Loading...
R-13-03-28-I8 - 3/28/2013RESOLUTION NO. R -13-03-28-I8 WHEREAS, the City of Round Rock desires to retain engineering services for the Cypress Boulevard Reconstruction Project, and WHEREAS, Klotz Associates, Inc. has submitted a Contract for Engineering Services to provide said services, and WHEREAS, the City Council desires to enter into said contract with Klotz Associates, Inc., Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City a Contract for Engineering Services with Klotz Associates, Inc. for the Cypress Boulevard Reconstruction Project, a copy of said contract being attached hereto as Exhibit "A" and incorporated herein for all purposes. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 28th day of March, 2013. ALAN MCGRAW, Mayor City of Round Rock, Texas ATTEST: at -41 -- SARA L. WHITE, City Clerk 0:\wdox\SCCIn[s\0112\ 1304\MUMCIPAU00270196.DOC EXHIBIT «A„ 'ROUND ROCK, TEXAS PURPOSE P %IM PROSPH" CITY OF ROUND ROCK CONTRACT FOR ENGINEERING SERVICES FIRM: KLOTZ ASSOCIATES, INC. ("Engincer") ADDRESS: 901 South Mopac Expressway Building V, Suite 220, Austin, TX 78746 PROJECT: Cypress Boulevard Reconstruction THE STATE OF TEXAS § COUNTY OF WILLIAMSON § THIS CONTRACT FOR ENGINEERING SERVICES ("Contract") is made and entered into on this the day of , 2013 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. 05110 0199.1365;00269096 00192831 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 perforin 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 definite 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 detennines, 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 Two Hundred Twelve Thousand One Hundred Fifty -Six and 45/100 Dollars ($212,156.45) as shown in Exhibit D. The lump suns 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/lier/its negligence. 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 terns of a federal contract, grant, regulation, or statute prevent City fi•om making a timely payment with federal fluids; 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 terns 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: Joe Bledsoe 2008 Enterprise Drive Round Rock, TX 78664 Telephone Number (512) 218-6603 Fax Number (512) 218-5563 Email Address jbledsoe@roundrocktexas.gov 0 City's Designated Representative shall be authorized to act on City's behalf with respect to this 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: Ricardo Zamarripa, PE Regional Manager 901 South Mopac Expressway Building V, Suite 220 Austin, TX 78746 Telephone Number (512) 328-5771 Fax Number (512) 328-5774 Email Address Ricardo. zamarripa@klotz.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. 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 fi•om City to resume the Engineering Services. Stich 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/slie/it shall promptly notify City in writing. In the event City finds 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. 10 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 USE OF DOCUMENTS All documents, including but not limited to drawings, specifications and data or programs stored electronically, (hereinafter referred to as "Instruments of Service") prepared by Engineer and its subcontractors are related exclusively to the services described in this Contract and are intended to be used with respect to this Project. However, it is expressly understood and agreed by and between the parties hereto that all of Engineer's designs under this Contract (including but not limited to tracings, drawings, estimates, specifications, investigations, studies and other documents, completed or partially completed), shall be the property of City to be thereafter used in any lawful manner as City elects. Any such subsequent use made of documents by City shall be at City's sole risk and without liability to Engineer, and, to the extent permitted by law, City shall indemnify, defend and hold harmless Engineer from all claims, damages, losses and expenses, including but not limited to attorneys fees, resulting therefrom. By execution of this Contract and in confirmation of the fee for services to be paid under this Contract, Engineer hereby conveys, transfers and assigns to City all rights under the Federal Copyright Act of 1976 (or any successor copyright statute), 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 Contract. Copies may be retained by Engineer. Engineer shall be liable to City for any loss or damage to any such documents while they are in the possession of or while being worked upon by Engineer or anyone connected with Engineer, including agents, employees, Engineers or subcontractors. All documents so lost or damaged shall be replaced or restored by Engineer without cost to City. Upon execution of this Contract, Engineer grants to City permission to reproduce Engineer's work and documents for purposes of constructing, using and maintaining the Project, provided that City shall comply with its obligations, including prompt payment of all sums when due, under this Contract. Engineer shall obtain similar permission from Engineer's subcontractors consistent with this Contract. If and upon the date Engineer is adjudged in default of this Contract, City is permitted to authorize other similarly credentialed design professionals to reproduce and, where permitted by law, to make changes, corrections or additions to the work and documents for the purposes of completing, using and maintaining the Project. 7 City shall not assign, delegate, sublicense, pledge or otherwise transfer any permission granted herein to another party without the prior written contract of Engineer. However, City shall be permitted to authorize the contractor, subcontractors and material or equipment suppliers to reproduce applicable portions of the Instruments of Service appropriate to and for use in their execution of the Work. Submission or distribution of Instruments of Service to meet official regulatory requirements or for similar purposes in connection with the Project is permitted. Any unauthorized use of the Instruments of Service shall be at City's sole risk and without liability to Engineer and its Engineers. Prior to Engineer providing to City any Instruments of Service in electronic form or City providing to Engineer any electronic data for incorporation into the Instruments of Service, City and Engineer shall by separate written contract set forth the specific conditions governing the format of such Instruments of Service or electronic data, including any special limitations not otherwise provided in this Contract. Any electronic files are provided by Engineer for the convenience of City, and use of them is at City's sole risk. In the case of any defects in electronic files or any discrepancies between them and any liardcopy of the same documents prepared by Engineer, the hardcopy shall prevail. Only printed copies of documents conveyed by Engineer shall be relied upon. Engineer shall have no liability for changes made to the drawings by other engineers subsequent to the completion of the Project. Any such change shall be sealed by the engineer making that change and shall be appropriately marked to reflect what was changed or modified. ARTICLE 15 PERSONNEL, EQUIPMENT 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 formic, in writing, by City prior to Engineering Services being performed under the subcontract. No subcontract shall relieve Engineer of any responsibilities under this Contract. 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 TERMSBREACH 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 terns 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 mamier. (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 tennination, City shall be the sole judge. Compensation for Engineering Services at termination will be based on a percentage of the Engineering 6 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 tine 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 Engineerig 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. 10 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 lie/she/it has not paid or agreed to pay any company or engineer any fee, conunission, 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/leer/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 reconunended 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 tern 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 11 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) Subconsultaut 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. 12 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 13 and to: Stephan L. Sheets City Attorney 309 East Main Street Round Rock, TX 78664 Engineer: Ricardo Zamarripa, PE Regional Manager 901 South Mopac Expressway Building V, Suite 220 Austin, TX 78746 ARTICLE 33 GENERAL PROVISIONS (l) 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 frilly 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 fiunished 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. 14 (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 fi•om 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, as has Engineer, signing by and through its duly authorized representative(s), thereby binding the parties hereto, their successors, assigns and representatives for the faithfid and full performance of the terms and provisions hereof. CITY OF ROUND ROCK, TEXAS APPROVED AS TO FORM: Alan McGraw, Mayor ATTEST: By: Sara L. White, City Clerk KLOTZ ASSOCIATES, INC. By: Signature of Principal Printed Name: 15 Stephan 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 16 EXHIBIT A City Services Existing Facility The existing road section consists of a median divided four -lade section of asphalt concrete pavement with closed storin sewer drainage. The existing right-of-way is approximately 80' wide. Proposed Facility The proposed roadway will be a new location median divided four -lane section with 100' of ROW. The proposed road will include the improvement of the intersections of Cypress Cove and Sunrise Road at Eagles Nest Street. The drainage will be closed storm sewer drainage. The project will include the realignment of a portion of existing Cypress Boulevard and the demolition of the existing roadway that parallels the new location roadway. The project will be let for construction by the CITY. In conjunction with the services to be provided by the ENGINEER, as described in Exhibit B, the CITY shall provide the following, as available: I. ROUTE AND DESIGN STUDIES 1. Provide background information for design including: a. Proposed typical sections for all roadways (including cross streets) b. Proposed pavement sections/design if available 2. The CITY shall host a design concept conference to be held early in the project to identify the roadway design criteria, project objectives, and local requirements of the project. The conference will also be used to identify the standard details that will be incorporated into the design. Copies of the design criteria will be furnished by the ENGINEER and will be finalized upon completion of the design conference. II. RIGHT-OF-WAY DATA 1. The CITY shall provide previous dedicated Rights -of -Way (ROW) parcel sketches, field notes for existing ROW (if available). 2. The CITY shall provide existing plans for CITY owned utilities within the project limits. III. FIELD SURVEYING 1. Surveying - The CITY shall provide all existing surveys (if available) available to the ENGINEER. IV. ROADWAY DESIGN CONTROLS 1. Traffic Volumes - The ENGINEER shall use current and projected traffic information, based on study information available. 2. Pavement Design - The CITY shall review and approve ENGINEER's proposed pavement design or geotechnical borings. 3. Estimate and Quantity Sheets and General Notes - The CITY will supply current specification and general notes if any for review by the ENGINEER. The ENGINEER will incorporate into the PS&E CITY specifications and general notes, as applicable. V. DRAINAGE 1. CITY shall provide all previous Drainage Impact Study information available (including the HEC -1 and HEC -2, if desired), and drainage and flood control impact evaluation material, preliminary drainage engineering information related to the Engineer's focus area for design, if available. 2. CITY shall provide input into the types of landscaping design and Pedestrian Underpass (if applicable) aesthetics. VI. SIGNING, MARKINGS, AND SIGNALIZATION 1. Standards - The CITY shall provide copies of Standards for signage and pavement markings for inclusion in the PS&E packages. VII. MISCELLANEOUS (Function Code 163) 1. Agreements — With direction and coordination provided by the CITY, the ENGINEER shall be responsible for securing necessary agreements pertaining to the utilities and traffic signals as necessary. 2. CITY shall provide copies of appropriate and applicable Standard sheets. 3. CITY shall relay approvals for local, regional, state and federal agencies and provide assistance, as necessary, to obtain necessary data, information, and approvals from the various agencies. 2 4, CITY shall provide reviews according to the following design plan review schedule: PLAN REVIEW TURN -AROUND TIMES 30% PLAN REVIEW: 5 Business Days 90% PLAN REVIEW: 10 Business Days FINAL PLAN REVIEW: 10 Business Days EXHIBIT B Engineering Services PROJECT STATEMENT Cypress Boulevard is a project being developed by the City of Round Rock (the "CITY"). PROJECT DESCRIPTION Existing Facility The existing road section consists of a median divided four -lane section of asphalt concrete pavement with closed storm sewer drainage. The existing right-of-way is approximately 80' wide. Proposed Facility The proposed roadway will be a new location median divided four -lane section with 100' of ROW. The proposed road will include the improvement of the intersections of Cypress Cove and Sunrise Road at Eagles Nest Street. The drainage will be closed storm sewer drainage. The project will include the realignment of a portion of existing Cypress Boulevard and the demolition of the existing roadway that parallels the new location roadway. The project will be let for construction by the CITY. ROUTE AND DESIGN STUDIES A. Data Collection & Field Reconnaissance. The ENGINEER shall collect, review and evaluate data described below. The ENGINEER shall notify the CITY in writing whenever the ENGINEER finds disagreement with collected information. The ENGINEER shall conduct field reconnaissance and collect data, including a photographic record (to be maintained in ENGINEER's office) of notable existing features. 1) Record drawing plans of Cypress Boulevard and Sunrise Drive for existing roadway, traffic, drainage, utilities, right-of-way maps, existing planimetric mapping, existing channel and drainage easement data, existing traffic counts, accident data, current unit bid price information, current special provisions, special specifications, and standard drawings. 2) Documents for existing and proposed development along proposed route frons local municipalities and local ordinances related to project development. Page 1 of 12 3) Utility plans and documents fi•om the CITY and appropriate municipalities and agencies. 4) Readily available flood plain information and studies from the Federal Emergency Management Agency (FEMA), the U.S. Army Corps of Engineers, local municipalities and other governmental agencies. B. Roadway and Hydraulic Design Criteria. The ENGINEER shall design the project according to the City of Round Rock Design and Construction Standards / Specifications (DACS) - Transportation Criteria, Drainage Criteria, Pavement Criteria, Standards and Specifications Manual for a MAD 4 roadway (45 MPH). The ENGINEER shall supply project specific design criteria (typical sections, design exceptions, etc.) to be inserted into the Design Criteria Report for discussion at the Design kick-off meeting. C. Geotechnical Borings. The ENGINEER shall determine the location of proposed soil borings for pavement analysis / design, embankment settlement analysis, and slope stability. The CITY shall provide final review and approval of all pavement design developed by the ENGINEER. ENGINEER will perform pavement design services which will include: 1) Drill four borings to ten feet depth below natural ground, or into rock, along the proposed alignment. 2) Obtain bulk samples of near -surface soils for laboratory testing. 3) Standard laboratory testing on boring samples to characterize subgrade. 4) Moisture/density and CBR tests on bulk samples to evaluate subgrade stiffness. 5) Sulfates and lime versus plasticity index/pH to evaluate feasibility of lime treatment. 6) Prepare report with pavement thickness recommendations based upon CORR design standards. This scope of services and estimated cost assumes that only minor traffic control will be required, and that all boring locations will be accessible to a truck mounted drill rig. If the above proves to be incorrect, special equipment and traffic control devices will be subcontracted and billed to the CITY at cost. Additionally, the cost for coordination will be billed in accordance with the hourly rate established for Field Coordination. The CITY DACS will be used for the pavement design criteria and for pavement design. D. Services for Removal/Obliterating Existing Cypress Boulevard. ENGINEER will perform the following services for the removal/obliterating of the existing road which will include: 1) Excavate four 24" x 24" test pits in existing roadway for sampling. 2) Measure existing asphalt/base thickness at each location. Page 2 of 12 3) Obtain samples of existing base for evaluation of reuse potential. 4) Will require two days of continuous traffic control — single lane closures in both directions. 5) Propose to patch test pits with ready -mixed concrete. 6) Include options for reuse of existing asphalt/base material in report. E. Design Concept Conference. The ENGINEER shall plan to attend and document a Design Concept Conference (DCC). Personnel from the CITY will participate. The ENGINEER shall prepare Cypress Boulevard aerial map, typical sections and Design Criteria for the DCC. The conference will provide for a brainstorming session in which decision makers, stakeholders and technical personnel may discuss and agree on: 1) Roadway and drainage design parameters 2) Engineering and environmental constraints 3) Project development schedule 4) Other issues as identified by the CITY 5) Identify any Design Exceptions and/or waivers, if applicable 6) Pavement Design 7) Hydraulic Design 8) Design Summary Form 9) Typical Sections F. Probable Cost of Construction. The ENGINEER will develop a probable cost of construction (one estimate during schematic development) utilizing the approved roadway design criteria and the Average Low Bid Unit Prices for Construction located on the TxDOT website or other cost information provided by the CITY. G. Design Schematic. The ENGINEER will develop a design schematic (1" = 100' roll plot) utilizing the construction plans (provided by the CITY), utilizing the approved roadway design criteria and information fi•om the Design Concept Conference (DCC) to be utilized for obtaining the environmental clearance. The schematic layouts will include the basic information necessary for the proper review and evaluation of the proposed improvements. The basic information needed on the schematic is as follows: 1) General project information including functional classification 2) The location of roadways 3) Tentative right of way limits 4) Culverts 5) The geometrics (pavement cross slope widths, slope ratio for fills and cuts) highway roadway and crossroads Page 3 of 12 project limits, design speed, and , super -elevation, lane and shoulder of the typical sections of proposed 6) The proposed traffic volumes and, as applicable, turning movement volumes 7) Direction of traffic flow on all roadway lanes 8) CITY aerial for background information 9) Existing roadways and structures to be closed or removed IQ) Sidewalks 11) Illumination RIGHT-OF-WAY A. Utility Adjustments. The ENGINEER will provide franchise utility coordination and design for CITY owned utility relocations (water and waste water) within the existing and proposed ROWS as required. 1) Prepare listing of utility owner and location. 2) Attend utility meetings and prepare meeting notes. 3) Prepare exhibits of plan sets and distribute to utility owners. 4) Meet with utilities on site for probes and provide survey information of exposed utilities. 5) Identify and evaluate potential utility conflicts and adjustments, 6) Work with utilities for coordination of alignment of new or relocated utilities. 7) Prepare utility plan and profile sheets for CITY owned utilities. 8) Prepare utility standard and detail sheets. 9) Modify plans to minimize utility conflicts and adjustments where possible. 1 Q) Provide milestone utility adjustment status reports. B. Franchise Utility Coordination. The ENGINEER will coordinate with all identified utility owners in the existing and proposed ROWS. Surveyor will provide for one -call of utilities and pothole as required. C. Right -of -Way. The ENGINEER shall be responsible for the review of surveying and right-of-way pin location(s) and schematic review from surveyor. This will include the surveying of existing ROW pins or markers within the project, The identified ROW will be shown on the schematic. ENVIRONMENTAL STUDIES AND PUBLIC INVOLVEMENT A. All work to be performed under this contract shall be subject to review and approval by the CITY. The ENGINEER will provide the overall project supervision, management, administration and coordination. Page 4 of 12 The Environmental work required is described below according to each task to be performed. 1) Gather data for the existing and proposed roadway location. Data will include USGS maps, aerial photography, National Wetland Inventory (NWI) maps, floodplain maps, threatened and endangered species lists for Williamson County, and a review of the National Register of Historic Places website. 2) Perform a field reconnaissance to characterize the vegetation and habitat and ground -truth data gathered in the previous task. A wetland reconnaissance would be performed to identify any potential waters of the U.S., including wetlands. No wetland determinations, delineations or data forms would be completed and no permitting or coordination with the U.S. Army Corps of Engineers is included. This task does not include any presence/absence surveys for threatened or endangered species or detailed assessment of any karst features identified. Historians and archeologists will not perform any on-site surveys or inspections. 3) A report sununarizing findings of the field reconnaissance and data review will be prepared and submitted to the CITY for their review and comment. No coordination with the U.S. Fish and Wildlife Service, the Texas Parks and Wildlife Department or the Texas Historical Commission is included. SURVEYING A. ENGINEER will recover, verify and utilize established control (previous work on project). The values will be relative to NAD 83 Texas State Plane Coordinates, Central Zone 4203 (scaled to surface values) based on the CORR GPS Control Network, Vertical Datum will be GPS Orthonnetric heights and projected through the length of the project. B. ENGINEER will collect spot elevations and grade breaks along the project route. The data will include curbs, gutters, driveways, portions of parking areas, visible utilities, drainage features, trees (ornamentals and/or 8" and up dbh) and any improvements within the defined area. ENGINEER will generate a one -foot contour interval DTM file of the project area. NOTE: reasonable attempts for measurements at silted drainage structures will be performed. Significant excavation of silt could result in seeking of additional fees for data acquisition. C. ENGINEER will perform sufficient research of property records from various sources to analyze and develop an exhibit of the record ROW and property configurations for the affected tracts. ENGINEER will perform sufficient field work to recover property corners and highway monuments to aid in the analysis and reconstruction of the tracts where parcels will be acquired, estimated at three parcels. Final deliverables will be numbered individual parcel plats with metes and bounds descriptions. Additionally, a ROW plan set will be generated with parcel numbers of the entire project route. ENGINEER will place durable Page 5 of 12 monuments on the acquired property corners as depicted within the parcel metes and bounds description. D. ENGINEER will place a utility location request with the "One Call" system for designating of the underground utilities within the project limits (except drainage channels). E. ENGINEER will prepare a letter requesting Right of Entry onto private properties for surveying purposes for the affected properties. An Excel spreadsheet of the names, addresses and response will be logged and updated as needed. This file will become one of the project deliverables. F. ENGINEER will provide construction phase services for the project on a time and materials basis with an initial "not to exceed" budget within this proposal. G. ENGINEER will utilize the data collected along the Project corridor in the Field Survey to produce a digital terrain model (DTM), 2D MicroStation planimetric file, and a 3D MicroStation DTM (tin) file including break -lines and contours. Survey field notes and supporting electronic data will be made available upon request or as stated above. ENGINEER will prepare a horizontal and vertical control layout exhibit which will include the benchmark system callouts. Utility contact sheets will be provided. ROADWAY DESIGN All design criteria, standards and specifications will use the CITY DACS Manuals. A. Horizontal and Vertical Aliguments, The ENGINEER shall design the horizontal and vertical alignment for the project to provide optimal design. Alignments must be coordinated with the CITY. Plan and Profile views shall be developed. B. Typical Sections. Typical sections shall be required for all proposed and existing roadways. Typical sections shall include width of travel lanes, directional traffic arrows, shoulders, outer separations, border widths, curb offsets and ROW. The typical section shall also include Profile Grade Line (PGL), centerline, pavement design, longitudinal joints, side slopes, sod/seeding limits and sidewalks, and station limits. C. Project Layout. P'= 200' scale D. Roadway Design. The ENGINEER shall provide the design of Cypress Boulevard as described in the project limits. The design shall be consistent with the approved and the current CITY DACS. The ENGINEER shall provide roadway plan and profile drawings using CARD standards as required by the Page 6 of 12 CITY. The drawings shall consist of a planimetric file of existing features and files of the proposed improvements. The roadway base map shall contain line work that depicts existing surface features obtained from the topographic file updated by the ENGINEER. Existing major subsurface and surface utilities shall be shown. Existing and proposed right-of-way lines shall be shown. E. Intersection Layouts. The ENGINEER shall provide all intersection layout detailing the pavement design and drainage design at the intersection of each cross street. The layout shall include the curb returns, geometries, transition length, stationing, pavement and drainage details. The ENGINEER shall design for the proposed pavement width and provide a transition to the existing roadway(s). T. Driveway Details. The ENGINEER will prepare Driveway Details for each driveway along the project corridor. When possible these driveways will be defined in a tabular format. Unique driveways will require individual details defining their construction. The ENGINEER will also develop Driveway Profiles as required for the project. These profiles will be developed to show driveway tie -back slopes, as well as limits for contractor's information. G. Cut and hill Quantities. The ENGINEER shall develop an earthwork analysis to determine cut and fill quantities and provide final design cross sections at 50 -foot intervals. Annotation shall include at a minimum existing / proposed ROW, side slopes (front and back), profiles, etc. Cross sections shall be delivered in standard GEOPAK format on roll plots for review and I V x 17" sheets for the plans (if required) and electronic files. The ENGINEER shall provide all criteria and input files used to generate the design cross sections. Cross sections and quantities shall consider existing pavement removals (if any). The ENGINEER at the 30% and 90% submittals shall submit two sets of drawings. H. Plan Preparation. The ENGINEER shall prepare roadway plans, profiles and typical sections for the proposed improvements. This scope of services and the corresponding cost proposal are based on the ENGINEER preparing plans to construct main lanes and cross street tie-in at intersections. The plans shall generally include the following sheets: 1) Title Sheet 2) Project Layout 3) Survey Data 4) Typical Sections 5) General Notes 6) Quantity Sheets 7) Traffic Control & Construction Sequence 8) Traffic Control Standards & Details Page 7 of 12 9) Pavement Removal Plan 10) Roadway Plan & Profile 11) Intersection and Driveway Details (4" conduit at major intersections) 12) Roadway Standards & Details 13) Drainage Plans 14) Storm Sewer Layouts and Design 15) Drainage Standards & Details 16) Utility Plan & Profile 17) Utility Standards & Details 18) Illumination Plan Sheets 19) Illumination Electrical Service Details 20) Illumination Standard Sheets 21) Pavement Markings and Signing Plans 22) Pavement Markings and Signing Standards & Details 23) Erosion Control 24) Erosion Control Standards & Details 25) Cross Sections (submitted separately) 26) Other I. Pavement Design. The typical sections and previous Cypress Boulevard pavement design will be furnished if available to the ENGINEER for the project. The ENGINEER shall evaluate the pavement section design and perform a supplemental design. ENGINEER shall procure the services of a geotechnical ENGINEER for use in the pavement design evaluations. J. Pavement Design Management. The ENGINEER shall perform site visits to the project as necessary. Coordinate with the Geotechnical ENGINEER on the pavement design. The CITY shall perform the final review and approval of pavement design developed by the ENGINEER. DRAINAGE DESIGN A. Hydrologic Analysis & Hydraulic Design. Design of existing and proposed storm sewer systems. Design will include layouts, drainage area maps and design of all drainage components required. Storm sewer systems will be designed using CITY design criteria. The storm drainage calculations will be performed using Page 8 of 12 TxDOT's WinStOrm program or GEOPAK Drainage. The hydraulic gradeline will be evaluated throughout the entire system. Modeling downstream of the required tie-in will be modeled as part of this project (flows, elevations, inlet sizes, and pipe sizes will be obtained from as-builts provided by the City). Cross drainage, if necessary, will be designed using HEC -RAS or BCAP. Coordination with the CITY will be necessary and any adjustments outside of the project limits will be provided as additional services. Included in these drainage services will be: 1) Preparation of drainage area maps. 2) Preparation of Storm Sewer Layouts & Profiles. 3) Selection of CITY, County or TxDOT standard, as appropriate. 4) Preparation of plans or details of appurtenances for implementation of Water Pollution Abatement Plan and/or water detention requirements. 5) Preparation of non-standard details for any drainage appurtenance. 6) Identification of limits of trench excavation protection, shoring or dewatering. 7). Preparation of outlet protection, if necessary. 8) Identification of potential utility conflicts and alternative design to prevent relocation wherever possible. 9) Preparation of Hydraulic Calculation Sheets. 10) Preparation of Quantity Summary Sheets. B. Water Pollution Abatement Plans (WPAP) & Storm Water Pollution Prevention Plans. TCEQ Coordination to establish Water Pollution Abatement Plan (WPAP) documentation requirements for the Edwards Aquifer Recharge Zone (EARZ). Plans will be completed and designed as required. SW3P Sheets will be developed to minimize impacts on receiving waterways. Temporary and any required permanent erosion control measures will be identified, including location in the plan view, quantities, type and construction phase, as needed. No structural features are anticipated for this project. C. Temporary Drainage. Facilities will be designed as necessary to conform with construction sequencing and phasing of this project or adjacent construction projects. SIGNING AND PAVEMENT MARKING A. Signing & Pavement Marking Design. Produce signing and pavement marking layouts, small sign summary and pavement marking summary. Coordinate with the CITY and the County traffic engineering personnel. Page 9 of 12 MISCELLANEOUS A. Title Sheet and Index of Sheets. The ENGINEER will prepare a title sheet and Index of Sheets in accordance with CITY DACS. B. Sequence of Construction. The ENGINEER will prepare a sequence of construction for the overall project. After review by the CITY, comments will be incorporated for the final PS&E and the detailed traffic control plans will then be prepared. C. Traffic Control Plan. The ENGINEER will prepare detailed traffic control plans based on the approved overall sequence of construction. CITY/TxDOT construction standards will be incorporated into the traffic control plans. D. Construction Schedule. The ENGINEER shall prepare a construction schedule, which will identify the major items of work for the construction project. Construction time determination shall be developed for 90% and filial submittals. E. Continuous Lighting. The ENGINEER shall prepare plans (1"=100') for continuous lighting along the entire project limits and safety lighting at all cross street intersections. The ENGINEER shall prepare exhibits as required for the owner to obtain agreements with adjacent municipalities. F. Compute and Tabulate Quantities. The ENGINEER shall compute quantities that are required for pay items, and those quantities identified by the CITY as necessary for inclusion for contractor's information only. Quantities shall be shown in the plan sheets and the project manual bid form. G. Specifications and General Notes. The CITY shall fiurnish an electronic listing of the current general notes, standard specifications, and special specifications that will be utilized for the project. The ENGINEER will prepare any special specifications and will work with the CITY to identify the applicable general notes. H. Roadway Closures. One month prior to the final milestone submittal, the ENGINEER shall prepare all exhibit of any roadway closures, including a narrative, for submission to the CITY for approval of the closure. I. Agreements & Permits. With direction and coordination provided by the CITY, the ENGINEER shalt assist the CITY in obtaining necessary agreements and or permits pertaining to the utilities, construction and traffic signals as necessary. J. Submittals. The ENGINEER shall submit the PS&E for review to the CITY at the 30%, 90% and final level of completion. Three sets of plans shall be submitted for review. Upon approval by the CITY, the ENGINEER shall submit one set of final nrylars signed and sealed by a registered professional ENGINEER. BIDDING PHASE SERVICES A. Prepare all construction documents, including project manual, for bidding. B. Respond to bidder's questions during the bid period. C. Prepare, distribute project addenda and attend bid period and bid opening. D. Analyze contractor bids, prepare bid tabulation, check references, and make recommendation for award of the apparent low bidder. Page 10 of 12 E. Furnish construction documents to awarded contractor. F. Attend the pre -constriction conference. G. Make periodic site visits and attend construction meetings during construction and report findings and observations. PROJECT MANAGEMENT The ENGINEER will coordinate with the CITY to complete the project. The ENGINEER shall conduct regular coordination meetings with the CITY. The ENGINEER shall prepare monthly invoices, progress reports, and updated schedules. The ENGINEER shall implement a QA/QC program throughout the project and will provide documentation of QC reviews upon request. DELIVERABLES ROUTE AND DESIGN STUDIES 1) Schematic on roll plot at 1"=100' 2) Preliminary Probable Cost of Construction (one estimate this task) 3) Proposed bore location(s) plot for approval 4) Design Criteria report for Design Concept meeting RIGHT-OF-WAY and SURVEYING 1) Final Topographic Survey in Microstation 2) 1' Contour DTM file 3) Exhibit of record ROW and property configurations of affected properties 4) Metes and bounds for up to three parcels 5) Right of Entry letters ENVIRONMENTAL STUDIES AND PUBLIC INVOLVEMENT 1) Environmental Summary Report BIDDING PHASE SERVICES 1) Contract documents, including hard copies and electronic files, shall be turned over to the CITY at the completion of the project. Contract documents shall be posted to the CITY's Internet project management database (if utilized) as requested. 2) Final (Final Bid Package) design submittal (11" x 17" sheets) shall be included. 3) Design schedule shall be updated and furnished with each review submittal. Page l I of 12 CONSTRUCTION PLANS (complete) 1) 30% and 90% review copies (three each) on 11" x 17" sheets 2) Final construction copies (five each) on 11" x 17" sheets 3) CITY DACS will be utilized for construction plans 4) ENGINEER's Estimated Probable Cost of Construction shall be furnished at the 30%, 90% and Final submittals. Construction time determination shall be developed for 90% and final submittal. CONSTRUCTION PHASE SERVICES A. Pre -Construction Meeting. The ENGINEER will attend a pre -construction meeting to answer any questions the contractor may have at that time. B. Review Construction Submittals. The ENGINEER will review shop drawings. C. Site Visits. The ENGINEER will perform periodic construction field visits and observations. We anticipate the need for one or two monthly site visits during the construction time, for an estimated total of five visits. D. Requests for Information. The ENGINEER will respond to RFI's during construction. RFI's shall be submitted to The ENGINEER in written format. E. Final Walk-Through/Punch List. The ENGINEER will accompany the CITY on a final walk-through after substantial completion of the project is finished and develop a punch list of items to be completed. F. Record Drawings. ENGINEER shall provide the final plans marked up for any plan changes and include any sheets that were replaced. G. RPR. Not included. Page 12 of 12 EXHIBIT C Work Schedule .............. ........ Qtr 1, 2013 Qtr 2 2013 Qtr 3, 2013 Prelirninar .En ' neerin "w" Survey Schematic Preparation Geotechnical Right of Way Identification Access Management Utility Coordination Public & Business Coordination Submission Approvals',, TCEQ- Edwards Aquifer TCEQ-SWPPP Environmental Summary Report Design '' .... Roadway & Drainage Utility Signing & Pavement Markings Misc - TCP/Specs/Estimates Submission TO BE DETERMINED WHEN FUNDING IDENTIFIED GonstruCtion EXHIBIT D FEE SCHEDULE DESCRIPTION As KLOTZ ASSOCIATES AMM LOCHNER INLAND TOTAL COSTS TERRACON BY FC ROUTE AND DESIGN STUDIES $17,780 $10,923.00 $28,703.00 ENVIRONMENTAL STUDIES $4,485 $4,485.00 RIGHT OF WAY DATA $16,555 $16,555.07 SURVEY AND PIIOTOGRAMMGIRY $21,657 $21,657.00 ROADWAY DESIGN CONTROLS $28,445 $28,445.00 DRAINAGE $20,014 $20,013.56 SIGNING, PVMT. MARK., & SIGNALS $6,424 $6,423.81 MISCELLANEOUS (ROADWAY) $19,205 $14,054 $33,259.37 PROJECT MANAGEMENT $19,985 $7,845 $27,829.63 BIDDING PHASE SERVICES $9,655 $9,655.00 CONSTRUCTION PHASE SERVICES $13,540 $13,540.00 DIRECT EXPENSES $1,500 1 $90 $1,590.00 LABOR EXPENSES SUBTOTAL $114,595.00 $64,891.45 1 $21,747.00 $10,923.00 $212,156.45 Page 1 of 1 88888 0 888 S 8888808 - 0 8888880 o 0 888888 c o d g S A gg QQ o(iyodN ui o �i vi mgo c� v� S IiSadc�iN`�91 7 �umimi�'i7p�m ui vi5� n N a��i�'�� ui e LLb' Vlyinw� w yin in inL"i �in00 ww�Yi# w0" w arnw y w CL Cly Z Z' Z Z Z Z Z Z Y Ti 2 Z t n Z Z Z Z Z Z `- .- m N N .- tV NZ Y 2 Z 2 2 2 2 Z w. C O i� 7 p a0mma0 o LO CO N N MNNOOQ •-h Omm �hQ til �, OQ � O Q IQ NN N pMN W- MN M m P P p F = pp 7 E El y N N O O O V Q ..,' _ r ?a f o pn M N., o m Q mm Q to .0 Q Q Q N V U,g Q m �' o �. m Q m O6 m m m mco o y F§.11 9 11111 111111 C O p W€ a m O m N 3 ,w �O Y cl g m Q V N ' O to m�Q NDN 91 Q m'vmmmm MmQ MQ W y 1' I O O c p N N N N m; O O pp 0 w w to i N Q r Q N .- m 9� � N m m h- Q trit OL p N� N m OF N� y C- N O LCC Ny ;.f 4 i N s°O 0 x• 002 x 9 3 AA i o # 6 u E yy� Y n c > o a m 02 S 5 za y Eq o f g F 2 0 - �. ± g .c4 E C7 6 9 e l� pZ Ix v o m n � o a pCy s Q n e o E @ iossa w&�9rc�`�g8��� ��a�S"a`u E 4 a`�a`a gds= m Q D r L W8 LL fl U r N W Q LL coif � n� N fi'niNsi,rn� � N w aammory� womml� o r�mvim mm N m�u�'adpp�nv NM���Hy V Ot��pOp ^ V ^ O ooN�V�Bim c°ivc�aa �-MN� '^ IL N� aOaM N� W N Vt t9Ht9 W Q „ N M�N� N ����yy NtrONO N---- W W- N Q Q ZZZZ Q Q Q Q Zr N m N f"S t7 V Q NZ N m r O O M m m Q "22—ZITIZ Q N Q m Q Q Q Z 6 a m im W Q Z Z Z Z V V Z`-NNrN 8 N rZ`-.- N �NMrZZr N Z Z Z 'r C LI g 0 br �p C] OV t0 t0 � NtON � d N V Nm t0 t0 OOINO /�mONN NN 00 N ° x tV r om- w� M o �vaomvtD �. mmvm �.� mmm V va V v oo V O C NN N M ��yy N M O N V V V V N m V V V N m m V V m V m N m d � N °O11 r G W N O tN'1 C W O O Ori, O d � N tl and Qp al „ L � �6 ? i $ z° r 0 _ s VJ d Vt N N O i �e � e _ o P. g 'aa �g5tim% ` �d� a �''' ° ���£ o$d° tx 5 aJ2 n a i E°s E of co N 2 �F,�Eo o Iz V u B 0 0 o ogSg M) w U) n �3 N J3 d N a ������III�III�I�IIAIIII�I���l II �dllllll � I � m �9199IIII�IIII�IIIII�AIIIIW�IIII�I�I� �I��O���B�9�9�I�IBIIII�9BIB99911111BI�111 III I��I � III�N III Nil V u B 0 0 o ogSg M) w U) n �3 N J3 d N a i I lc4titm I N(§ IN, Exhibit D Fee Schedule SERVICE UNIT COST ESTIMATED UNITS ESTIMATED TOTAL Field Program Drill Rig Mobilization, local (within 50 -mile radius), each $ 350.00 1 $ 350.00 Drill Crew. hourly rate, per hour $ 225.00 6 $ 1,350.00 Vehicle Charge, per day $ 40.00 2 $ 80.00 Field Coordinator, per hour (staking, coordination, etc.) $ 55.00 10 $ 550.00 Subtotal -Field Program $ 2,330.00 Laboratory Testing Atterberg Limits, each $ 50.00 8 $ 400.00 Moisture Content, each $ 8.00 16 $ 128.00 Unconfined Compression Test (soil), each $ 30.00 6 $ 180.00 Density Determination (tube sample), each $ 15.00 2 $ 30.00 Percent Passing the No. 200 Sieve, each $ 40.00 2 $ 80.00 Moisture/Density Relation, TEX 114E, each $ 150.00 1 $ 150.00 California Bearing Ratio, each $ 200.00 2 $ 400.00 Sulfate, each $ 75.00 4 $ 300.00 Soil -Lime Relationship, pH series (0, 6, 8, 10%) $ 100.00 1 $ 100.00 Soil -Lime Relationship, PI series (0, 6, 8, 10%) $ 200.00 1 $ 200.00 Subtotal -Lab Testing $ 1,968.00 Engineering & Report Preparation Principal, Geotechnical Engineer, P.E., per hour $ 145.00 4 $ 580.00 Project Geotechnical Engineer, per hour $ 110.00 12 $ 1,320.00 Draftsman, per hour $ 70.00 1 $ 70.00 Clerical/Administrative Staff, per hour $ 45.00 1 $ 45.00 Subtotal - Engineering $ 2,015.00 Total Estimated Cost without Base Testing $ 6,313.00 Optional Base Testing Field Coordinator, per hour $ 55.00 18 $ 990.00 Vehicle Charge, per da $ 40.00 3 $ 120.00 Traffice Control, per da $1,000.00 2 $ 2,000.00 Asphalt Sawing, per location $ 150.00 4 $ 600.00 Field Technician, per hour $ 50.00 10 $ 500.00 Test Pit Patch, two cubic yard load $ 400.00 1 1 $ 400.00 Subtotal, Optional Base Testing $ 4,610.00 Total Estimated Cost with Base Testing $ 10,923.00 Page 1 of 1 EXHIBIT E Certificates of Insurance Attached Behind This Page Cliantlf- 172=1 WI f177ARr` ACORD. CERTIFICATE OF LIABILITY INSURANCE DATEjMW001YYYY) EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 211912013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER($), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER, IMPORTANT; If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement, A statefnont on this certificate doss not confer rights to the certificate holder in lieu of such ondorsemenl(s). PRODUCERINTACT NHApME; USI Southwest tVCNND Ecr:713 d90.4600 aC IN,; Z13-490-4700 Three Memorial City L 840 Gessner, Suite 600 ADDRESS: Houston, TX 77024 14SURER(6)AFFORDING COVERAGE NAICN INSURER A: Markel Insurance Comp. 38970 INSURED Klotz Associates Inc. INSURER B: — INSURER C: 1160 Dairy Ashford Ste 500 Houston, TX 77079 INSURER o 1 INSURER E: CIA MS -MADE f-1 OCCUR INSURER F• VVV=K Uc.l. t;r_n I W IIA 1 F MINIM"". =91f9QFn K1\111"0=0. THIS 1S TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IN TYPEOFINSVRANCE ADDL 1N Ua POLICYNUMBER POLICY EF M4VDDIYY POUCyyEX M4VDA LIMrTS GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY E 1 Srenre 1 $ PR IM SEEaooarrE."N MED EXP one person) S CIA MS -MADE f-1 OCCUR PERSONAL d ADV INJURY .5 GENERALAGGREGATE S GEN'LAGGREGATE IWITAPPLIES PER, PRODUCTS-COMP/OP AGO S POLICY PCT LOC S AUTOMOBILE LL491LIYY COMBINED SINGLE LIMIT We sod d nl BODILY INJURY(Perpelson) S ANYAUTO ALL OM UTOS tE0 AUTOSU O BODILY INJURY (Per acddanl) $ HON:-OWNEU HIREDAVTOS AUTOS PROPERTY DAMAGE S P acddont S _ UMBRELLA UA9 OCCl1R EACH OCCURRENCE i AGGREGATE S ^ EXCESS LIAR ClAlL4S-I;AOE DEO I I RETENTIONS j WORXERSCOMPENSATION11'GSTATU• OTH- 1 1. AND EMPLOYERS' LIASMITY YIN ANY PROPRIETORIARTNEWEXECUTNE ] OFFICERIMEIABER EXCLUDED? N 1 A E,LEACH ACCIDENT S E.L. DISEASE -FA EMPLOYEE (MandaterylnNH) If Sbs, daton'ba under DESCRIPTION OF OPERATIONS bdnv _ E.L. DISEASE - POLICY LI,9T $ A Professional AE822413 2/0112012 _ 12/01/2013 $2,000,000 per clalm Liability $4,000,000 annl aggr. DESCRIPTION OF OPERATIONS ! LOCATIONS !VEHICLES (Atlaeh ACORD 101, Additional Remarks Schedule, It mere apace Ie rsquf(ed) RE: Cypress Boulevard Reconstruction l Reconstruction of Cypress Boulevard to realign with the Intersection from Sunrise Road and Eagles Neet Street to Cypress Cove, This Certificate is Issued in respects to above referenced. CERTIFICATE HOLDER CANCELLATION City of Round Rock SHOULD ANY OF THEABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 2008 Enterprise Drive ACCORDANCE WITH THE POLICY PROVISIONS. Round Rock, TX 78664 AUTHORt2ED REPRESENTATIVE ' 01SUB-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010105) 1 of 1 The ACORD name and logo are registered marks of ACORD #89352634IM9041961 VKEZP City of Round Rock 1-tm ROCKTIXASv.�on r alw Agenda Item Summary Agenda Number: 1.8 Title: Consider a resolution authorizing the Mayor to execute a Contract for Engineering Services with Klotz Associates, Inc. for the Cypress Boulevard Reconstruction / Realignment Project. Type: Resolution Governing Body: City Council Agenda Date: 3/28/2013 Dept Director: Gary Hudder, Transportation Director Cost: $212,156.45 Indexes: RR Transportation and Economic Development Corporation (Type B) Attachments: Resolution, Exhibit "A", Plan Layout Text of Legislative File 13-093 This contract with Klotz Associates, Inc. will design the Cypress Boulevard Reconstruction/Realignment Project, which will reconstruct approximately 1,450 feet of Cypress Boulevard and realign it with Eagles Nest Drive to the east at Sunrise Dr. This new configuration will support continued future growth in the area and it will eliminate the need for a future complex signal arrangement, as the existing offset intersections between Eagles Nest and Cypress Boulevard will be eliminated. The cost of this work is $212,156.45 and is scheduled to be completed in September, 2013. Funding for this project was provided for in Amendment #29 of the Transportation Capital Improvement Program. Staff recommends approval of this resolution. City of Round Rock Page 1 Printed on 3/25/2013 0 J i � z LLJ O LLJ X � O w cl ROUND ROCK, TEXAS PURME PNSSM PR06 RI" CITY OF ROUND ROCK CONTRACT FOR ENGINEERING SERVICES FIRM: KLOTZ ASSOCIATES, INC. ("Engineer") ADDRESS: 901 South Mopac Expressway Building V. Suite 220, Austin, TX 78746 PROJECT: Cypress Boulevard Reconstruction THE STATE OF TEXAS § COUNTY OF WILLIAMSON § THIS CONTRACT FOR ENGINEERING SERVICES ("Contract') is made and entered into on this the day of , 2013 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. 05/10 0199.1365;00269096 00192831 T- -1 A. -n3 28 -Tib 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 tirne and at the specified cost. The Work Schedule shall provide specific work sequences and definite 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 Two Hundred Twelve Thousand One Hundred Fifty -Six and 45/100 _Dollars ($212,156.4Q as shown in Exhibit D. The lump sunr 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 fiords; 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: Joe Bledsoe 2008 Enterprise Drive Round Rock, TX 78664 Telephone Number (512) 218-6603 Fax Number (512) 218-5563 Email Address jbledsoe@mundrocktexas.gov 4 City's Designated Representative shall be authorized to act on City's behalf with respect to this 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: Ricardo Zamarripa, PE Regional Manager 901 South Mopac Expressway Building V, Suite 220 Austin, TX 78746 Telephone Number (512) 328-5771 Fax Number (5 12) 328-5774 Email Address Rieardo.zamarripa@klotz.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 finds that such work does constitute extra work and exceeds the maximum amount payable, City shall so advise Engineer and a written Supplemental Conti -act 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. G 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 fiirnished 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 USE OF DOCUMENTS All documents, including but not limited to drawings, specifications and data or programs stored electronically, (hereinafter referred to as "Instruments of Service") prepared by Engineer and its subcontractors are related exclusively to the services described in this Contract and are intended to be used with respect to this Project. However, it is expressly understood and agreed by and between the parties hereto that all of Engineer's designs under this Contract (including but not limited to tracings, drawings, estimates, specifications, investigations, studies and other documents, completed or partially completed), shall be the property of City to be thereafter used in any lawful manner as City elects. Any such subsequent use made of documents by City shall be at City's sole risk and without liability to Engineer, and, to the extent permitted by law, City shall indemnify, defend and hold harmless Engineer from all claims, damages, losses and expenses, including but not limited to attorneys fees, resulting therefrom. By execution of this Contract and in confirmation of the fee for services to be paid under this Contract, Engineer hereby conveys, transfers and assigns to City all rights under the Federal Copyright Act of 1976 (or any successor copyright statute), 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 Contract. Copies may be retained by Engineer. Engineer shall be liable to City for any loss or damage to any such documents while they are in the possession of or while being worked upon by Engineer or anyone connected with Engineer, including agents, employees, Engineers or subcontractors. All documents so lost or damaged shall be replaced or restored by Engineer without cost to City. Upon execution of this Contract, Engineer grants to City permission to reproduce Engineer's work and documents for purposes of constructing, using and maintaining the Project, provided that City shall comply with its obligations, including prompt payment of all sums when due, under this Contract. Engineer shall obtain similar permission from Engineer's subcontractors consistent with this Contract. If and upon the date Engineer is adjudged in default of this Contract, City is permitted to authorize other similarly credentialed design professionals to reproduce and, where permitted by law, to make changes, corrections or additions to the work and documents for the purposes of completing, using and maintaining the Project. 7 City shall not assign, delegate, sublicense, pledge or otherwise transfer any permission granted herein to another party without the prior written contract of Engineer. However, City shall be permitted to authorize the contractor, subcontractors and material or equipment suppliers to reproduce applicable portions of the Instruments of Service appropriate to and for use in their execution of the Work. Submission or distribution of Instruments of Service to meet official regulatory requirements or for similar purposes in connection with the Project is permitted. Any unauthorized use of the Instruments of Service shall be at City's sole risk and without liability to Engineer and its Engineers. Prior to Engineer providing to City any Instruments of Service un electronic form or City providing to Engineer any electronic data for incorporation into the Instruments of Service, City and Engineer shall by separate written contract set forth the specific conditions governing the format of such Instruments of Service or electronic data, including any special limitations not otherwise provided in this Contract. Any electronic files are provided by Engineer for the convenience of City, and use of them is at City's sole risk. In the case of any defects in electronic files or any discrepancies between them and any hardcopy of the same documents prepared by Engineer, the hardcopy shall prevail. Only printed copies of documents conveyed by Engineer shall be relied upon. Engineer shall have no liability for changes made to the drawings by other engineers subsequent to the completion of the Project. Any such change shall be sealed by the engineer making that change and shall be appropriately marked to reflect what was changed or modified. ARTICLE 15 PERSONNEL, EQUIPMENT 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. 8 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 fAure 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 E 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 Set -vices 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. 10 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 11 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. 12 ARTICLE 28 SUCCESSORS AND ASSIGNS This Contract shall be binding upon and inure to the benefit of the parties hereto, their successors, lawfid 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 13 and to: Stephan L. Sheets City Attorney 309 East Main Street Round Rock, TX 78664 Engineer: Ricardo Zamarripa, PE Regional Manager 901 South Mopac Expressway Building V, Suite 220 Austin, TX 78746 ARTICLE 33 GENERAL PROVISIONS (l) 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 filly 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 fiirnished by Engineer and its employees under this Contract will be the care and skill ordinarily used by members of Engineer's profession practicing tinder 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. 14 (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 Contact 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, as has 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, TEXA APP O ED AS TO RM: By: Alan McGraw, Mayor Stephan . Sheets, City Attorney ATTEST: Sara L. White, City Clerk KLOTZ ASSOCIATES, INC. By. 4 Signature of Principal Printed Name: 17 15 LIST OF EXHIBITS ATTACHED (1) Exhibit A City Services (2) Exhibit B Engineering Services (3) Exhibit C Work Schedule (4) Exhibit D Fee Schedule (S) Exhibit E Certificates of Insurance 16 EXHIBIT A City Services Existing Facility The existing road section consists of a median divided four -lane section of asphalt concrete pavement with closed storm sewer drainage. The existing right-of-way is approximately 80' wide. Proposed Facility The proposed roadway will be a new location median divided four -lane section with 100' of ROW. The proposed road will include the improvement of the intersections of Cypress Cove and Sunrise Road at Eagles Nest Street. The drainage will be closed storm sewer drainage. The project will include the realignment of a portion of existing Cypress Boulevard and the demolition of the existing roadway that parallels the new location roadway. The project will be let for construction by the CITY. In conjunction with the services to be provided by the ENGINEER, as described in Exhibit B, the CITY shall provide the following, as available: I. ROUTE AND DESIGN STUDIES 1. Provide background information for design including: a. Proposed typical sections for all roadways (including cross streets) b. Proposed pavement sections/design if available 2. The CITY shall host a design concept conference to be held early in the project to identify the roadway design criteria, project objectives, and local requirements of the project. The conference will also be used to identify the standard details that will be incorporated into the design. Copies of the design criteria will be furnished by the ENGINEER and will be finalized upon completion of the design conference. II. RIGHT-OF-WAY DATA 1. The CITY shall provide previous dedicated Rights -of -Way (ROW) parcel sketches, field notes for existing ROW (if available). 2. The CITY shall provide existing plans for CITY owned utilities within the project limits. III. FIELD SURVEYING 1. Surveying - The CITY shall provide all existing surveys (if available) available to the ENGINEER. IV. ROADWAY DESIGN CONTROLS 1. Traffic Volumes - The ENGINEER shall use current and projected traffic information, based on study information available. 2. Pavement Design - The CITY shall review and approve ENGINEER's proposed pavement design or geotechnical borings. 3. Estimate and Quantity Sheets and General Notes - The CITY will supply current specification and general notes if any for review by the ENGINEER. The ENGINEER will incorporate into the PS&E CITY specifications and general notes, as applicable. V. DRAINAGE 1. CITY shall provide all previous Drainage Impact Study information available (including the HEC -1 and HEC -2, if desired), and drainage and flood control impact evaluation material, preliminary drainage engineering information related to the Engineer's focus area for design, if available. 2. CITY shall provide input into the types of landscaping design and Pedestrian Underpass (if applicable) aesthetics. VI. SIGNING, MARKINGS, AND SIGNALIZATION 1. Standards - The CITY shall provide copies of Standards for signage and pavement markings for inclusion in the PS&E packages. VII. MISCELLANEOUS (Function Code 163) 1. Agreements — With direction and coordination provided by the CITY, the ENGINEER shall be responsible for securing necessary agreements pertaining to the utilities and traffic signals as necessary. 2. CITY shall provide copies of appropriate and applicable Standard sheets. 3. CITY shall relay approvals for local, regional, state and federal agencies and provide assistance, as necessary, to obtain necessary data, information, and approvals from the various agencies. 2 4. CITY shall provide reviews according to the following design plan review schedule: PLAN REVIEW TURN -AROUND TIMES 30% PLAN REVIEW: 5 Business Days 90% PLAN REVIEW: 10 Business Days FINAL PLAN REVIEW: 10 Business Days 3 EXHIBIT B Engineering Services PROJECT STATEMENT Cypress Boulevard is a project being developed by the City of Round Rock (the "CITY"). PROJECT DESCRIPTION Existing Facility The existing road section consists of a median divided four -lane section of asphalt concrete pavement with closed storm sewer drainage. The existing right-of-way is approximately 80' wide. Proposed Facility The proposed roadway will be a new location median divided four -lane section with 100' of ROW. The proposed road will include the improvement of the intersections of Cypress Cove and Sunrise Road at Eagles Nest Street. The drainage will be closed storm sewer drainage. The project will include the realignment of a portion of existing Cypress Boulevard and the demolition of the existing roadway that parallels the new location roadway. The project will be let for construction by the CITY. ROUTE AND DESIGN STUDIES A. Data Collection & Field Reconnaissance. The ENGINEER shall collect, review and evaluate data described below. The ENGINEER shall notify the CITY in writing whenever the ENGINEER finds disagreement with collected information. The ENGINEER shall conduct field reconnaissance and collect data, including a photographic record (to be maintained in ENGINEER's office) of notable existing features. 1) Record drawing plans of Cypress Boulevard and Sunrise Drive for existing roadway, traffic, drainage, utilities, right-of-way maps, existing planimetric snapping, existing channel and drainage easement data, existing traffic counts, accident data, current unit bid price information, current special provisions, special specifications, and standard drawings. 2) Documents for existing and proposed development along proposed route from local municipalities and local ordinances related to project development. Page 1 of 12 3) Utility plans and documents from the CITY and appropriate municipalities and agencies. 4) Readily available flood plain information and studies from the Federal Emergency Management Agency (FEMA), the U.S. Army Corps of Engineers, local municipalities and other governmental agencies. B. Roadway and Hydraulic Design Criteria. The ENGINEER shall design the project according to the City of Round Rock Design and Construction Standards / Specifications (DACS) - Transportation Criteria, Drainage Criteria, Pavement Criteria, Standards and Specifications Manual for a MAD 4 roadway (45 MPH). The ENGINEER shall supply project specific design criteria (typical sections, design exceptions, etc.) to be inserted into the Design Criteria Report for discussion at the Design kick-off meeting. C. Geotechnical Borings. The ENGINEER shall determine the location of proposed soil borings for pavement analysis / design, embankment settlement analysis, and slope stability. The CITY shall provide final review and approval of all pavement design developed by the ENGINEER. ENGINEER will perform pavement design services which will include: 1) Drill four borings to ten feet depth below natural ground, or into rock, along the proposed alignment. 2) Obtain bulk samples of near -surface soils for laboratory testing. 3) Standard laboratory testing on boring samples to characterize subgrade. 4) Moisture/density and CBR tests on bulk samples to evaluate subgrade stiffness. 5) Sulfates and lime versus plasticity index/pH to evaluate feasibility of lime treatment. 6) Prepare report with pavement thickness recommendations based upon CORR design standards. This scope of services and estimated cost assumes that only minor traffic control will be required, and that all boring locations will be accessible to a truck mounted drill rig. If the above proves to be incorrect, special equipment and traffic control devices will be subcontracted and billed to the CITY at cost. Additionally, the cost for coordination will be billed in accordance with the hourly rate established for Field Coordination. The CITY DACS will be used for the pavement design criteria and for pavement design. D. Services for Reinoval/Obliterating Existing Cypress Boulevard. ENGINEER will perform the following services for the removal/obliterating of the existing road which will include: 1) Excavate four 24" x 24" test pits in existing roadway for sampling. 2) Measure existing asphalt/base thickness at each location. Page 2 of 12 3) Obtain samples of existing base for evaluation of reuse potential. 4) Will require two days of continuous traffic control — single lane closures in both directions. 5) Propose to patch test pits with ready -mixed concrete. 6) Include options for reuse of existing asphalt/base material in report. E. Design Concept Conference. The ENGINEER shall plan to attend and document a Design Concept Conference (DCC). Personnel from the CITY will participate. The ENGINEER shall prepare Cypress Boulevard aerial map, typical sections and Design Criteria for the DCC. The conference will provide for a brainstorming session in which decision makers, stakeholders and technical personnel may discuss and agree on: 1) Roadway and drainage design parameters 2) Engineering and environmental constraints 3) Project development schedule 4) Other issues as identified by the CITY 5) Identify any Design Exceptions and/or waivers, if applicable 6) Pavement Design 7) Hydraulic Design 8) Design Summary Form 9) Typical Sections F. Probable Cost of Construction. The ENGINEER will develop a probable cost of construction (one estimate during schematic development) utilizing the approved roadway design criteria and the Average Low Bid Unit Prices for Construction located on the TxDOT website or other cost information provided by the CITY. G. Design Schematic. The ENGINEER will develop a design schematic (1" = 100' roll plot) utilizing the construction plans (provided by the CITY), utilizing the approved roadway design criteria and information from the Design Concept Conference (DCC) to be utilized for obtaining the environmental clearance. The schematic layouts will include the basic information necessary for the proper review and evaluation of the proposed improvements. The basic information needed on the schematic is as follows: 1) General project information including project limits, design speed, and functional classification 2) The location of roadways 3) Tentative right of way limits 4) Culverts 5) The geometries (pavement cross slope, super -elevation, lane and shoulder widths, slope ratio for fills and cuts) of the typical sections of proposed highway roadway and crossroads Page 3 of 12 6) The proposed traffic volumes and, as applicable, turning movement volumes 7) Direction of traffic flow on all roadway lanes 8) CITY aerial for background information 9) Existing roadways and structures to be closed or removed 10) Sidewalks 11) Illumination RIGHT-OF-WAY A. Utility Adjustments. The ENGINEER will provide franchise utility coordination and design for CITY owned utility relocations (water and waste water) within the existing and proposed ROWs as required. 1) Prepare listing of utility owner and location. 2) Attend utility meetings and prepare meeting notes. 3) Prepare exhibits of plan sets and distribute to utility owners. 4) Meet with utilities on site for probes and provide survey information of exposed utilities. 5) Identify and evaluate potential utility conflicts and adjustments, 6) Work with utilities for coordination of alignment of new or relocated utilities. 7) Prepare utility plan and profile sheets for CITY owned utilities. 8) Prepare utility standard and detail sheets. 9) Modify plans to minimize utility conflicts and adjustments where possible. 10) Provide milestone utility adjustment status reports. B. Franchise Utility Coordination. The ENGINEER will coordinate with all identified utility owners in the existing and proposed ROWS. Surveyor will provide for one -call of utilities and pothole as required. C. Right -of -Way. The ENGINEER shall be responsible for the review of surveying and right-of-way pin location(s) and schematic review from surveyor. This will include the surveying of existing ROW pins or markers within the project. The identified ROW will be shown on the schematic. ENVIRONMENTAL STUDIES AND PUBLIC INVOLVEMENT A. All work to be performed under this contract shall be subject to review and approval by the CITY. The ENGINEER will provide the overall project supervision, management, administration and coordination. Page 4 of 12 The Environmental work required is described below according to each task to be performed. 1) Gather data for the existing and proposed roadway location. Data will include USGS maps, aerial photography, National Wetland Inventory (NWI) maps, floodplain maps, threatened and endangered species lists for Williamson County, and a review of the National Register of Historic Places website. 2) Perform a field reconnaissance to characterize the vegetation and habitat and ground -truth data gathered in the previous task. A wetland reconnaissance would be performed to identify any potential waters of the U.S., including wetlands. No wetland determinations, delineations or data forms would be completed and no permitting or coordination with the U.S. Army Corps of Engineers is included. This task does not include any presence/absence surveys for threatened or endangered species or detailed assessment of any karst features identified. Historians and archeologists will not perform any on-site surveys or inspections. 3) A report summarizing findings of the field reconnaissance and data review will be prepared and submitted to the CITY for their review and comment. No coordination with the U.S. Fish and Wildlife Service, the Texas Parks and Wildlife Department or the Texas Historical Commission is included. SURVEYING A. ENGINEER will recover, verify and utilize established control (previous work on project). The values will be relative to NAD 83 Texas State Plane Coordinates, Central Zone 4203 (scaled to surface values) based on the CORR GPS Control Network. Vertical Datum will be GPS Orthometric heights and projected through the length of the project. B. ENGINEER will collect spot elevations and grade breaks along the project route. The data will include curbs, gutters, driveways, portions of parking areas, visible utilities, drainage features, trees (ornamentals and/or 8" and up dbh) and any improvements within the defined area. ENGINEER will generate a one -foot contour interval DTM file of the project area. NOTE: reasonable attempts for measurements at silted drainage structures will be performed. Significant excavation of silt could result in seeking of additional fees for data acquisition. C. ENGINEER will perform sufficient research of property records from various sources to analyze and develop an exhibit of the record ROW and property configurations for the affected tracts. ENGINEER will perform sufficient field work to recover property corners and highway monuments to aid in the analysis and reconstruction of the tracts where parcels will be acquired, estimated at three parcels. Final deliverables will be numbered individual parcel plats with metes and bounds descriptions. Additionally, a ROW plan set will be generated with parcel numbers of the entire project route. ENGINEER will place durable Page 5 of 12 monuments on the acquired property corners as depicted within the parcel metes and bounds description. D. ENGINEER will place a utility location request with the "One Call" system for designating of the underground utilities within the project limits (except drainage channels). E. ENGINEER will prepare a letter requesting Right of Entry onto private properties for surveying purposes for the affected properties. An Excel spreadsheet of the names, addresses and response will be logged and updated as needed. This file will become one of the project deliverables. F. ENGINEER will provide construction phase services for the project on a time and materials basis with an initial "not to exceed" budget within this proposal. G. ENGINEER will utilize the data collected along the Project corridor in the Field Survey to produce a digital terrain model (DTM), 2D MicroStation planimetric file, and a 3D MicroStation DTM (tin) file including break -lines and contours. Survey field notes and supporting electronic data will be made available upon request or as stated above. ENGINEER will prepare a horizontal and vertical control layout exhibit which will include the benchmark system callouts. Utility contact sheets will be provided. ROADWAY DESIGN All design criteria, standards and specifications will use the CITY DACS Manuals. A. Horizontal and Vertical Alignments. The ENGINEER shall design the horizontal and vertical alignment for the project to provide optimal design. Alignments must be coordinated with the CITY. Plan and Profile views shall be developed. B. Typical Sections. Typical sections shall be required for all proposed and existing roadways. Typical sections shall include width of travel lanes, directional traffic arrows, shoulders, outer separations, border widths, curb offsets and ROW. The typical section shall also include Profile Grade Line (PGL), centerline, pavement design, longitudinal joints, side slopes, sod/seeding limits and sidewalks, and station limits. C. Project Layout. I"= 200' scale D. Roadway Design. The ENGINEER shall provide the design of Cypress Boulevard as described in the project limits. The design shall be consistent with the approved and the current CITY DACS, The ENGINEER shall provide roadway plan and profile drawings using CADD standards as required by the Page 6 of 12 CITY. The drawings shall consist of a planimetric file of existing features and files of the proposed improvements. The roadway base snap shall contain line work that depicts existing surface features obtained from the topographic file updated by the ENGINEER. Existing major subsurface and surface utilities shall be shown. Existing and proposed right-of-way lines shall be shown. E. Intersection Layouts. The ENGINEER shall provide an intersection layout detailing the pavement design and drainage design at the intersection of each cross street. The layout shall include the curb returns, geometries, transition length, stationing, pavement and drainage details. The ENGINEER shall design for the proposed pavement width and provide a transition to the existing roadway(s). F. Driveway Details. The ENGINEER will prepare Driveway Details for each driveway along the project corridor. When possible these driveways will be defined in a tabular format. Unique driveways will require individual details defining their construction. The ENGINEER will also develop Driveway Profiles as required for the project. These profiles will be developed to show driveway tie -back slopes, as well as limits for contractor's information. G. Cut and Fill Quantities. The ENGINEER shall develop an earthwork analysis to determine cut and fill quantities and provide final design cross sections at 50 -foot intervals. Annotation shall include at a minimum existing / proposed ROW, side slopes (front and back), profiles, etc. Cross sections shall be delivered in standard GEOPAK format on roll plots for review and I I" x 17" sheets for the plans (if required) and electronic files. The ENGINEER shall provide all criteria and input files used to generate the design cross sections. Cross sections and quantities shall consider existing pavement removals (if any). The ENGINEER at the 30% and 901/o submittals shall submit two sets of drawings. H. Plan Preparation. The ENGINEER shall prepare roadway plans, profiles and typical sections for the proposed improvements. This scope of services and the corresponding cost proposal are based on the ENGINEER preparing plans to construct main lanes and cross street tie-in at intersections. The plans shall generally include the following sheets: 1) Title Sheet 2) Project Layout 3) Survey Data 4) Typical Sections 5) General Notes 6) Quantity Sheets 7) Traffic Control & Construction Sequence 8) Traffic Control Standards & Details Page 7 of 12 9) Pavement Removal Plan 10) Roadway Plan & Profile 11) Intersection and Driveway Details (4" conduit at major intersections) 12) Roadway Standards & Details 13) Drainage Plans 14) Storm Sewer Layouts and Design 15) Drainage Standards & Details 16) Utility Plan & Profile 17) Utility Standards & Details 18) Illumination Plan Sheets 19) Illumination Electrical Sei vice Details 20) Illumination Standard Sheets 21) Pavement Markings and Signing Plans 22) Pavement Markings and Signing Standards & Details 23) Erosion Control 24) Erosion Control Standards & Details 25) Cross Sections (submitted separately) 26) Other I. Pavement Design. The typical sections and previous Cypress Boulevard pavement design will be furnished if available to the ENGINEER for the project. The ENGINEER shall evaluate the pavement section design and perform a supplemental design. ENGINEER shall procure the services of a geotechnical ENGINEER for use in the pavement design evaluations. J. Pavement Design Management. The ENGINEER shall perform site visits to the project as necessary. Coordinate with the Geotechnical ENGINEER on the pavement design. The CITY shall perform the final review and approval of pavement design developed by the ENGINEER. DRAINAGE DESIGN A. Hydrologic Analysis & Hydraulic Design. Design of existing and proposed storm sewer systems. Design will include layouts, drainage area maps and design of all drainage components required. Storm sewer systems will be designed using CITY design criteria. The storm drainage calculations will be performed using Page 8 of 12 TxDOT's WinStorm program or GEOPAK Drainage. The hydraulic gradeline will be evaluated throughout the entire system. Modeling downstream of the required tie-in will be modeled as part of this project (flows, elevations, inlet sizes, and pipe sizes will be obtained from as-builts provided by the City). Cross drainage, if necessary, will be designed using HEC -RAS or BCAP. Coordination with the CITY will be necessary and any adjustments outside of the project limits will be provided as additional services. Included in these drainage services will be: 1) Preparation of drainage area maps. 2) Preparation of Storm Sewer Layouts & Profiles. 3) Selection of CITY, County or TxDOT standard, as appropriate. 4) Preparation of plans or details of appurtenances for implementation of Water Pollution Abatement Pian and/or water detention requirements. 5) Preparation of non-standard details for any drainage appurtenance. 6) Identification of limits of trench excavation protection, shoring or dewatering. 7) Preparation of outlet protection, if necessary. 8) Identification of potential utility conflicts and alternative design to prevent relocation wherever possible. 9) Preparation of Hydraulic Calculation Sheets. 10) Preparation of Quantity Summary Sheets. B. Water Pollution Abatement Plans (WPAP) & Storm Water Pollution Prevention Plans. TCEQ Coordination to establish Water Pollution Abatement Plan (WPAP) documentation requirements for the Edwards Aquifer Recharge Zone (EARZ). Plans will be completed and designed as required. SW3P Sheets will be developed to minimize impacts on receiving waterways. Temporary and any required permanent erosion control measures will be identified, including location in the plan view, quantities, type and construction phase, as needed. No structural features are anticipated for this project. C. Temporary Drainage. Facilities will be designed as necessary to conform with construction sequencing and phasing of this project or adjacent construction projects. SIGNING AND PAVEMENT MARKING A. Signing & Pavement Marking Design. Produce signing and pavement marking Iayouts, small sign summary and pavement marking summary. Coordinate with the CITY and the County traffic engineering personnel. Page 9 of 12 MISCELLANEOUS A. Title Sheet and Index of Sheets. The ENGINEER will prepare a title sheet and Index of Sheets in accordance with CITY DACS. B. Sequence of Construction. The ENGINEER will prepare a sequence of construction for the overall project. Atter review by the CITY, comments will be incorporated for the final PS&E and the detailed traffic control plans will then be prepared. C. Traffic Control Plan. The ENGINEER will prepare detailed traffic control plans based on the approved overall sequence of construction. CITY/TxDOT construction standards will be incorporated into the traffic control plans. D. Construction Schedule. The ENGINEER shall prepare a construction schedule, which will identify the major items of work for the construction project. Construction time determination shall be developed for 900/0 and final submittals. E. Continuous Lighting. The ENGINEER shall prepare plans (1"=100') for continuous lighting along the entire project limits and safety lighting at all cross street intersections. The ENGINEER shall prepare exhibits as required for the owner to obtain agreements with adjacent municipalities. F. Compute and Tabulate Quantities. The ENGINEER shall compute quantities that are required for pay items, and those quantities identified by the CITY as necessary for inclusion for contractor's information only. Quantities shall be shown in the plan sheets and the project manual bid form. G. Specifications and General Notes. The CITY shall furnish an electronic listing of the current general notes, standard specifications, and special specifications that will be utilized for the project. The ENGINEER will prepare any special specifications and will work with the CITY to identify the applicable general notes. H. Roadway Closures. One month prior to the final milestone submittal, the ENGINEER shall prepare an exhibit of any roadway closures, including a narrative, for submission to the CITY for approval of the closure. I. Agreements & Permits. With direction and coordination provided by the CITY, the ENGINEER shall assist the CITY in obtaining necessary agreements and or permits pertaining to the utilities, construction and traffic signals as necessary. J. Submittals. The ENGINEER shall submit the PS&E for review to the CITY at the 30%, 90% and final level of completion. Three sets of plans shall be submitted for review. Upon approval by the CITY, the ENGINEER shall submit one set of final mylars signed and sealed by a registered professional ENGINEER. BIDDING PHASE SERVICES A. Prepare all construction documents, including project manual, for bidding. B. Respond to bidder's questions during the bid period. C. Prepare, distribute project addenda and attend bid period and bid opening. D. Analyze contractor bids, prepare bid tabulation, check references, and make recommendation for award of the apparent low bidder. Page 10 of 12 E. Furnish construction documents to awarded contractor. F. Attend the pre -construction conference. G. Make periodic site visits and attend construction meetings during construction and report findings and observations. PROJECT MANAGEMENT The ENGINEER will coordinate with the CITY to complete the project. The ENGINEER shall conduct regular coordination meetings with the CITY. The ENGINEER shall prepare monthly invoices, progress reports, and updated schedules. The ENGINEER shall implement a QA/QC program throughout the project and will provide documentation of QC reviews upon request. DELIVERABLES ROUTE AND DESIGN STUDIES 1) Schematic on roll plot at I"=100' 2) Preliminary Probable Cost of Construction (one estimate this task) 3) Proposed bore location(s) plot for approval 4) Design Criteria report for Design Concept meeting RIGHT-OF-WAY and SURVEYING 1) Final Topographic Survey in Microstation 2) 1' Contour DTM file 3) Exhibit of record ROW and property configurations of affected properties 4) Metes and bounds for up to three parcels 5) Right of Entry letters ENVIRONMENTAL STUDIES AND PUBLIC INVOLVEMENT 1) Environmental Summary Report BIDDING PHASE SERVICES 1) Contract documents, including hard copies and electronic files, shall be turned over to the CITY at the completion of the project. Contract documents shall be posted to the CITY's Internet project management database (if utilized) as requested. 2) Final (Final Bid Package) design submittal (11" x 17" sheets) shall be included. 3) Design schedule shall be updated and furnished with each review submittal. Page 11 of 12 CONSTRUCTION PLANS (complete) 1) 30% and 90% review copies (three each) on 11" x 17" sheets 2) Final construction copies (five each) on 11" x 17" sheets 3) CITY DACS will be utilized for construction plans 4) ENGINEER's Estimated Probable Cost of Construction shall be furnished at the 30%, 90% and Final submittals. Construction time determination shall be developed for 90% and final submittal. CONSTRUCTION PHASE SERVICES A. Pre -Construction Meeting. The ENGINEER will attend a pre -construction meeting to answer any questions the contractor may have at that time. B. Review Construction Submittals. The ENGINEER will review shop drawings. C. Site Visits. The ENGINEER will perform periodic construction field visits and observations. We anticipate the need for one or two monthly site visits during the construction time, for an estimated total of five visits. D. Requests for Information. The ENGINEER will respond to RFI's during construction. RFI's shall be submitted to The ENGINEER in written format. E. Final Walk-Through/Punch List. The ENGINEER will accompany the CITY on a final walk-through after substantial completion of the project is finished and develop a punch list of items to be completed. F. Record Drawings. ENGINEER shall provide the final plans marked up for any plan changes and include any sheets that were replaced. G. RPR. Not included. Page 12 of 12 EXHIBIT C Work Schedule Qtr 1 2013 Qtr 2 2013 Qtr 3 2013 Survey Schematic Preparation Geotechnical Right of Way Identification Access Management Utility Coordination Public & Business Coordination Submission. Ab TCEQ- Edwards Aquifer TCEQ- SWPPP Environmental Summary Report ._.�,.. Ii n° Roadway & Drainage Utility Signing & Pavement Markings Misc - TCP/Specs/Estimates Submission. TO BE DETERMINED WHEN FUNDING IDENTIFIED Co>►:Oi ` � r� ° EXHIBIT D FEE SCHEDULE Page 1 of 1 ommimul DESCRIPTION KLOT7. ASSOCIATES LOCHNER INLAND TOTAL COSTS TERRACON BY FC ROUTE AND DESIGN STUDIES $17,780 $10,923.00 $28,703.00 ENVIRONMENTAL. STUDIES $4,485 $4,485.00 RIGHT OF WAY DATA $16,555 $16,555.07 SURVEY AND PHOTOGRAMMETRY $21,657 $21,657.00 ROADWAY DESIGN CONTROLS $28,445 $28,445.00 DRAINAGE $20,014 $20,013.56 SIGNING, PVMT. MARK., & SIGNALS $6,424 $6,423.81 MISCELLANEOUS (ROADWAY) $19,205 $14,054 $33,259.37 PROJECT MANAGEMENT $19,985 $7,845 $27,829.63 BIDDING PHASE SERVICES $9,655 $9,655.00 CONSTRUCTION PHASE SERVICES $13,540 $13,540.00 DIRECT EXPENSES $1,500 $90 $1,590.00 LABOR EXPENSES SUBTOTAL $114,595.00 $64,891.45 $21,747.00 $10,923.00 $212,156.45 Page 1 of 1 Ni s o� LL it] IN e o LL i �i�������ii���l���iii�i������iiiiii�� �1������9�999���999999�99999999999999�1 �»1�1�1131111a�llllll�lllllll����ll�ll ��IIII�11�11111111111191111111 II�:II ��iiiiiii�iiiiiiiiiiri0iriiiii ��naam�nnannm�nnmm�n�ii �3 �n�m mm��mmmmi�ii �� ��I�III;IIIIIIQIIIIIIIIIIIII��'' �I������8�9�9���999999�99999998999991��I ��IIIIIII�IIIIIIIIIIII�IIIIIIIIII�II��III ��IIIIIII�IIIIIIIIIIII IIIIIIIIIIIII��III �i�������ii���l���iii�i������iiiiii�� �1������9�999���999999�99999999999999�1 �»1�1�1131111a�llllll�lllllll����ll�ll ��IIII�11�11111111111191111111 II�:II ��iiiiiii�iiiiiiiiiiri0iriiiii ��naam�nnannm�nnmm�n�ii �3 �n�m mm��mmmmi�ii �� ��I�III;IIIIIIQIIIIIIIIIIIII��'' Irerracon Exhibit D Fee Schedule SERVICE UNIT COST ESTIMATED UNITS ESTIMATED TOTAL Field Program Atterberg Limits, each $ 50.00 8 $ Drill Rig Mobilization, local (within 50 -mile radius), each $ 350.00 1 $ 350.00 Drill Crew. hourly rate, per hour $ 225.00 6 $ 1,350.00 Vehicle Charge, per day $ 40.00 2 $ 80.00 Field Coordinator, per hour (staking, coordination, etc.) $ 55.00 10 $ 550.00 80.00 Moisture/Density Relation, TEX 114E, each Subtotal -Field Program $ 2,330.00 $ 150.00 California Bearing Ratio, each $ 200.00 2 Laboratory Testing Atterberg Limits, each $ 50.00 8 $ 400.00 Moisture Content, each $ 8.00 16 $ 128.00 Unconfined Compression Test (soil), each $ 30.00 6 $ 180.00 Density Determination (tube sample), each $ 15.00 2 $ 30.00 Percent Passing the No. 200 Sieve, each $ 40.00 2 $ 80.00 Moisture/Density Relation, TEX 114E, each $ 150.00 1 $ 150.00 California Bearing Ratio, each $ 200.00 2 $ 400.00 Sulfate, each $ 75.00 4 $ 300.00 Soil -Lime Relationship, pH series (0, 6, 8, 10%) $ 100.00 1 $ 100.00 Soil -Lime Relationship, PI series (0, 6, 8, 10%) $ 200.00 1 $ 200.00 Subtotal -Lab Testing $ 1,968.00 Engineering & Report Preparation Principal, Geotechnical Engineer, P.E., per hour $ 145.00 4 $ 580.00 Project Geotechnical Engineer, per hour $ 110.00 12 $ 1,320.00 Draftsman, per hour $ 70.00 1 $ 70.00 Clerical/Administrative Staff, per hour $ 45.00 1 $ 45.00 Subtotal - Engineering $ 2,015.00 Total Estimated Cost without Base Testing $ 6,313.00 Optional Base Testing Field Coordinator, per hour $ 55.00 18 $ 990.00 Vehicle Charge, per da $ 40.00 3 $ 120.00 Traff"ice Control, per d $1,000.00 2 $ 2,000.00 ILAsphalt Sawing, per location $ 150.00 4 $ 600.00 Field Technician, per hour $ 50.00 10 $ 500.00 Test Pit Patch, two cubic yard load $ 400.00 1 $ 400.00 Subtotal, Optkmal Base Testing $ 4,610.00 Total Estimated Cost with Base Testing $ 10,823.00 Page 1 of 1 EXHIBIT E Certificates of Insun Attached Behind This D Client#: 172400 KLOTZABC AE;UKL . CERTIFICATE OF LIABILITY INSURANCE OATE(MWDWYYYY) 2/1912013 THIS CERTIFICATE iS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER TH9 COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER($), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the Certificate holder le an ADDITIONAL INSURED, the policy(les) must no endorsed. If SUBROGATION 18 WAIVED, subject to the terms and conditions of the polloy, certain policies may require an endorsement, A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsoment(s). PRODUCER USI Southwest C Three Memorial City L .713 490.4600 No, 713.490.4700 840 Gessner, Suite 600 Houston, TX 77024 wsuRB s AFFoaDINo covERAOE !AIC N INSURED INSURER A: Markel Insurance Comp. 38970 Klotz Associates Inc. INSURER s: _ 1160 Dairy Ashford Ste 500 INSURER C: Houston, TX 77079 ENSURER b I &SURER H: COVERAGES INSURER F raorretrteT� arrruoren. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED RBv0HJN NUMBER: NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE WSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. MI M TYPE OF INSURANCE DD U POLICYNUMBER LIMITS EACH OCCURRENCE S MOENERALLUEIUTY �EHTEO 0GEHERAL�LAIMUTY AMISIS MADE D OCCUR S MEO EXP Ift one nog $ PERSOIIAL & ADV INJURY S- GENERALAOGREGATE S OENI.AGGREGATELUTAPPLIES PEP. P O 11 PRODUCTS-COMP/OPAGO S POLICY LOC S AUTOMOBILE LIABILITY BINEp SINGLE LIMIT ANYAUTOLLOWNE AIL OWNED SCHEDULED BODILY INJURY(Parporma) 5 BODILY 1NIURY(Paraoddentl $ AUTOS AUTOS MON-OWNED PROPER DALViOE S NIREDAUf03g —' UMBRELLA UAB OCCUR LIAR CLAeASWAO- EACH OCCURRENCEEXCESS 71E.l. A00REQATEWORKERS COMPENSATION1YOSTATU•AAA��NyyDppERRMppPppLNROYERS' LIABILITYLIMITAOFFICEWM"M&EERD ;ws ECMED NIA E.L. EACH ACCIDENT(MandatoryInNH}S Dtsme EA EMPL ea dawlb.un WAP E.L. DISEASE - POLICY LIMIT 13 $2,000,000 per claim A OPERATIONS be'oW Professional AES22413 12/01/2012 12/01/201 Liability $4,000,000 annl aggr. DESCRIPTION OFOPERAT10Ne /LOCATIONS /vANICI.Es (ANaoh ACOR0101. AtIchUmN Renaults Schadufa. Mean APSES I$ aqutred) RE: Cypress Boulevard Reconstruction / Reconstruction of Cypress Boulevard to realign with the Intersection from Sunrise Road and Eagles Nest Street to Cypress Cove. This Certificate Is Issued in respects to above referenced. City of Round Rock SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. NOTICE WILL BE DELIVERED IN 2008 Enterprise Drive ACCORDANCE WITH THE POLICY PROVISIONS. Round Rock, TX 78604 AVflfORuaO R11PRSBIRTATNE — ....o-w.v rvvraw vvrar�rwrnm. nn ngnTe rosorvetT. ACORD 26 (2010105) 1 of 1 The ACORD name and logo are registered marks of ACORD 089352034/M9041981 VKEZP