questions about Bid Documents & Process * Attend the Pre-bid Conference * Prepare & Distribute Addenda(s) * Attend Bid Opening c. Tabulate Bids d. Review Submitted Bids e. Make Written Recommendation to City f. Assist in Preparation of Council Agenda Item g. Be prepared to make a Presentation at Council Meeting 14. CONSTRUCTION PHASE SERVICES a. Prepare Construction Progress Meeting Schedule b. Prepare & Submit the City's NOUNOC (TCEQ) c. Prepare SW3P Documents for on Site Posting d. Setting survey controls e. Attend Pre-Construction Conference all Progress Meetings f. Address Citizen Concerns g. Address Design Questions h. Review Submittals i. Site Inspections for Compliance to Design j. Review Contractors Payment Applications 15. PROJECT CLOSE-OUT a. Final Walk -Through b. Prepare Punch List for the Contractor c. Prepare Letter Request of Close -Out Documents d. Prepare TCEQ Documents - NOT for CORR e. Review of Final Payment f. Prepare Engineer's Letter of Completion g. Prepare Plan of Record Documents h. Plan of Record review meeting with the City EXHIBIT C Work Schedule ID Task Name �_ Dtrat cn E. Start i Finish Apr [ May 1 Jun d_ Jul Aug Sep 0 GattissSchool Coordor 158 days May Dec Enhancement 4 11 �' • Notice to Proceed 1 day May May 4 , 4 Route Study 5 days May May 7 11 3 Preliminary, 2 days May May. Recommendations 14 15 4 Coordination with 138 days May ; Nov Citizens 18 27 5 Subsurface Utility. 10 days May May Investigation 18 31 6 Specific Field Words i 0 days May May 18 31 7 Approx 75% Design 15 days Jun 1 Jun 21 Entry and Encroach 75 days Jun Oct 4 Agree. 22 Final Design 5 days Jun Jun 22 28 10 Regulatory Permitting 3 days May ! May 16 18 11 Finalize Bid Documents 1 day, Jul 3 Jut 3 i2 Bidding Process 40 days Jul 4 Aug 28 13 Construction Base 65 days Aug Nov Services 29 ! 27 14 Project Close-out 10 days Nov Dec 28 11 EXHIBIT D Fee Schedule TOTAL COMPENSATION FOR SERVICES: PAYMENT SCHEDULE $43,462.06 Pay Task Fee Reimbursable I TESTIMONY 125% HOURLY CHARGE OUT* Totals Route Study & Data Collection 100.09 $ 1,99437 ! $ 5,160.00 $ 7,154.37 Preliminary Recommendations $ $ 800.71 1 Technician $ 800.71 Coordination with Citizens 1 $ 5,976.80 $ 800.00 ( $ 6,776.80 Subsurface Utility Engineering Clerical $ 978.65 i 59.32 $ 978.65 75% Design $ 7,777.29 $ 7,777.29 Final Bid Documents f $ 2,062.02 1 $ 2,062.02 Permits /Agreements$ 4,974.79 ! $ 1,675.00 $ 6,649.79 Bidding Process $ 1,645.91 i $ 1,200.00 $ 2,845.91 Construction Phase Services 20% Construction Phase $ 961.04 ' $ 2,110.00 $ 3,071.04 Phase 70% Construction _._ ...._ ... $ 2,402 60 $ 2,402.60 100% Construction Phase $ 1 , 441 56 ......_... ._... � ._...._ $ .,.....__ _.. 1441 56 Project Close -Out $ 1,501.34 1 $ 1,501.34 Total Project Costs $ 32,517.06 j $ 10,945.00 j $ 43,462.06 EXPERT TESTIMONY. IF REOUIRED BY THE CITY CLASSIFICATION Mmmmm 4 hour charge out per cl HOURLY CHARGE OUT TESTIMONY 125% HOURLY CHARGE OUT* Project Manager $ 100.09 $ 125.12 Engineer $ 150.14 $ 187.68 Technician $ 66.73 $ 83.42 Field Representative $ 94.54 $ 118.18 Clerical $ 59.32 $ 74.15 ass' fica ion used per day, hours charged will include office preparation time — portal to portal time — waiting time - but not stay over time after working hours. Reimbursement charges at 110% of cost shall be applicable in addition to the hourly rate and can include but not be limited to items such as the cost of exhibits — production of copies — travel — lodging — meals tips — taxi - notary & other related service fees. EXHIBIT E Certificate of Insurance (Behind this page) CERTIFICATE OF LIABILITY INSURANCE Pk( Ln t 1:R Michael J Hall & Company Hall & Company 19578 10th Avenue NE Poulsbo, WA 98370 INSI Jt1'1) Fisher Hagood Inc 1) Date 04/24/2007 l'OI\1P.Ahtl~S .API't71tDI15•(i COVERAGE' A St. Paul Fire & Marine Insurance Co. 13 C One Chisholm Trail, Ste 5200, Round Rock, TX 78681 1 ills IS TO (l R 1 ll'\ 1.11A1' this Insured named above is insured by the Companies listed above with respect to the business operations hereinafter described, for rhe 1)pes of insurance and in accordance with the provisions or the standard policies used by the companies, and further hereinafter described. I'aceptitms to the policies are noted below CO TYPE OF INSt?RANC1': POLICY 1•:EFTA '•1IVF: EXPIRATION I:1'R NUMBER DATE DATE LIMITS (ALMA Al LIA1111.1I1 uttoouiti l.IAt1ILi1s — EXCESS 1 1AHR.I'4'! tt ( ilRi.l-its-f( I'I:Nkn 1ION \\) t Pt'I t)YLIt'.• 1 L\Rlt i NO) I•SSIUNA1. !_!Alt11.11'1' A QP0380793001/16/07 01/16/08 1.)t',UR(1'I It )N O1 I fit ItNE11 INS. LO(Vi 4 !. \ Il II LLS sPLl IAT 1 CIMS 1. Xt IONS Gt.NLIt,\I. At it MitiA PRtwl. C' 15-424 )1411'1)1' A(di. ' I't.RSI1r AL. & ADV MILKY $ L:1C'11(RY't: RItLISiel S rll(L I)AtstAUI I An* isle find $ 141E U. LR I'I ' (SI. r Acv one (cram) S t t/MIlINkt) SI'sGi Fri/aft S )BODILY 1\)(.1t1' II'.,per..Nti S n141111.1' I?ll;l('! 4I'era .,dish S Mt( ll't.R1Y DAMAS;1: fACI1(Wet'RI{Lti('1 S A(X:REti 111. S SI.11MOM' LIMITS S 1. AC'H At't'l11EN I t)ISLAtiL - POLICY 1.114'1( S U1SLASL. - EM -11 L' II'LOl'Ll: S Per Claim $1,000,000 Aggregate $1,000,000 the Cit) of Round Hock is manta as additindol ia.nr,d ,t ilh wive' ki all politics c.ctq,l • Workers' t:'untpcnsndon anti 1 inpknars l.k(bil►p • anti 'Protech ,n,l1 Liahilllt - Should ntrt of Mc ahr,o 4tMtrihml ptihckw 1v enace11W to channel{ hclnit the cspir'Slion (tate thercol. the issuing Onnpan* will mail Min) 1 +0) tla*s ttritien notice to the• ,ertititalt huid, r natn.;d hoiva, (1:1t I irk ATI 114 )1.1)1: It, t' t* M:ma__ar 1'in• of Konno Rock \,aln SImM R..00 Ruck. Teas 7K.a-I ien of Ins,, t r11tlt opts, ,nasi., SI( its Al I;RF elf At'T1fOR1Z1:n ''PRr'SFNTATIVr w Copus Title : Producer Iletised I(L211l4 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 28 (2009/08) CERTIFICATE OF LIABILITY INSURANCE late; 4-24-2007 f'1 OL1l.C'.ER TEXAS ASSOCIATES INSURORS 1120 CAPITAL OF TX HWY SOUTH BLDG. 3, #300 AUSTIN, ��ggTXEE788746 D �C INSI•kKl3ONE CHISHSLM TRAIL #5200 ROUND ROCK, TX 78681 n COWAN' ES Al- FORDING COVERAGE HARTFORD LLOYD'S INS. CO. HARTFORD UNDERWRITERS THTS IS TO CF.RTTFY THATthe Insured named alxwc is insured by the Companies listed above with respect ro the business operations hereinafter described, for the types of insurance and in accordance with the provisions of 1he standard policies used by the cornp inim, and further hereinafter described. Exceptions ro the policies are noted below. CO 'IYPEOF'1PSI. t.tr I POLICY II JECClvE EXPIRATION LIMITS LIR l` UMBER DATE DATE A 4i1.15 1.1.%1111 11,r 65S BAKV4991 12/01/2006 I '1111.4f)11. I h' 1 1 Ali 1.1'1 Y' 12/01/2007 t 11011.11 Al. At l It lttl•$11. riumuctc-courtfirAoth , 2,000,000 2,880,888 PERSOn AT, r. Anv MATT s 1,000,000 la.uri cxx•.1uu:xrlt ' 1,000,000 FIRF.7.i1fACff iAny oiler fN.1 S 300,000 UI 1) t\rI.AS1 (As}•tow rrrc1n)ti 10,000 C1114111111.I74I411I.t1 1,411 S r.00:TYIN.T[TW(R.•i pa») S 14 31) I 1 1\ 11 li1 (Der ata.-ideul) i FTfC)PF.R:I'TDOM4 _. s F"CF,SS LMRTT1TY WO11T:h(t r CORIL' N9XL'ION On F.1P1 OYER +' T:.ITiT•Tri• 65WECDZ4438 12/01/2006 12/01/2007 EACR (KC: F. s tici4LT1'G:i.1. S S_5.'it'run. 1.1%xis ti F:.C•H :C'C DFVT s 1000000 ro•_:z a LINET s 1000000 MEASF - R 1{ A Fw(PT efeT.:t s 1000000 I'AM 11 1%5111C)% A1.1 1 11111115 1)I•M:K11'1 K315 Cil {)'rIIh114)15S:IJt1t'A11U1\.rI.1l CI.11.S. Ip1.1:1;l1.111::i111•..1t'IiI'1It)RS 11t Cit:• .. t 2 ..lnd R.',ck is jiemc.1 es acktit.onal twat w.f.: scipo; t to e:: politics c..vcrt • lk 1u1C: Cc)npcnsaltion) and l.:auplovz n • Liabuitti� and T'n0013s143r1r.1:16.1)11it 4% Should any of the obese kscriboi poli.ics l>, cAJ cclla9 0l clt_rrtacd Latae. the einimalon date Mucci.1111`. cum/Duly 1 r11uil 111.1..! (Xi) 1kp!, i ..r'iL1 n notiou Is; (llu uLrIi licl.l� lurl:l rtu,rna_ 1!,11V. •• i:l:RLEIC'J nk. HOLDER Gita.1...aRcr Cit; cLi:mndni✓:'k 31U15s111 l l- ;illAlrl l-KSiI/.F I)kKll4I.'i;(>1A11�Lr 221 ....11t1nSl Strad £k. n&T ricek, rocas'860 i t....t..fh•..tr t1)I411 •..1'. Tu.4.r _;p11 mum, W1LLIM RANDY REYNOLDS _,i,: MANAGING PARTNER Untitled (2).max R..iL.1 lur'ltklt Acumici CERTIFICATE OF LIABILITY INSURANCE MID 3 FISHE-3 POLICIES REQUIREMENT, PERTAIN, NSRE °"'� °"YYn 04/24 07 PRODUCER Texas Associates Insurors Building 3, Suite 300 1120 Capital of Texas Hwy S . Austin TX 78746 Phone: 512-328-7676 Fax: 512-327-8337 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATIOR ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOTAMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW INSURERS AFFORDING COVERAGE NAIC # INSURED Fisher, a od, l c. pREL Ch}s �m° Trai One Chisholm Tr 5200 Round Rock TX 78681 r_nrmoAr_er INSURER // Progressive County Mutual 24260 INSURERS Hartford Underwriters 30104 INSURERG Hartford Lloyd's Ins Co 38253 INSURER 11 EACH OCCURRENCE INSURER E. REMBES(EaP enceL_ THE ANY MAY POLICIES. LTR POLICIES REQUIREMENT, PERTAIN, NSRE OF INSURANCE LISTED BELOW TERM OR CONDITION THE INSURANCE AFFORDED AGGREGATE LIMITS SHOWN MAY TYPE OF INSURANCE HAVE BEEN ISSUED TO THE INSURED OF ANY CONTRACT OR OTHER DOCUMENT BY THE POLICIES DESCRIBED HEREIN HAVE BEEN REDUCED BY PAID CLAIMS. POLICY NUMBER NAMED ABOVE WITH RESPECT IS SUBJECT TO DAUTE (MMI • DlYY) FOR THE POLICY TO WHICH THIS ALL THE TERMS, PDA (NMfD01Y1 PERIOD INDICATED. NOTWITHSTANDING CERTIFICATE MAY BE ISSUED OR EXCLUSIONS AND CONDITIONS OF SUCH UNITS C GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY 65SBAKV4991 12/01/06 12/01/07 EACH OCCURRENCE 5 1000000 REMBES(EaP enceL_ $ 300000 CLAIMS MADE X OCCUR MED. EXP (Any one person) $ 10000 GEM T PERSONAL &ADV INJURY 5 1000000 GENERAL AGGREGATE $ 2000000 AGGREGATE PLIMIT APPUESPER: POLICY n JECr n LOC PRODUCTS .COMP/OPARG 52000000 A AUTOMOBILE _ X X X L.IABIUTY ANYAI/r0 ALL OWNED AUTOS SCHEDULED AUTOS FIRED AUTOS NON -OWNED AUTOS 1937486-4 12/01/06 12/01/07 COMBINED SINGLE LIMIT (Eaexiderd) 31000000 BODILY INJURY (Per person) 5 BODILY INJURY (Per accident) 5 PROPERTY DAMAGE (Per accident) 5 GARAGE UABIUTY ANY AUTO H AUTO ONLY • EA ACCIDENT $ OTHER THAN EA ACC S AUTO ONLY AGO $ C EXCESSAUMBREWLUABILITY X j X OCCUR I I CLAMS MADE DEDUCTIBLE RETENTION 510000 65SBAKV4991 12/01/06 12/01/07 EACH OCCURRENCE 33000000 AGGREGATE $ 3000000 5 5 5 B WORKERS COMPENSATION AND EMPLOYERS'IETOBILITY ANY PROPRETORIPA EXCLUDED? OFFICERMEMBER EXCLUDED9 sm�yp� . PROVISONS mow 65WECDZ4438 12 01/06 / X i vitJMI r OER• 12 01/07 / E.L. EACH ACCIDENT 31000000 E.L. DISEASE - EA EMPLOYEES 1000000 E.t:. DISEASE • POUCY LIMIT 3 1000000 OTHER DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES 1 EXCLUSIONS ADDED BY ENmossakesTI SPECIAL PROVISIONS CERTIFICATE H[]I IIPP .....__..._.__. ROUNDRO CITY OF ROUND ROCK CITY MANAGER 221 E. MAIN STREET ROUND ROCK TX 78664 ACORD 25 (2001/08) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO 0O So SHAD. IMPOSE NO OBUGATLDN OR GAMUT? OF ANY KIND UPON THE INSURER ITS AGENTS OR REPRESENTATI ES. E �Y ACORD CORPORATION 1 DATE: April 30, 2007 SUBJECT: City Manager - May 4, 2007 ITEM: Action authorizing the City Manager to execute an Engineering Services Contract with Fisher Hagood, Inc. for the Gattis School Road Corridor Enhancement Project. Department: Engineering and Development Services Staff Person: Danny Ha!den, P.E., City Engineer Justification: The Engineering Contract with Fisher Hagood, Inc. is for Professional Services to design and oversee construction for a long life, uniform type of fencing to replace the of existing residential of varying type, condition, and quality fencing along Gattis School Road from Mays Street to Windy Park Drive. Funding: Cost: $43,462.06 Source of funds: General Self Financed Construction Outside Resources: Fisher Hagood, Inc. Background Information: This project is part of an established program to improve strategic view of corridors along specified City streets that intersect state highway system roads. These corridor improvements will help protect property values in the older residential neighborhoods with an aesthetically improved main entrance into the City of Round Rock along primary routes, and enhance the quality of life in the impacted area. Public Comment: N/A Blue Sheet Format Updated 01/20/04