Loading...
CM-07-06-106Agreement for Consulting Services for Construction Materials Inspection and Testing Services for City of Round Rock Police Station with Professional Service Industries, Inc. AGREEMENT made as of the Thousand Seven. (In wars, indicate day, month and arra) 18 (411 ) day of the month of JU, lL in the year Two BETWEEN the City of Round Rock, Texas, identified herein as "City": (Nance, address and oder Wormattiort) City of Round Rock 221 East Main Street Round Rock, Williamson County, Texas 78664 and Consultant, identified herein as "PSI": (Name, address and other *Ionisation) Professional Service Industries, Inc. 11500 Metric Boulevard, Suite 430 Austin, Texas 78758-4043 For the following Project (Include dinaikddescription i‘Projec&) Consulting services including providing construction materials inspection and testing, such services to include laboratory testing services, field testing services, and engineering services, all on the site of City of Round Rock Police Station, 3001 Tellabs Drive, Round Rock, Texas. City and Consultant agree as follows: ARTICLE 1.1 INITIAL INFORMATION 1.1.1 This Agreement is based on the following information and assumptions. (Note the disposition for die following items by inserting the requested bformation or a statement male as inti applicable, " "unknown at time cy. execution" or "to be determined later by tuna/ agreement.") 1.1.2 PROJECT PARAMETERS 1.1.2.1 The objective or use is: (Ideufy or describe, fappropriate, Foliaged use or goals.) Objectives include, but are not Iimited to, obtaining consulting services from PSI including providing construction materials inspection and testing on the site of City of Round Rock Police Station for the City of Round Rock, Texas. 1.1.2.2 The physical parameters are: (1de u r or describe Vap roprime, wise, location, dimensions, or other pertinent *Valuation. such as geotedmiaal twat: about tkee site) The site of City of Round Rock Police Station, 3001 Tellabs Drive, Round Rock, Texas. 1.1.2.3 City's Program is: (ldn ' documentation or state the mariner in which the program will be developed) 1.1.2.4 The legal parameters are: (I P I info►rmaaion, including tjapproannie, kind saaaeys and leg 1 den^riPiione and restrictions of Ike si) 1.1.2.5 The financial parameters are as follows: 00116282/kg alit -01'OCP-IOle The estimated fee for the projected cost for PSI's consulting services shall be 56,842.00, comprised of the following: Laboratory Tatieg Services Concrete Concrete Compression Test ASTM C39 (including hold cylinders), each Concrete Flexural Test ASTM C78 (including hold beams), each 16.00 35.00 Soils Moisture/Density relationship of soils ASTM D698 or D1557, each 190.00 Moisture/Density relationship of soils TEX-113-E or 114-E, each 200.00 Atterberg limits amination ASTM D4318, each 65.00 Sieve Analysis ASTM C136, each 65.00 Percent Passing #200 sieve ASTM C117 or D1140, each 55.00 Asphaltic Concrete Extraction and Gradation, each Molding Specimens, per set of 3 Density of Specimens, per set of 3 Stability, per set of 3 Density and Thickness of Asphalt Cores, each Theoretical Specific Gravity Steel Yield Testing of Existing Coupons, each Cutting of Coupons for Yield Test, each Field Testing Services Engineering technician to perform: a. Field concrete inspection b. Field asphalt inspection c. Field sampling and sample pick-up d. Concrete or asphalt coring e. Masonry inspection 190.00 80.00 60.00 85.00 40.00 80.00 80.00 50.00 Engineering technician, per hour 38.00 Nuclear Density Gauge, per day Coring rig Per day Bit recovery, per inch Senior engineering technician to perform: a. Field density testing b. Pier or footing inspection c. Concrete or asphalt batch plant inspection d. Reinforcing steel or post -tension inspection 38.00 125.00 4.00 Senior engineering technician, per hour 42.00 Skidmore Wilhelm bolt tension indicating device, per day Dam reinforcing location equipmem, per day AWS Certified welding Inspector to perform: a. Bolting inspection b. Visual weld inspection c. Welder qualification d. Welding procedure qualification 2 75.00 75.00 CWl,1er hour 85.00 Ea i.eeri.= Services Fling services for report review, test evaluation, contract administration, supervision of laboratory and field personnel, and consultation (typically 02 hours minimum per report at $75.00 per hour) a. Project Magee, per hour 80.00 b. Project Engaieer, per hour 90.00 c. Professional Engineer, per hour 110.00 d. Letter of Conformance 250.00 e. Welder qualification test report and certification card 150.00 Remarks Hourly rates are portal to portal from PSI's offices, 11500 Metric Boulevard, Suite 430, Austin, Texas, with a minimum of three (3) hours per callout. Services directed by City to be performed outside the hours of 7:00 am to 5:00 pm or over eight (8) hours per day on weekdays and anytime on weekends or official federal holidays may be billed at an overtime rate of 1.5 times the rates listed herein. A $50.00 charge may be applied to each site visit scheduled less than six (6) hours in advance. Laboratory testing (other than concrete compression testing) requiring overtime, weekend or holiday work may be invoiced at applicable test rates plus Engineering Technician and/or Senior Engineering Technician overtime charges. A transporter charge of $0.55 per mile will apply for all fieldwork, with a minimum of $35.00 per trip. 1.1.2.6 The time parameters are: (IdentiA f appropriate, milestone dabs, durations orfist Croak scheduling) Twelve (12) months from Consultant's receipt of City's written Notice to Proceed. 1.1.2.7 The proposed procurement or delivery method for the Project is: Wen* method such as competitive bid; negotiated contract, or construction management) Consulting services herein are engaged by this negotiated Agreement 1.1.2.8 Other parameters are: (14bntifyspecial characteristics or needs niche Project such as energy, environmental or historic presertntion requirements.) 1.1.3 PROJECT TEAM 1.13.1 City's Designated Representative is: (List name, adairrss and other information.) Larry Madsen, Liaison Construction Manager 2008 Enterprise Drive Round Rock, Texas 78664 Telephone: 512-218-5552 Facsimile: 512-218-5563 larrym@round-rock.tx.us 113.2 The persons or entity, in addition to Cry's Designated Representative, who is required to review PST's submittals to City are: (List iwuse, address and other information.) 3 James R. Nuse, P.E. City Manager 221 East Main Street Round Rock, Texas 78664 1.13.3 City's other consultants and contractors are: (List discipline amu, (known, identify duce by name and address) Unknown at this time. 1.1.3.4 Consultant's Designated Representative is: (Liu name, address end other information) Arnie K. Hammock, P.E. District Manager 11500 Metric Boulevard, Suite 430 Austin, Texas 78758-4043 1.13.5 The consultants retained at Consultant's expense are: (List discipline amu; tfknown, Went 'thein by name and adds) 1.1.4 Other important initial information is: It is expressly understood and agreed by and between the parties hereto that any alteration in schedule, compensation and Cage in Services shall be effected only by Supplemental Agreement hereto. Any such Supplemental Agreement to this Agreement must be duly authorized by action of the City Manager or City Council. ARTICLE 1.2 RESPONSIBILITIES OF THE PARTIES 1.2.1 City and Consultant shall cooperate with one another to fulfill their respective obligations under this Agreement Both parties shall endeavor to maintain good wonting rem. 1.2.2 OWNER'S RESPONSIBILITIES 1.2.2.1 Unless otherwise provided hereunder, City shall provide full information in a timely manner regarding requirements for and limitations on the Project. City shall furnish to Consultant, within fifteen (15) days after receipt of a written request, information necessary and relevant for Consultant to evaluate, give notice of or enforce rights. 1.2.2.2 City shall establish and periodically update the budget for the Project, including that portion allocated for the Cost of the Work, City's other costs, and reasonable contingencies related to all costs. 1.2.2.3 City's Designated Representative identified in Section 1.1.3 shall be authorized to act on City's behalf with respect to the Project. City or City's Designated Representative shall render decisions in a timely manner pertaining to documents submitted by Consultant in oder to avoid unreasonable delay in the orderly and sequential progress of Consultant's services. 1.2.2.4 Unless otherwise provided in this Agreement, and if requested in writing, City shall furnish or pay for tests, inspections and reports required by law. 1.2.23 City shall furnish all legal, insurance and accounting services, including auditing services, that may be reasonably necessary at any time for the Project to meet City's needs and interests. 1.2.2.6 Each party shall provide prompt written notice to the other if either becomes aware of any fault or defect in the Project, including any errors, omissions or inconsistencies. 1.2.3 CONSULTANT'S RESPONSIBILITIES 1.2.3.1 The services performed by Consultant shall be as enumerated in Article 1.4 and as enumerated elsewhere herein, in attached and accompanying documents, in exhibits, in supplemental documents, and in related documents. 4 1.2.3.2 Consultant's services shall be performed as expeditiously as is consistent with professional skill and care and the orderly progress of the Project. Consultant shall submit for City's approval a schedule for the performance of services which initially shall be consistent with the time periods established in this Agreement and which may be adjusted, if necessary and approved City, as the Project proceeds. This schedule shall include allowances for periods of time required for City's review, and for approval of suthnnissions by authorities having jurisdiction over the Project. Time limits established by this schedule approved by City shall not, except for reasonable cause, be exceeded by Consultant or City. 1.2.3.3 Consultant, through its Designated Representative identified in Section 1.1.3.4, shall be the person authorized to act with respect to the Project. 1.2.3.4 Consultant shall maintain the confidentiality of information specifically designated as confidential by City, unless withholding such information would violate the law, create the risk of significant harm to the public or prevent Consultant from establishing a claim or defense in an adjudicatory proceeding. 1.2.35 Except with City's knowledge and consent, Consultant shall not engage in any activity, or accept any employment, interest or contribution that would reasonably appear to compromise Consultant's professional judgment with respect to this Project. 12.3.6 Consultant shall review laws, codes, and regulations applicable to his services. Consultant shall respond in the Project to reqs imposed by governmental authorities having jurisdiction over the Project. 1.2.3.7 Consultant shall be entitled to reasonably rely on the accuracy and completeness of services and information furnished by City. Each party shall provide prompt written notice to the other if either becomes aware of any eTors, omissions or inconsistencies in such services or information. ARTICLE 1.3 TERMS AND CONDITIONS 1.3.1 COST OF THE WORK 1.3.1.1 The Cost of the Work shall be the total cost or, to the e:nctent the Project is not completed, the estimated cost to City of all elements of the Project designed or specified by Consultant. 13.1.2 The Cost of the Work shall be as delineated herein in Section 1.12.5. 1.3.2 INSTRUMENTS OF SERVICE 13.2.1 Drawings, reports, specifications and other documents, including those in electronic form, prepared by Consultant are for use solely with respect to this Project. All Consultant's designs and work product under this Agreement, completed or partially completed, shall be the property of City to be used as City desires, without restriction on future use; by execution of this Agreement and in confirmation of the fee for services to be paid under this Agreement, Consultant hereby conveys, transfers and assigns to City all rights under the Federal Copyright Act of 1976 (or any successor copyright stake), as amended, all common law copyrights and all other intellectual property rights acknowledged by law in the Project designs and work product developed under this Agreement. Copies may be retained by Consultant. 13.2.2 Upon execution of this Agreement, Consultant grants to City permission to reproduce Consultant's Instruments of Service for proposes of constructing, using and maintaining the Project, provided that City shall comply with all obligations, including prompt payment of all sums when due, under this Agreement. If and upon the date Consultant is adjudged in default of this Agreement, City is permitted to authorize other similarly credentialed persons to reproduce and, where permitted by law, to make des, corrections or additions to the Itahuments of Service for the purposes of completing, using and maintaining the Project. 1.3.2.3 City shall not assign, delegate, sublicense, pledge or otherwise transfer any permission granted herein to another party without the prior written agreement of Consultant. Submission or distribution of Instruments of Service to meet official regulatory requirements or for similar purposes in connection with the Project is permitted. Any unamhc rized use of the Instruments of Service shall be at City's sole risk and without liability to Consultant. 5 1.33 CHANGE IN SERVICES 1.3.3.1 Change in Services of Consultant may be accomplished after execution of this Agreement, without invalidating the Agreement, if mutually agreed in writing. It is expressly understood and agreed by and between the parties hereto that any alteration in schedule, compensation and Change in Services shall be effected only by Supplemental Agreement hereto. Any such Supplemental Agreement to this contract must be duly authorized by City Council resolution. 1.3.4 MEDIATION 1.3.4.1 Any claim, dispute or other matter in question arising out of or related to this Agreement shall be subject to mediation. If such matter relates to or is the subject of a lien arising out of Consultant's services, Consultant may proceed in accordance with applicable law to comply with the lien notice or filing deadlines prior to resolution of the matter by mediation. 13.4.2 City and Consultant shall endeavor to resolve claims, disputes and other matters in question between them by mediation. Request for mediation shall be filed in writing with the other party to this Agreement, and mediation shall proceed in advance of legal or equitable proceedings, which shall be stayed pending mediation for a period of sixty (60) days from the date of filing, unless stayed for a longer period by agreement of the parties or court order. 1.3.4.3 The parties shall share the mediator's fee and any filing fees equally. The mediation shall be held in the place where the Project is located, unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement agreements in any court having jurisdiction thereof. 1.3.5 ARBITRATION 1.3.5.1 City and Consultant hereby expressly agree that no claims or disputes between City and Consultant arising out of or relating to this Agreement or a breach hereof shall be decided by any arbitration proceeding, including, without limitation, any proceeding under the Federal Arbitration Act (9 U.S.C. Section 1-14) or any applicable state arbitration statute, except that in the event that City is subject to an arbitration proceeding related to the Project, Consultant consents to be joined in the arbitration proceeding if Consultant's presence is required or requested by City for complete relief to be accorded in the arbitration proceeding. 1.3.6 CLAIMS FOR CONSEQUENTIAL DAMAGES 1.3.6.1 Consultant and City waive consequential damages for claims, disputes or other matters in question arising out of or relating to this Agreement. This mutual waiver is applicable, without limitation, to all consequential damages due to either party's termination in accordance with Section 1.3.8. 1.3.7 MISCELLANEOUS PROVISIONS 1.3.7.1 This Agreement shall be governed by the laws of the state of Texas, and venue shall lie in Williamson County, Texas. 1.3.7.2 Causes of action between the parties to this Agreement pertaining to acts or failures to act shall be deemed to have accrued and the applicable statutes of limitations shall commence to run not later than either the date of Substantial Completion for acts or failures to act occurring prior tb Substantial Completion or the date of issuance of the final Certificate for Payment for acts or failures to act occurring after Substantial Completion. In no event shall such statutes of limitations commence to run any later than the date when Consultant's services are substantially completed. 1.3.73 To the extent damages are covered by property insurance during construction, City and Consultant waive all rights against each other and against the contractors, consultants, agents and employees of the other for damages, except such rights as they may have to the proceeds of insurance as delineated between City and Contractor. 1.3.7.4 Nothing contained in this Agreement shall create a contractual relationship with or a cause of action in favor of a third party against either City or Consultant. 6 1.3.75 If City requests Com to execute certifiers, the proposed language of such certifies shall be submitted to Consult for review at least fourteen (14) days prior to the ruequuested dates of execution. Consultant shall not be required to execute certificates that would require knowledge, services or responsbilities beyond the scope of this Agreement. 1.3.7.6 City and Consultant, respectively, bind themselves, their successors, assigns and legal representatives to the other party to this Agreement and to the successors, assigns and legal representatives of such other party with respect to all covenants of this Agreement Neither City nor Consultant n gall assign this Agreement without the written consent of the other, except that City may assign this Agreement to an institutional lender providing financing for the Project In such event, the lender shall assume City's rights and obligations under this Agreement Consultant shall execute all consents reasonably required to facilitate such assignment. 1.3.7.7 Consultant shall comply with all applicable federal and state laws, the Charter and ordinances of the City of Round Rock, and with all applicable rules and regulations promulgated by all local, state and national boards, bureaus and agencies. Consultant shall further obtain all permits and licenses required in the performance of the personal services contracted for herein. 1.3.7.8 Consultant will pay all taxes, if any, required by law arising by virtue of the personal 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. 1.3.7.9 Consultant covenants and represents that he will have no financial interest, direct or indirect, hi the purchase or sale of any product, materials or equipment that will be recommended or required for the Project. 1.3.7.10 Consultant understands and agrees that time is of the essence and that any failure of Consultant to complete the services for each portion hereof within the agreed schedule will constitute a material breach of this Agreement. 1.3.7.11 Neither City nor Consultant shall be deemed in violation of this Agreement if prevented from performing any obligations hereunder by reasons for which it or he are not responsible or circumstances beyond its or his control. However, notice of such impediment or delay in performance must be timely given, and all reasonable efforts undertaken to mitigate its effects. 1.3.8 TERMINATION OR SUSPENSION 1.3.8.1 If City fails to make payments to Consultant in substantial compliance with this Agreement, such failure may be considered substantial nonperformance and cause for suspension of perfbrn anee of services under this Agreement. If Consultant elects to suspend services, prior to suspension of services, Consultant shall give fifteen (15) days' written notice to City. In the event of a suspension of services, Consultant shall have no liability to City for delay or damage caused City because of such suspension of services. Before resuming services, Consultant shall be paid all non - disputed sums due prior to suspension. Consultant's fees for the remaining services and the time schedules shall be equitably adjusted. 13.8.2 In connection with the work outlined in this Agreement, it is agreed and fully understood by Consultant that City may cancel or indefinitely suspend further work hereunder or terminate this Agreement either for cause or for the convenience of City, upon fifteen (15) days' written notice to Consultant, with the understanding that immediately upon receipt of said notice all work and labor being performed under this Agreement shall cease. Consultant shall invoice City for all work satisfactorily completed and shall be compensated in accordance with the terms of this Agreement for all work accomplished prior to the receipt of said notice. No amount shall be due for lost or anticipated profits. All plans, field surveys, maps, cross sections and otter data, designs and work related to the Project shall become the property of City upon termination of this Agreement, and shall be promptly delivered to City in a reasonably organized farm without restriction on future use. Should City subsequently contract with another person for continuation of services on the Project, Consultant shall cooperate in providing information. 1.3.8.3 Nothing contained in Section 13.82 shall require City to pay for any work which is unsatisfactory as determined by City's representative or which is not submitted in compliance with the terms of this Agreement City shall not be required to melee any payments to Consultant when Consultant is in deft u1 under this Agreement, nor shall this section constitute a waiver of any right, at law or at equity, which City may have if Consultant t is in default, including the right to bring legal action for damages or to force specific perfbrmance of this Agreement. 1.3.9 PAYMENTS TO CONSULTANT 1.3.9.1 Payments on account of services rendered shall be made monthly upon pion of Consultant's invoices. No deductions shall be made from Consultant's compensation on account of penalty, liquidated damages or other sums withheld from payments, or on account of the cost of Changes in the Work, other than those for which Consultant has been adjudged to be liable. ARTICLE 1.4 SCOPE OF SERVICES AND OTHER SPECIAL TERMS AND CONDITIONS 1.4.1 Enumeration of Parts of the Agreement This Agreement represents the entire and integrated agreement between City and Consultant and supersedes all prior negotiations, representations or agreements, either written or oral. This Agreement may be amended only by written instrument signed by both City and Consultant. 1.4.1.1 Other documents as follows: (List other documents, Imo:. part ri the Agreement) Exhibit "A" which contains Consultant's proposal, Schedule of Services and Fees, and Estimated Budget. 1.4.2 Special Terms and Conditions. Special terms and conditions that modify this Agreement are as follows: ARTICLE 1.5 COMPENSATION 1.5.1 For Consultant's services as described herein, compensation shall be computed as follows: In accordance with Section 1.1.2.5 herein. 15.2 If the services of Consultant are changed as described in Section 1.3.3.1, the compensation may be adjusted. Such adjustment shall be calculated in an equitable manner. (Insert basis cicompensation, including mks and mrltples aI Dbed Personnel Expense for Principak and employees and ' Princg cls and class& employees, (requited e y. ,etc services to which particular methods of compensation apply) 1.5.3 Payments are due and payable thirty (30) days from the date of Consultant's invoice, or not later than the time period required under the Texas Prompt Payment Act, whichever is later. Non -disputed amounts unpaid sixty (60) days after the invoice date shall bear interest at the rate entered below, or in the absence thereof at the legal rate prevailing from time to time at the principal place of business of Consultant. (Insert rare cf interest agreed upon) One and one-half percent (1 %%) per month (Usury laws and requirements under the Federal Truth Or Lending Act similar stat and local consumer credit fors and other regulations at the Owner's and Architect's principal places of bovine" the location of the Prlirct and elsewhere may qffect the Wi & of Ottsprvririom. Specie legal advice should be obtained with respect to deletions or and also reganullag arch as written disclosures es or waivers) ARTICLE 1.6 INDEMNIFICATION 1.6.1 Indemnification (Damage Claims). Consultant agrees to defend, indemnify and hold City, its officers, agents and employees, harmless against any and all claims, lawsuits, judgments, costs and expenses for personal injury (including death), property damage or other harm for which recovery of damages is sought, suffered by any person or persons, that may arise out of or be occasioned by Consultant's breach of any of the terms or provisions of this Agreement, or by any negligent act or omission of Consultant in the performance of this Agreement except that the indemnity provided for in this section shall not apply to any liability resulting from the sole negligence of City, its officers, agents, employees or separate contractors, and in the event of joint and concurrent negligence of both Consultant and City, responsibility and indemnity, if any, shall be apportioned genwaratively in accordance with the laws of the State of Texas, without, however, waiving any governmental immunity available to City under Texas law and without waiving any defenses of the parties render Texas law. The provisions of this section are solely for the benefit of the parties hereto and not intended to create or grant any rights, contractual or otherwise, to any other person or entity. 8 ARTICLE 1.7 INSURANCE 1.7.1 Insurance. Consultant, at his sole cost, shall purchase and maintain during the term and entire duration of this Agreement minimum insurance coverages in the types and amounts as follow: A.. Comprehensive General Liability Insurance with minimum Bodily Injury limits of $300,000 for each occurrence including like coverage for acts and omissions of subconhactors and contractual liability coverage; B. Property Damage Insurance with minimum limits of $50,000 for each occurrence including Ike coverage for acts and omissions of subcontractors and contractual liability coverage. C. Automobile Liability Insurance for all owned, non -owned, and hired vehicles with minimum limits for Bodily Injury of $100,000 for each person and $300,000 for each occurrence, and Property Damage minimum limits of $50,000 for each occurrence. Consultant shall require subcontractors to provide Automobile Liability Insurance with the same minimum limits. 1.7.2 Insurance Requirements. (1) All insurance shall be obtained by Consultant from a company authorized to do insurance business in Texas and otherwise acceptable to City. (2) Consultant shall not commence work at any site under this Agreement until he has obtained all required insurance and until such insurance has been approved by City. Consultant shall not allow any subcontractors to commence work anal all insurance required has been obtained and approved. Approval of the insurance by City shall not relieve or decrease the liability of Consultant hereunder. 1.7.3 Insurance Policy Endorsements. Each insurance policy hereunder shall include the following conditions by endorsement to the policy: (1) Each policy shall require that thirty (30) days prior to the expiration, cancellation, non -renewal or any material change in coverage, a notice thereof shall be given to City by certified mail to: James R. Nuse, P.E. City Manager, City of Round Rock 221 East Main Street Round Rock, Texas 78664 Consultant shall also notify City, within 24 hours of receipt, of any notices of expiration, cancellation, non -renewal, or material change in coverage it receives from its insurer. (2) Companies issuing the insurance policies shall have no recourse against City for payment of any premiums or assessments for any deductibles which all are at the sole responsibility and risk of Consultant. (3) The terms "City" or "City of Round Rock" shall include all authorities, Boards, Commissions, Departments, and officers of City and the individual members, employees and agents thereof in their official capacities, and/or while acting on behalf of the City of Round Rock (4) 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. 1.7.3 Cost of Insurance. The cost of all insurance required herein to be secured and maintained by Consultant shall be home solely by Consultant, with certificates of insurance evidencing such minimum coverage in force to be filed with City. IN WITNESS WHEREOF, the City of Round Rock has caused this Agreement to be signed in its corporate name by either its City Manager or Mayor, duly authorized to execute the same in its behalf, and by the duly authorized representative of Professional Service Industries, Inc., with both parties binding themselves, their successors and assigns and legal repnesematives for the faithful and full performance of the terms and provisions of this Agreement. 9 OWNER: CITY OF ROUND ROCK, TEXAS ATTEST: CONSULTANT: PROFESSIONAL SERVICE INDUSTRIES, INC. 10 MIZ71 Information ,, .To Build On Engineering • Consulting • 7bsing May 29, 2007 City of Round Rock Public Works Department 2008 Enterprise Drive Round Rock, Texas 78664 Attn: Mr. Larry Madsen Re: Proposal to Provide Construction Materials Testing and Inspection Services City of Round Rock Police Station Tellabs Drive Round Rock, Texas PSI Proposal No. 301-7052 Dear Mr. Madsen: Professional Service Industries, Inc. (PSI) is pleased to submit our proposal to provide construction materials testing and special inspection services for the City of Round Rock Police Station project. PSI understands that our firm has been selected to provide Construction Materials Testing and Inspection Services for the City of Round Rock, Public Works Department based on previous experience and qualifications. This proposal contains the scope of services that we anticipate will be required during construction and includes PSI's Schedule of Fees that will be used during invoicing and an estimated budget for our services. PROPOSED SCOPE OF SERVICES PSI's District Manager, Mr. Arnie. K. Hammock, PE met with Mr. Rowdy Caskey representing FT Woods Construction to develop the following scope of services. Based on our understanding of the project requirements, review of the civil and structural drawings, PSI proposes to provide the following scope of services during construction: Utility Trench Backfilling Provide qualified personnel for performing field density and moisture content tests on an "on-call basis" to perform compaction tests on utility trench backfill within the existing building area. > Test and evaluate the floor slab subgrade for proper compaction prior to concrete placement. • Perform laboratory testing of proposed fill soils to determine their suitability, and moisture content versus dry density relationship. Foundation Bearing Surface Testing > Provide qualified personnel to observe the installation of drilled pier excavations for proper length and embeddment into the recommended bearing stratum. > If required, provide recommendations for remedial work in a timely manner so that delays are limited. Professional Service Industries, Inc. • 11500 Metric Blvd., Suite 430 • Austin, TX 78758 • Phone 512/491-0200 • Fax 512/491-0221 • City of Round Rock Police Station May 29, 2007 Round Rock, Texas PSI Proposal No. 301-7052 Page 2 of 8 Structural Concrete Inspection, Sampling and Testing Inspect the installation of reinforcing steel prior to the placement of concrete. Sample and test plastic concrete and mold compressive strength cylinders for structural concrete. Testing of the plastic concrete will include measurement of its slump, air content, and temperature. Perform laboratory compressive strength tests on cured concrete cylinders. Masonry Inspection, Sampling and Testing Inspect the installation of reinforcing steel for masonry walls and sample the placement of grout and mortar. • Perform laboratory compressive strength tests on cured mortar, grout and masonry unit samples. Structural Steel D. Structural steel will be inspected during erection on a periodic basis. > Representative welds will be visually inspected in general accordance with AWS D1.1. Asphalt/Pavement • Observe proof -rolling operations of the pavement subgrade prior to aggregate base placement and make recommendations for undercutting and/or stabilization, if required. > Provide qualified personnel for performing field density and moisture content tests on an "on-call basis". > Perform compaction tests on aggregate base material. Perform laboratory compaction tests of base materials to determine their moisture content versus dry density relationships. • Obtain core samples of the in-place bituminous concrete pavement and verify proper thickness and density of the pavement materials. Report > Report the results of our field and laboratory tests to members of the construction team, as requested. To accomplish this scope of services, PSI will provide qualified personnel to conduct field tests on an on- call basis. We request a 24-hour notice so that we can efficiently supply the required personnel. Please note that our services do not include supervision or direction of the actual construction work. Also, be aware that neither the presence of our field representative nor the observation and testing by our firm shall imply PSrs responsibility for defects discovered in the construction work. It is understood that our firm will not be responsible for job or site safety on this project. Job site safety will be the sole responsibility of others. In this proposal the words "inspection" and "verify" are used to mean observation of the work and the conducting of tests by PSI to determine substantial compliance with plans, specifications and design concepts. City of Round Rock Police Station Round Rock, Texas PSI Proposal No. 301-7052 ESTIMATED COST May 29, 2007 Page 3 of 8 PSI proposes to provide experienced technical personnel under the supervision of our engineering staff, to perform the requested testing and inspection services in general accordance with the project specifications. PSI proposes to accomplish the work on a unit price basis in accordance with the attached Schedule of Services and Fees and that the work be performed pursuant to the PSI General Conditions. Copies of the PSI Schedule of Services and Fees and General Conditions are enclosed herewith and are incorporated into this proposal. A breakdown of our proposed unit costs and estimates of testing quantities is attached for your review. This estimated budget was developed based on our review of the project drawings and our experience with similar projects in the Round Rock area. Our total fee to provide construction materials testing and inspection services will depend on the actual amount of testing and inspection services requested by personnel with your firm as well as project scheduling and delays. AUTHORIZATION PSI will proceed with the work on the basis of verbal authorization; however, please sign and return one (1) copy of this proposal intact. PSI can not issue any reports until a signed copy of the proposal or alternate form of contract is received. When returning the proposal, please complete the attached Project Data Sheet so that your file can be properly established. We appreciate the opportunity of submitting this proposal and look forward to working with you on this project. Please contact us if any questions or if we may be of any service in any way. Sincerely, PROFESSIONAL SERVICE INDUSTRIES, INC. Bryan Angelo Department Manager Construction Materials Arnie K. ock, P.E. District Manager Attachments: Proposals Authorization & Payment Instructions Project Data Sheet Schedule of Service and Fees Estimated Budget General Conditions City of Round Rock Police Station May 29, 2007 Round Rock, Texas PSI Proposal No. 301-7052 Page 6 of 8 PSI SCHEDULE OF SERVICES AND FEES CONSTRUCTION QUALITY CONTROL (Effective January 1, 2007) Laboratory Testing Services Concrete Concrete Compression Test ASTM C39 (including hold cylinders), Each Concrete Flexural Test ASTM C78 (including hold beams), Each 35.00 35.00 Soils Moisture/Density relationship of soils ASTM D698 or D1557, Each Moisture/Density relationship of soils TEX-113-E or 114-E, Each 190.00 200.00 Atterberg limits determination ASTM D4318, Each Sieve Analysis ASTM C136, Each 65.00 Percent Passing #200 sieve ASTM C117 or D1140, Each 65.00 55.00 Asphaltic Concrete Extraction and Gradation, Each Molding Specimens, Per set of 3 190.00 Density of Specimens, Per set of 3 80.00 Stability, Per set of 3 60.00 Density and Thickness of Asphalt Cores, Each 85.00 Theoretical Specific Gravity 40.00 80.00 Steel Yield Testing of Existing Coupons, Each Cutting of Coupons for Yield Test, Each 80.00 50.00 Field Testing Services Engineering technician to perform: a. Field concrete inspection b. Field asphalt inspection c. Field sampling and sample pick-up d. Concrete or asphalt coring e. Masonry inspection Engineering technician, Per hour 38.00 Nuclear Density Gauge, Per day 38.00 Coring rig, Per day Bit recovery, Per inch 125.00 4.00 • City of Round Rock Police Station May 29, 2007 Round Rock, Texas PSI Proposal No. 301-7052 Page 7 of 8 Field Testing Services (cont.) Senior engineering technician to perform: a. Field density testing b. Pier or footing inspection c. Concrete or asphalt batch plant inspection d. Reinforcing steel or post -tension inspection Senior engineering technician, Per hour 42.00 Skidmore Wilhelm bolt tension indicating device, Per day Datascan reinforcing location equipment, Per day 75.007500 AWS Certified Welding Inspector to perform: a. Visual weld inspection b. Bolting Inspection c. Welding qualification d. Welding procedure qualification CWI, Per hour 85.00 Engineering Services Engineering services for report review, test evaluation, contract administration, supervision of laboratory and field personnel, and consultation (typically 0.2 hours minimum per report at $75.00 per hour) a. Project Manager, Per hour b. Project Fngineer, Per hour 80.00 c. Professional Engineer, Per hour 90.00 d. City of Austin Letter of Conformance 110.00 e. Welder qualification test report and certification card 250.00 150.00 Remarks • Hourly rates are portal to portal from PSI's office at 11500 Metric Boulevard, Suite 430 in Austin, Texas with a minimum of 3 hours per callout. • Services performed outside the hours of 7:00 a.m. to 5:00 p.m. or over 8 hours per day on weekdays and anytime on weekends or holidays will be billed at an overtime rate of 1.5 times the rates listed above. • A $50.00 charge will be applied to each site visit scheduled less than six (6) hours in advance. • Laboratory testing other than concrete compression testing requiring overtime, weekend or holiday work will be invoiced at applicable test rates plus Engineering Technician and/or Senior Engineering Technician overtime charges. • A transportation charge of $.55 per mile will apply for all fieldwork with a minimum of $35.00 per trip. • Services and fees not listed above will be quoted upon request. Service Estimated Budget City of Round Rock Police Station Round Rock, Texas PSI Proposal No.301-7052 Page 1 of 2 Excavation, Filling, and Backfilling Moisture/Density Relationships Atterberg Limits Sieve Analysis Percent Passing No. 200 Permeability of Soils Soil Inspection (regular time) Soil Inspection (overtime) Nuclear Gauge Equipment Charge ea ea eac eac eac hou hou dail Drilled Piers Pier Observation (regular time) Pier Observation (overtime) hou hou Concrete and Reinforcing Reinforcing Observation (mild steel & post -tension) Concrete Inspection (regular time) Concrete Inspection (overtime) Concrete Cylinders hour hour) hour) each Structural Steel Visual Weld Observation/High Strength Bolting Nondestructive Examination (UT, MT, RT, PT) NDE Equipment Charge hour) hour! each Wood Truss Wood Truss Observation hour) Penetration Firestopping Firestopping Observation Unit ch ch Rate Quantity Total $190.00 2 $380.00 $65.00 2 $130.00 h $65.00 2 $130.00 h $55.00 0 $0.00 h $425.00 0 $0.00 rly $42.00 15 $630.00 rly $63.00 0 $0.00 V $38.00 5 $190.00 Subtotal $1,460.00 ly $42.00 16 $672.00 tY $63.00 0 $0.00 Subtotal $672.00 $42.00 6 $252.00 Y $38.00 28 $1,064.00 y $57.00 0 $0.00 $16.00 20 $320.00 Subtotal $1,636.00 f $85.00 12 $1,020.00 ✓ $125.00 0 $85.00 $0.00 0 $0.00 Subtotal $1,020.00 $33.00 0 $0.00 Subtotal $0.00 $33.00 0 $0.00 ubtotal 4, ' Service Estimated Budget City of Round Rock Police Station Round Rock, Texas PSI Proposal No.301-7052 Page 2 of 2 u Masonry Masonry Observation Grout prisms Mortar Cubes Block Prisms hour) each each each Spray Applied Fireproofing Fireproofing Thichness Observation Density of Fireproofing Adhesion/Cohesion Testing hourly each each Asphalt Paving Laydown Observation/Sampling/Coring Extraction/Gradation Maximum Theoretical Specific Gravity Molding Specimens (set of 3) Density of Specimens (set of 3) Stability/Flow (set of 3) Coring Equipment hourly each each each each each tit Rate Quantity Total $42.00 8 $336.00 $20.00 6 $120.00 $18.00 6 $108.00 $60.00 0 Subtotal $0.00 $564.00 $42.00 0 $49.50 0 $0.00 $125.00 0 $0.00 Subtotal $0.00 $0.00 $38.00 0 $190.00 0 $0.00 $80.00 0 $0.00 $80.00 0 $0.00 $60.00 n $0.00 Qn nn Density and Thickness of Asphalt Cores daily each $85.00 $150.00 Transportation $40.00 0 0 0 Subtotal $0.00 $0.00 $0.00 $0.00 Vehicle Charge Engineering/Project Management Report Preparation and Review Project Manager Project Engineer Professional Engineer Letter of Conformance daily hourly hourly hourly hourly each $35.00 $80.00 $80.00 $90.00 $110.00 $250.00 22 Subtotal 8 1 0 0 0 Subtotal Total Estimate $770.00 $770.00 $640.00 $80.00 $0.00 $0.00 $0.00 $720.00 $6,842.00 DATE: June 8, 2007 SUBJECT: City Manager - June 15, 2007 ITEM: Action authorizing the City Manager to execute agreement for consulting services for construction materials inspection and testing services for the Round Rock Police Station with Professional Service Industries, Inc. Department: Engineering and Development Services Staff Person: Tom Word, Chief pf P.W. Operations Larry Madsen, Construction Manager Justification: PSI was asked to provide qualifications for materials inspection and testing for the work at the Police Department building under construction. Due to their qualifications and past work on the City projects they were asked to provide a proposal for the project and are being recommended for the project. Funding: Cost: $6,842.00 Source of funds: 2002 GO Bond Money General Self Finance Construction Outside Resources: N/A Background Information: N/A Public Comment: N/A Blue Sheet Format Updated 01/20/04