R-04-05-13-13G1 - 5/13/2004RESOLUTION NO. R -04-05-13-13G1
WHEREAS, the City of Round Rock desires to retain engineering
services for the McNutt Creek Wastewater Interceptor Project - Phase
I., and
WHEREAS, K. Friese & 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 K. Friese & 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 K. Friese
& Associates, Inc. for the McNutt Creek Wastewater Interceptor Project
- Phase I., 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.
REKKATEEIthis 13th day of May, 2004.
AT
NYL
411FACJIF
LL, a or
City Round Rock, Texas
CHRISTINE R. MARTINEZ, City Secretar
(34,FDesktop\—ODMA/WORLDOX/0:/ DOX/RESOLUTI/R40513G1 PD/sc
ROUND ROCK, TEXAS
RP(Kf P1"a" PR(N'FR111
CITY OF ROUND ROCK
CONTRACT FOR ENGINEERING SERVICES
FIRM K FRIESE & ASSOCIATES, INC.
ADDRESS: 6601 Cat Creek Trail, Austin, TX 78731
PROJECT: MCNUTT CREEK WASTEWATER INTERCEPTOR
("Engineer")
THE STATE OF TEXAS
COUNTY OF WILLIAMSON
THIS CONTRACT FOR ENGINEERING SERVICES ("Contract") is made and entered into on
this the day of , 2004 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 conceming 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
File Name: mcnutt crk ww; k friese; 66360
1
EXHIBIT
Rev. 02/23/04
00064494
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 defmed herein in Article 13) which are subsequently issued. These form the entire contract, and all
are as fully a part of this Contract as if attached to this Contract or repeated herein.
ARTICLE 1
CITY SERVICES
City shall perform or provide services as identified in Exhibit A entitled "City Services."
ARTICLE 2
ENGINEERING SERVICES
Engineer shall perform Engineering Services as identified in Exhibit B entitled "Engineering
Services."
Engineer shall perform the Engineering Services in accordance with the Work Schedule as
identified in Exhibit C entitled "Work Schedule." Such Work Schedule shall contain a complete
schedule so that the Engineering Services under this Contract may be accomplished within the specified
time and at the specified cost. The Work Schedule shall provide specific work sequences and 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 performed 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.
(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 Seventy-nine Thousand Nine Hundred ninety-one and sixty-six cents ($ 79, 991.66 )
as shown in Exhibit D. The lump sum amount payable shall be revised equitably only by written
Supplemental Contract in the event of a change in Engineering Services as authorized by City.
Engineer shall prepare and submit to City monthly progress reports in sufficient detail to support
the progress of the Engineering Services and to support invoices requesting monthly payment. Any
preferred format of City for such monthly progress reports shall be identified in Exhibit B. Satisfactory
progress of Engineering Services shall be an absolute condition of payment.
The fee herein referenced may be adjusted for additional Engineering Services requested and
performed only if approved by written Supplemental Contract.
ARTICLE 5
METHOD OF PAYMENT
Payments to Engineer shall be made while Engineering Services are in progress. Engineer shall
prepare and submit to City, not more frequently than once per month, a progress report as referenced in
Article 4 above. Such progress report shall state the percentage of completion of Engineering Services
accomplished during that billing period and to date. Simultaneous with submission of such progress
report, Engineer shall prepare and submit one (1) original and one (1) copy of a certified invoice in a
form acceptable to City. This submittal shall also include a progress assessment report in a form
acceptable to City.
Progress payments shall be made in proportion to the percentage of completion of Engineering
Services identified in Exhibit D. Progress payments shall be made by City based upon Engineering
Services actually provided and performed. Upon timely receipt and approval of each statement, City
shall make a good faith effort to pay the amount which is due and payable within thirty (30) days. City
reserves the right to withhold payment pending verification of satisfactory Engineering Services
performed. Engineer has the responsibility to submit proof to City, adequate and sufficient in its
determination, that tasks were completed.
The certified statements shall show the total amount earned to the date of submission and shall
show the amount due and payable as of the date of the current statement. Final payment does not relieve
Engineer of the responsibility of correcting any errors and/or omissions resulting from his/her/its
negligence.
3
ARTICLE 6
PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Engineer
will be made within thirty (30) days of the day on which the performance of services was complete, or
within thirty (30) days of the day on which City receives a correct invoice for services, whichever is
later. Engineer may charge a late fee (fee shall not be greater than that which is permitted by Texas law)
for payments not made in accordance with this prompt payment policy; however, this policy does not
apply in the event:
A. There is a bona fide dispute between City and Engineer concerning the supplies,
materials, or equipment delivered or the services performed that causes the payment to be
late; or
B. The terms of a federal contract, grant, regulation, or statute prevent City from making a
timely payment with federal fiinds; 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:
Michael Thane, P.E.
Engineer
2008 Enterprise
Round Rock, Texas 78664
Telephone Number (512) 218-3236
Fax Number (512) 218-5563
Email Address mthanea,round-rock.tx.us
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:
Tom Owens, P.E.
Associate
6601 Cat Creek Trail
Austin, TX 78731
Telephone Number (512) 338-1704
Fax Number (512) 338-1784
Email Address towens@,kfriese.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 Contract will be
executed between the parties as provided in Article 13. Engineer shall not perform any proposed
additional work nor incur any additional costs prior to the execution, by both parties, of a written
Supplemental Contract. City shall not be responsible for actions by Engineer nor for any costs incurred
by Engineer relating to additional work not directly associated with the performance of the Engineering
Services authorized in this Contract or any amendments thereto.
ARTICLE 12
CHANGES IN ENGINEERING SERVICES
If City deems it necessary to request changes to previously satisfactorily completed Engineering
Services or parts thereof which involve changes to the original Engineering Services or character of
Engineering Services under this Contract, then Engineer shall make such revisions as requested and as
directed by City. Such revisions shall be considered as additional Engineering Services and paid for as
specified under Article 11.
Engineer shall make revisions to Engineering Services authorized hereunder as are necessary to
correct errors appearing therein, when required to do so by City. No additional compensation shall be
due for such Engineering Services.
6
ARTICLE 13
SUPPLEMENTAL CONTRACTS
The terms of this Contract may be modified by written Supplemental Contract if City
determines that there has been a significant change in (1) the scope, complexity or character of the
Engineering Services, or (2) the duration of the Engineering Services. Any such Supplemental Contract
must be duly authorized by City Council Resolution. Engineer shall not proceed until the appropriate
Resolution has been adopted. 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 Council authorizes full execution of the written
Supplemental Contract and authorization to proceed. City reserves the right to withhold payment
pending verification of satisfactory Engineering Services performed.
ARTICLE 14
OWNERSHIP OF DOCUMENTS
All data, basic sketches, charts, calculations, plans, specifications, and other documents created
or collected under the terms of this Contract are the exclusive property of City and shall be furnished to
City upon request. All documents prepared by Engineer and all documents furnished to Engineer by
City shall be delivered to City upon completion or termination of this Contract. Engineer, at its own
expense, may retain copies of such documents or any other data which it has furnished City under this
Contract.
ARTICLE 15
PERSONNEL, EQUIPMENT AND MATERIAL
Engineer shall fiunish and maintain, at its own expense, quarters for the performance of all
Engineering Services, and adequate and sufficient personnel and equipment to perform the Engineering
Services as required. All employees of Engineer shall have such knowledge and experience as will
enable them to perform the duties assigned to them. Any employee of Engineer who, in the opinion of
City, is incompetent or whose conduct becomes detrimental to the Engineering Services shall
immediately be removed from association with the project when so instructed by City. Engineer
certifies that it presently has adequate qualified personnel in its employment for performance of the
Engineering Services required under this Contract, or will obtain such personnel from sources other
than City. Engineer may not change the Project Manager without prior written consent of City.
ARTICLE 16
SUBCONTRACTING
Engineer shall not assign, subcontract or transfer any portion of the Engineering Services under
this Contract without prior written approval from City. All subcontracts shall include the provisions
required in this Contract and shall be approved as to form, in writing, by City prior to Engineering
Services being performed under the subcontract. No subcontract shall relieve Engineer of any
responsibilities under this Contract.
7
ARTICLE 17
EVALUATION OF ENGINEERING SERVICES
City, or any authorized representatives of it, shall have the right at all reasonable times to review
or otherwise evaluate the Engineering Services performed or being performed hereunder and the
premises on which it is being performed. If any review or evaluation is made on the premises of
Engineer or a subcontractor, then Engineer shall provide and require its subcontractors to provide all
reasonable facilities and assistance for the safety and convenience of City or other representatives in the
performance of their duties.
ARTICLE 18
SUBMISSION OF REPORTS
All applicable study reports shall be submitted in preliminary form for approval by City before
any final report is issued. City's comments on Engineer's preliminary reports shall be addressed in any
final report.
ARTICLE 19
VIOLATION OF CONTRACT TERMS/BREACH OF CONTRACT
Violation of contract terms or breach of contract by Engineer shall be grounds for termination of
this Contract, and any increased costs arising from Engineer's default, breach of contract, or violation
of contract terms shall be paid by Engineer.
ARTICLE 20
TERMINATION
This Contract may be terminated as set forth below.
(1) By mutual agreement and consent, in writing, of both parties.
(2) By City, by notice in writing to Engineer, as a consequence of failure by Engineer to
perform the Engineering Services set forth herein in a satisfactory manner.
(3) By either party, upon the failure of the other party to fulfill its obligations as set forth
herein.
(4) By City, for reasons of its own and not subject to the mutual consent of Engineer, upon
not less than thirty (30) days' written notice to Engineer.
(5) By satisfactory completion of all Engineering Services and obligations described herein.
Should City terminate this Contract as herein provided, no fees other than fees due and payable
at the time of termination shall thereafter be paid to Engineer. In determining the value of the
Engineering Services performed by Engineer prior to termination, City shall be the sole judge.
Compensation for Engineering Services at termination will be based on a percentage of the Engineering
8
Services completed at that time. Should City terminate this Contract under Subsection (4) immediately
above, then the amount charged during the thirty -day notice period shall not exceed the amount charged
during the preceding thirty (30) days.
If Engineer defaults in the performance of this Contract or if City terminates this Contract for
fault on the part of Engineer, then City shall give consideration to the actual costs incurred by Engineer
in performing the Engineering Services to the date of default, the amount of Engineering Services
required which was satisfactorily completed to date of default, the value of the Engineering Services
which are usable to City, the cost to City of employing another firm to complete the Engineering
Services required and the time required to do so, and other factors which affect the value to City of the
Engineering Services performed at the time of default.
The termination of this Contract and payment of an amount in settlement as prescribed above
shall extinguish all rights, duties, and obligations of City and Engineer under this Contract, except the
obligations set forth herein in Article 21 entitled "Compliance with Laws." If the termination of this
Contract is due to the failure of Engineer to fulfill his/her/its contractual obligations, then City may take
over the project and prosecute the Engineering Services to completion. In such case, Engineer shall be
liable to City for any additional and reasonable costs incurred by City.
Engineer shall be responsible for the settlement of all contractual and administrative issues
arising out of any procurements made by Engineer in support of the Engineering Services under this
Contract.
ARTICLE 21
COMPLIANCE WITH LAWS
(1) Compliance. Engineer shall comply with all applicable federal, state and local laws,
statutes, codes, ordinances, rules and regulations, and the orders and decrees of any court, or
administrative bodies or tribunals in any manner affecting the performance of this Contract, including
without limitation, minimum/maximum salary and wage statutes and regulations, and licensing laws
and regulations. Engineer shall furnish City with satisfactory proof of his/her/its compliance.
Engineer shall further obtain all permits and licenses required in the performance of the
Engineering Services contracted for herein.
(2) Taxes. Engineer will pay all taxes, if any, required by law arising by virtue of the
Engineering Services performed hereunder. City is qualified for exemption pursuant to the provisions
of Section 151.309 of the Texas Limited Sales, Excise, and Use Tax Act.
ARTICLE 22
INDEMNIFICATION
Engineer shall save and hold harmless City and its officers and employees from all claims and
liabilities due to activities of his/her/itself and his/her/its agents or employees, performed under this
Contract, which are caused by or which result from the negligent error, omission, or negligent act of
Engineer or of any person employed by Engineer or under Engineer's direction or control.
9
Engineer shall also save and hold City harmless from any and all expenses, including but not
limited to 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 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 m 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 from a company authorized to do insurance business in Texas and otherwise
10
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 Contact, 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 govenunental
purposes.
11
ARTICLE 28
SUCCESSORS AND ASSIGNS
This Contract shall be binding upon and inure to the benefit of the parties hereto, their
successors, lawful assigns, and legal representatives. Engineer may not assign, sublet or transfer any
interest in this Contract, in whole or in part, by operation of law or otherwise, without obtaining the
prior written consent of City.
ARTICLE 29
SEVERABILITY
In the event any one or more of the provisions contained in this Contract shall for any reason be
held to be invalid, illegal or unenforceable in any respect, then such invalidity, illegality or
unenforceability shall not affect any other provision thereof and this Contract shall be construed as if
such invalid, illegal or unenforceable provision had never been contained herein.
ARTICLE 30
PRIOR AGREEMENTS SUPERSEDED
This Contract constitutes the sole agreement of the parties hereto, and supersedes any prior
understandings or written or oral contracts between the parties respecting the subject matter defined
herein. This Contract may only be amended or supplemented by mutual agreement of the parties hereto
in writing.
ARTICLE 31
ENGINEER'S ACCOUNTING RECORDS
Records pertaining to the project, and records of accounts between City and Engineer, shall be
kept on a generally recognized accounting basis and shall be available to City or its authorized
representatives at mutually convenient times. The City reserves the right to review all records it deems
relevant which are related to this Contract.
ARTICLE 32
NOTICES
All notices to either party by the other required under this Contract shall be personally delivered
or mailed to such party at the following respective addresses:
City:
City of Round Rock
Attention: City Manager
221 East Main Street
Round Rock, TX 78664
12
and to:
Stephan L. Sheets
City Attorney
309 East Main Street
Round Rock, TX 78664
Engineer:
Karen A. Friese, P.E.
President
K Friese & Associates, Inc.
6601 Cat Creek Trail
Austin, TX 78731
ARTICLE 33
GENERAL PROVISIONS
(1) Time is of the Essence. Engineer understands and agrees that time is of the essence and
that any failure of Engineer to complete the Engineering Services for each phase of this Contract within
the agreed Work Schedule may constitute a material breach of this Contract. Engineer shall be fully
responsible for his/her/its delays or for failures to use his/her/its reasonable efforts in accordance with
the terms of this Contract and the Engineer's standard of performance as defmed herein. Where damage
is caused to City due to Engineer's negligent failure to perform City may accordingly withhold, to the
extent of such damage, Engineer's payments hereunder without waiver of any of City's additional legal
rights or remedies.
(2) Force Majeure. Neither City nor Engineer shall be deemed in violation of this Contract if
prevented from performing any of their obligations hereunder by reasons for which they are not
responsible or circumstances beyond their control. However, notice of such impediment or delay in
performance must be timely given, and all reasonable efforts undertaken to mitigate its effects.
(3) Enforcement and Venue. This Contract shall be enforceable in Round Rock., Williamson
County, Texas, and if legal action is necessary by either party with respect to the enforcement of any or
all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas.
This Contract shall be governed by and construed in accordance with the laws and court decisions of
the State of Texas.
(4) Standard of Performance. The standard of care for all professional engineering,
consulting and related services performed or furnished by Engineer and its employees under this
Contract will be the care and skill ordinarily used by members of Engineer's profession practicing
under the same or similar circumstances at the same time and in the same locality. Excepting Articles
25 and 34 herein, Engineer makes no warranties, express or implied, under this Contract or otherwise,
in connection with the Engineering Services.
13
(5) Opinion of Probable Cost. Any opinions of probable project cost or probable construction
cost provided by Engineer are made on the basis of information available to Engineer and on the basis
of Engineer's experience and qualifications and represents its judgment as an experienced and qualified
professional engineer. However, since Engineer has no control over the cost of labor, materials,
equipment or services furnished by others, or over the contractor(s') methods of determining prices, or
over competitive bidding or market conditions, Engineer does not guarantee that proposals, bids or
actual project or construction cost will not vary from opinions of probable cost Engineer prepares.
(6) Opinions and Determinations. Where the terms of this Contract provide for action to be
based upon opinion, judgment, approval, review, or determination of either party hereto, such terms are
not intended to be and shall never be construed as permitting such opinion, judgment, approval, review,
or determination to be arbitrary, capricious, or unreasonable.
ARTICLE 34
SIGNATORY WARRANTY
The undersigned signatory for Engineer hereby represents and warrants that the signatory is an
officer of the organization for which he/she has executed this Contract and that he/she has full and
complete authority to enter into this Contract on behalf of the firm. The above -stated representations
and warranties are made for the purpose of inducing City to enter into this Contract.
IN WITNESS WHEREOF, the City of Round Rock has caused this Contract to be signed in its
corporate name by its Mayor, duly authorized to execute the same on its behalf by
Resolution No. , approved by the City Council on the day of the month
of , 2004, and Engineer, signing by and through its duly authorized representative(s),
thereby binding the parties hereto, their successors, assigns and representatives for the faithful and full
performance of the terms and provisions hereof.
CITY OF ROUND ROCK:
By:
Nyle Maxwell, Mayor
ATTEST:
By:
Christine Martinez, City Secretary
K FR1ESE & ASSOCIATES, INC.
By:
Signa
Printed
e of Principal
ame: KAREN A F?/ESE
14
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
EXHIBIT A
City Services
16
EXHIBIT A
MCNUTT CREEK INTERCEPTOR PROJECT — PHASE I
SERVICES TO BE PERFORMED BY CITY
The City of Round Rock Engineering and Development Services Department will furnish to
the Engineer the following assistance and information:
1. Furnish the following information along the proposed route, in electronic format
when available:
• Existing aerial photography
• Subdivision Plats
• Site Plans
• Future Land Use
• Utility Information (plans, maps, etc.) archived with the City
2. Facilitate and attend meetings with affected landowners.
3. Assist in obtaining right -of -entry.
4. Assist in the utility coordination process.
5. Provide design criteria for the project, including future flow projections.
Page 1 of 1
EXHIBIT B
Engineering Services
17
EXHIBIT B
MCNUTT CREEK INTERCEPTOR PROJECT — PHASE I
SERVICES TO BE PERFORMED BY ENGINEER
General
The work to be performed by K Friese & Associates, Inc. (KFA) under this contract shall
consist of providing preliminary engineering services for the McNutt Creek Interceptor
Project — Phase I. The project will consist of approximately 7,200 linear feet of 48 -inch to
66 -inch diameter wastewater interceptor extending from McNutt Creek north of Highway 79
to the Brushy Creek Regional Wastewater Treatment Plant.
KFA shall provide the following services required for preliminary engineering of the above -
referenced project:
A. Project Kick-off
1. Meet with City Staff and LCRA to review/discuss project details, work plan, and
schedule.
2. Review existing aerial photography, tax maps, and future land use for alignment
options and meet with City Staff to discuss.
B. Public Involvement / Right -of -Entries
1. Meet with affected landowners to discuss project and alignment options.
2. Coordinate with landowners and City Staff to obtain Right -of -Entries for KFA and
Subconsultants.
C. Identify Candidate Alignments (2 assumed)
1. Develop base map using existing aerial photography, tax maps and other available
data sources.
2. Identify two candidate alignments (assumes one alignment will be primarily open -cut
construction and one alignment trenchless construction) and mark proposed
alignments in the field for additional investigation.
D. Survey Critical Elevations — Under the direction of KFA, Inland Civil Associates, LLC will
recover established survey datum control (primary control) as established and published by the City
of Round Rock. Set permanent and temporary benchmarks for use throughout the life of the project.
Field tie obvious evidence of property lines to survey. Make "One -Call" utility contact and locate
visible utilities and those as marked as underground in the area of the survey. Collect sufficient spot
elevations for "critical elevations" for route analyses and modeling. This survey may include:
structures, drainage features, railroad features, highway features, and improvements as needed.
Page 1 of 2
EXHIBIT B
MCNUTT CREEK INTERCEPTOR PROJECT — PHASE I
SERVICES TO BE PERFORMED BY ENGINEER
E. Route Analysis
1. SWCA will conduct literature searches for sensitive natural and cultural resources
that could pose constraints to the proposed wastewater interceptor routes. A search of
the files and maps at the Texas Parks and Wildlife (TPWD), Texas Historical
Commission (THC), and Texas Archaeological Research Laboratory (TARL) will be
conducted to identify and map endangered or threatened species, sensitive natural
communities, or sensitive historic or pre -historic resources known to occur in close
proximity to the study area. Additional sources of information that will be utilized
include published reports, aerial photographs, maps, and records at the Texas Natural
Resources Information Systems archives. The information obtained from these efforts
will be used to help identify potential permitting constraints. Following the literature
search, SWCA will conduct a brief field reconnaissance to verify the results of the
constraint map and to locate unrecorded constraints along the project route.
2. Considering the routes identified by KFA, Fugro South will conduct a geologic
assessment consisting of site reconnaissance, geologic literature review, and a review
of nearby boring data to determine general geologic conditions and suitability of
proposed construction methods.
3. Identify and map necessary easements for each proposed route.
4. Coordinate with the City and utility companies to identify the location of existing
utilities along each route.
5. Evaluate connection options at the Brushy Creek Regional Wastewater Treatment
Plant including coordination with the Lower Colorado River Authority and Brazos
River Authority for connection points, line routing, and construction methods.
6. Develop a preliminary spreadsheet static model of each proposed route for analysis of
capacity, slope and pipe sizes.
7. Evaluate appropriate construction methods, required workspace, and materials for
each proposed route.
8. Identify Local, State, and Federal permits required for each proposed route and
estimate acquisition time for each permit.
9. Coordinate with TxDOT and Union Pacific Railroad on crossing locations,
construction methods, and permitting requirements.
10. Develop cost estimates for each proposed route based on the information gathered
above.
F. Preliminary Engineering Report — Document the above findings in a preliminary
engineering report including cost tables, model output, and mapping. Report will include a
recommendation on the interceptor route, construction methods, and materials. Six copies of
the draft preliminary engineering report will be delivered to the City for review and
comment. After incorporating City comments, three final copies of the report will be
submitted.
Page 2 of 2
EXHIBIT C
Work Schedule
18
Ch CO 0 0 0u) •
2 4, 0 0 0 CO .g
ct -,rg 11111 0)
1
0
CV CV CN4 CV CO C CNiCV
"et EN 01 0s1
7
C)
Project Kick-off
Kick-off Meeting
Alignment Options Meeting
Public Involvement / R.O.E.
Landowner Meetings
Obtain R.O.E.s
Identify Candidate Alignments
Field Investigations
Survey Critical Elevations
Route Analysis
Env. Constraints Survey
Geologic Assessment
Easement Evaluation
Utility Research
Plant Connection Options
Preliminary Modeling
Methods & Materials Eval.
Permitting Requirements
TxDOT & UPRR Coordination
Cost Estimates
0 0 <A
to CV 01
Preliminary Eng. Report
CORR Review
(‚4 Nr co co co a) 0 v"" CNI C.1 I.C) CO 03 01 0 c— 04 VI '4' 0.0 <0
OA 04 04 04 01 04 04
Thu 4/22/04
K FRIESE & ASSOCIATES, INC
EXHIBIT D
Fee Schedule
19
K FRIESE & ASSOCIATES, INC.
i 1g
0 0
• 0
eu
0(0
;7)
nt
(1C'i
494.9
o
1
Cb
ol
<-
6
T..
0
04
6949
,-
CD
6
0
co
e-
o
CV
6
.—
0
05
4944
nr
CV
e4
0
co
v-
lr
go
6
It
OD
rs:
T..
64
CV 01
n- in
6 100)
c? 1010
CO nt
-
.5r 00
49 69
nt
OD
- C1.
..--co
!A
CD
C4
4
03
Ul
44
111
CO
06
61
.. nt.
4.09
e -CD
V.
<-,-
e-
Ul
49
0.
e-
- CN...
40
69.
ts
cp
<-,
U/
CD
Cs(
61
o
CD
6
03
Ul
0.1
61
OD
Cl
g
—
CO
69
CD
01
<-
(0
m
-
CD
49
up
0
T....
0)
CD
-
CD
t....
44
,
' -
• °
• 0
CV
nt
U7
(E):
`
co
nt
r:
a).
.
op
CD
ni
ts
ts
<-
Ch
Lt)
CV
CN .
40
ts
Is:
yr
0
It
co
6
C7).
It
(.9
ui
CD
01
..
04 00
nt co
6 ui
nr nr
t• -- (o
nt
c4
6
eu
a)
CD
0
co
(,)
U1
0
cp
c o
e -CD
t- co
r V
7
(1-..i.1
ts
c
-- ,
CD
01
03
0
6
41t
r,....
OD
CD
co
s
c
C)
ts
r :
nt
.-
OD
CV
cNi
CO
c)
0)C7;
69
Expenses
0
to'
o(0(0
0
00
00
00
69
49
0
0
6
co
69
0
0
6
2
0
00
c;
0
01
' 0
' 6
. 0
I.0
0
q
r-6
co
to
16
v-
69.
00
00
6
00
co 0
Cfi 01-
Q4
$21,887.00
IDirect
Labor
Cost
00
(0
10t..
(0
Is-
0.1
0)
0)
0
Cl
e-
I
69.
$581.00
.
$970.50
$621.30
$661.30
$354.70
$306.60
CD
et
6
I
C)
nt
co
6
.--
‘47).
CD
e-
ni
eu
•It_
IA;
CD CD
t... 01
oi N.
a) a)
0 Ch
64 44
CD
ts
ai
to
OD03
0
Ul
c4
0)
CD
01
ui
10
CT)
$2,913.60
$18,522.40
Total
Labor
Hours
C.)
CU
V> N.
01 e-
T...
C4
a-
.--
c-
pp
nr
(0 (0
r-
0.1
CV
(0(0
0
45 0
5I
v.
v.
nt
('10)
C4
7—CADTh
Technician
Hours _
01
OD
nt
nt
nt
03
nt
et
nt
16
84
Project
Engineer
Hours
co
w.
NI-
co co co
co
nr
cr.
co
24 j
32 I
CD CD
nt yr
CO OD
n- n-
OD
n-
40
300
Project
Manager
Hours
op
op
1.3
/t (‚1(0
nt
04
cv
cv
(‚1 (0
C° C°
CV et
OD
,OD
ii
'a 0. e
=
c o
-r: i
a.
44-
CV
CU I- •e-
e-
e-
r-
et "
C4
Task
meetings (Z)
Data Gathering
IIC Involvement/Night-of-Entries
meet wan anected landowners
Obtain ROE's
tify Candidate Alignments (2)
Base mapping
Field Investigations
c
o
'474
la
t
Ei
4.)
....-2:•1
-ea
jc.!
>.<:
e
Z
u) et
Le Anarysis
Environmental Constraints Survey
ueological Assessment
Easement Evaluation
fo
c
o
..C1.
0
c
o
40
c
c 0 E.
'
0 •
U •-•
co cu .
S CL
4°.'
rreiiminary modong
Construction Methods & Materials Evaluation 1
!penury rermitting Requirements
Coordination wiTxDOT and UPRR
q
co
E
=Ili
U)
1J
-
..)E
v
a
0
et
ilin
1=
VW
c
''''
co
_
,
C
,
,..“ 0
,-... .0 e- C..I
,
0 ,-Icv,p1
1
nr
1
co CO P..., CD
CII
0 —
e
- ci.
K FRIESE & ASSOCIATES, INC.
EXHIBIT E
Certificates of Insurance
20
04/22/2004 15:39 emoomeee
CERTIFICATE OF LIABILITY INSURANCE
PROFESSIONAL SERVICES
PRODUCER
1731 Insurance Services of TezCaS
1946 South 1H-35, Suite 301
Allabl, Texas 78704
Phone. 512/443-0878
INSURED
K. Riese 84 Associates, Inc.
6603 Cat Creek Trail
Austin., TX 78731
Phone: 512 333-1704
111 1111111111111111
Date: 04122/2004_
PAGE 01/01
COMPANIES AFFORDING COVERAGE
A XL Specialty Insuranc* Company
THIS IS TO CERTIFY THAT the Insured named above is insured by the Companies listed above with respect to
the business operations hereinafter described, for the types of insurance and in accordance with the provisions of the
standard policies used by the companies, and further hereinafter described. Exceptions to the policies are noted
below.
CO TYPE OF IN stRANCE POLICY EFFECTIVE EXPIRATION
LTR NUNDIER DATE DATE
LIMITS
PROFESSIONAL LIABILMY DP89403150 04,25/04
04/25/05 $1,000,000/C1aim
$1,000,000/Agerepte
DESCRIPTION OP SPECIAL ITEMS/EXCEPTIONS
Should any of the above described policies be cancelled or changed before the expiration date thereof, the issuing company will mail
thirty (30) days written notice to the certificate holder named below.
CERTIFICATI3 HOLDER City of Roum4 Rock
221 E. Main Street
Round Rock, Texas 78664
at: Christine Martinez, City Secretary
Rated 2/10/03 - rrofegui1mal Liability Cartifiaata.600
SIGNATURE OF AUTHORIZED REPRESENTATIVE
Title: _Sales Executive
SCALE: 1" = 1000'
McNutt Creek
Wastewater Interceptor
Project
ROUND ROCK, TEXAS
PLREPOS1 PASSION PROSPERITY
S:GRAPHICS/LOCATION PAAPS/MIKEIMCNUTT CREEK WASTEWATER INTERCEPTOR.APR MB 01-08-04
DATE: May 7, 2004
SUBJECT: City Council Meeting - May 13, 2004
ITEM: 13.G.1. Consider a resolution authorizing the Mayor to execute a
Contract for Engineering Services with K. Friese & Associates,
Inc. for the McNutt Creek Wastewater Interceptor Project -
Phase I.
Department:
Staff Person:
Justification:
Water and Wastewater Utilities
Tom Clark, Director of Utilities
The McNutt Creek drainage basin is located on the eastern end of
the City's ETJ. There is no City water or wastewater infrastructure
in this part of the Round Rock ETJ. To prepare for the development
and growth, the City has developed a Wastewater Master Plan that
includes the construction of this interceptor to serve this area. The
construction of this interceptor will allow the developer's to tie into
the City's wastewater system in the near future. These preliminary
engineering services include preliminary design and alignment,
environmental and geological assessments, archeological
investigation, right -of -entry documentation, identify required
easements, design/property surveying, and estimated construction
and final design costs. The scope of the final engineering services
will be to complete the design of the wastewater interceptor,
including bidding and construction services. These services will be
done under a Supplemental Agreement to this contract, which will
require Council authorization.
Funding:
Cost: $79,991.66
Source of funds: Capital Project Funds (Utility Fund)
Outside Resources:
K. Friese & Associates
Background Information:
Public Comment:
N/A
The project scope of work is to construct a large
wastewater interceptor from the existing Brushy
Creek Regional Wastewater Plant located on the
eastern side of the City of Round Rock, and extend
north-easterly to the McNutt Creek drainage basin.
The total length of the wastewater line will be
approximately 7,200 linear feet and the pipe size
which will be determined during preliminary design,
may range from 48 -inch to 60 -inch. The City
anticipates that the construction of the project can be
complete within 24 months of awarding a contract to
K. Friese & Associates.
EXECUTED
DOCUMENT
FOLLOWS
R(31 N I) R( )(K, I I \
CITY OF ROUND ROCK
CONTRACT FOR ENGINEERING SERVICES
FIRM K FRIESE & ASSOCIATES, INC.
ADDRESS: 6601 Cat Creek Trail, Austin, TX 78731
PROJECT: MCNUTT CREEK WASTEWATER INTERCEPTOR
("Engineer")
THE STATE OF TEXAS
COUNTY OF WILLIAMSON
THIS CONTRACT FOR ENGINEERING SERVICES ("Contract") is made and entered into on
this the 13 day of rn i y , 2004 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
File Name: mcnutt crk ww; k friese; 66360
(15-43— 130 1
Rev. 02/23/04
00064494
CONTRACT DOCUMENTS
The Contract Documents consist of this Contract and any exhibits attached hereto (which
exhibits are hereby incorporated into and made a part of this Contract) and all Supplemental Contracts
(as defined herein in Article 13) which are subsequently issued. These form the entire contract, and all
are as fully a part of this Contract as if attached to this Contract or repeated herein.
ARTICLE 1
CITY SERVICES
City shall perform or provide services as identified in Exhibit A entitled "City Services."
ARTICLE 2
ENGINEERING SERVICES
Engineer shall perform Engineering Services as identified in Exhibit B entitled "Engineering
Services."
Engineer shall perform the Engineering Services in accordance with the Work Schedule as
identified in Exhibit C entitled "Work Schedule." Such Work Schedule shall contain a complete
schedule so that the Engineering Services under this Contract may be accomplished within the specified
time and at the specified cost. The Work Schedule shall provide specific work sequences and 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 performed 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 Seventy-nine Thousand Nine Hundred ninety-one and sixty-six cents ($ 79, 991.66 )
as shown in Exhibit D. The lump sum amount payable shall be revised equitably only by written
Supplemental Contract in the event of a change in Engineering Services as authorized by City.
Engineer shall prepare and submit to City monthly progress reports in sufficient detail to support
the progress of the Engineering Services and to support invoices requesting monthly payment. Any
preferred format of City for such monthly progress reports shall be identified in Exhibit B. Satisfactory
progress of Engineering Services shall be an absolute condition of payment.
The fee herein referenced may be adjusted for additional Engineering Services requested and
performed only if approved by written Supplemental Contract.
ARTICLE 5
METHOD OF PAYMENT
Payments to Engineer shall be made while Engineering Services are in progress. Engineer shall
prepare and submit to City, not more frequently than once per month, a progress report as referenced in
Article 4 above. Such progress report shall state the percentage of completion of Engineering Services
accomplished during that billing period and to date. Simultaneous with submission of such progress
report, Engineer shall prepare and submit one (1) original and one (1) copy of a certified invoice in a
form acceptable to City. This submittal shall also include a progress assessment report in a form
acceptable to City.
Progress payments shall be made in proportion to the percentage of completion of Engineering
Services identified in Exhibit D. Progress payments shall be made by City based upon Engineering
Services actually provided and performed. Upon timely receipt and approval of each statement, City
shall make a good faith effort to pay the amount which is due and payable within thirty (30) days. City
reserves the right to withhold payment pending verification of satisfactory Engineering Services
performed. Engineer has the responsibility to submit proof to City, adequate and sufficient in its
determination, that tasks were completed.
The certified statements shall show the total amount earned to the date of submission and shall
show the amount due and payable as of the date of the current statement. Final payment does not relieve
Engineer of the responsibility of correcting any errors and/or omissions resulting from his/her/its
negligence.
3
ARTICLE 6
PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Engineer
will be made within thirty (30) days of the day on which the performance of services was complete, or
within thirty (30) days of the day on which City receives a correct invoice for services, whichever is
later. Engineer may charge a late fee (fee shall not be greater than that which is permitted by Texas law)
for payments not made in accordance with this prompt payment policy; however, this policy does not
apply in the event:
A. There is a bona fide dispute between City and Engineer concerning the supplies,
materials, or equipment delivered or the services performed that causes the payment to be
late; or
B. The terms of a federal contract, grant, regulation, or statute prevent City from making a
timely payment with federal funds; or
C. There is a bona fide dispute between Engineer and a subcontractor or between a
subcontractor and its supplier concerning supplies, materials, or equipment delivered or
the Engineering Services performed which causes the payment to be late; or
D. The invoice is not mailed to City in strict accordance with instructions, if any, on the
purchase order, or this Contract or other such contractual agreement.
City shall document to Engineer the issues related to disputed invoices within ten (10) calendar
days of receipt of such invoice. Any non -disputed invoices shall be considered correct and payable per
the terms of Chapter 2251, V.T.C.A., Texas Government Code.
ARTICLE 7
NOTICE TO PROCEED
The Engineer shall not proceed with any task listed on Exhibit B until the City has issued a
written Notice to Proceed regarding such task. The City shall not be responsible for work performed or
costs incurred by Engineer related to any task for which a Notice to Proceed has not been issued.
ARTICLE 8
PROJECT TEAM
City's Designated Representative for purposes of this Contract is as follows:
Michael Thane, P.E.
Engineer
2008 Enterprise
Round Rock, Texas 78664
Telephone Number (512) 218-3236
Fax Number (512) 218-5563
Email Address mthane(&,round-rock.tx.us
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:
Tom Owens, P.E.
Associate
6601 Cat Creek Trail
Austin, TX 78731
Telephone Number (512) 338-1704
Fax Number (512) 338-1784
Email Address towensAkfriese.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 Contract will be
executed between the parties as provided in Article 13. Engineer shall not perform any proposed
additional work nor incur any additional costs prior to the execution, by both parties, of a written
Supplemental Contract. City shall not be responsible for actions by Engineer nor for any costs incurred
by Engineer relating to additional work not directly associated with the performance of the Engineering
Services authorized in this Contract or any amendments thereto.
ARTICLE 12
CHANGES IN ENGINEERING SERVICES
If City deems it necessary to request changes to previously satisfactorily completed Engineering
Services or parts thereof which involve changes to the original Engineering Services or character of
Engineering Services under this Contract, then Engineer shall make such revisions as requested and as
directed by City. Such revisions shall be considered as additional Engineering Services and paid for as
specified under Article 11.
Engineer shall make revisions to Engineering Services authorized hereunder as are necessary to
correct errors appearing therein, when required to do so by City. No additional compensation shall be
due for such Engineering Services.
6
ARTICLE 13
SUPPLEMENTAL CONTRACTS
The terms of this Contract may be modified by written Supplemental Contract if City
determines that there has been a significant change in (1) the scope, complexity or character of the
Engineering Services, or (2) the duration of the Engineering Services. Any such Supplemental Contract
must be duly authorized by City Council Resolution. Engineer shall not proceed until the appropriate
Resolution has been adopted. 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 Council authorizes full execution of the written
Supplemental Contract and authorization to proceed. City reserves the right to withhold payment
pending verification of satisfactory Engineering Services performed.
ARTICLE 14
OWNERSHIP OF DOCUMENTS
All data, basic sketches, charts, calculations, plans, specifications, and other documents created
or collected under the terms of this Contract are the exclusive property of City and shall be furnished to
City upon request. All documents prepared by Engineer and all documents furnished to Engineer by
City shall be delivered to City upon completion or termination of this Contract. Engineer, at its own
expense, may retain copies of such documents or any other data which it has finnished City under this
Contract.
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.
7
ARTICLE 17
EVALUATION OF ENGINEERING SERVICES
City, or any authorized representatives of it, shall have the right at all reasonable times to review
or otherwise evaluate the Engineering Services performed or being performed hereunder and the
premises on which it is being performed. If any review or evaluation is made on the premises of
Engineer or a subcontractor, then Engineer shall provide and require its subcontractors to provide all
reasonable facilities and assistance for the safety and convenience of City or other representatives in the
performance of their duties.
ARTICLE 18
SUBMISSION OF REPORTS
All applicable study reports shall be submitted in preliminary form for approval by City before
any final report is issued. City's comments on Engineer's preliminary reports shall be addressed in any
final report.
ARTICLE 19
VIOLATION OF CONTRACT TERMS/BREACH OF CONTRACT
Violation of contract terms or breach of contract by Engineer shall be grounds for termination of
this Contract, and any increased costs arising from Engineer's default, breach of contract, or violation
of contract terms shall be paid by Engineer.
ARTICLE 20
TERMINATION
This Contract may be terminated as set forth below.
(1) By mutual agreement and consent, in writing, of both parties.
(2) By City, by notice in writing to Engineer, as a consequence of failure by Engineer to
perform the Engineering Services set forth herein in a satisfactory manner.
(3) By either party, upon the failure of the other party to fulfill its obligations as set forth
herein.
(4) By City, for reasons of its own and not subject to the mutual consent of Engineer, upon
not less than thirty (30) days' written notice to Engineer.
(5) By satisfactory completion of all Engineering Services and obligations described herein.
Should City terminate this Contract as herein provided, no fees other than fees due and payable
at the time of termination shall thereafter be paid to Engineer. In determining the value of the
Engineering Services performed by Engineer prior to termination, City shall be the sole judge.
Compensation for Engineering Services at termination will be based on a percentage of the Engineering
8
Services completed at that time. Should City terminate this Contract under Subsection (4) immediately
above, then the amount charged during the thirty -day notice period shall not exceed the amount charged
during the preceding thirty (30) days.
If Engineer defaults in the performance of this Contract or if City terminates this Contract for
fault on the part of Engineer, then City shall give consideration to the actual costs incurred by Engineer
in performing the Engineering Services to the date of default, the amount of Engineering Services
required which was satisfactorily completed to date of default, the value of the Engineering Services
which are usable to City, the cost to City of employing another firm to complete the Engineering
Services required and the time required to do so, and other factors which affect the value to City of the
Engineering Services performed at the time of default.
The termination of this Contract and payment of an amount in settlement as prescribed above
shall extinguish all rights, duties, and obligations of City and Engineer under this Contract, except the
obligations set forth herein in Article 21 entitled "Compliance with Laws." If the termination of this
Contract is due to the failure of Engineer to fulfill his/her/its contractual obligations, then City may take
over the project and prosecute the Engineering Services to completion. In such case, Engineer shall be
liable to City for any additional and reasonable costs incurred by City.
Engineer shall be responsible for the settlement of all contractual and administrative issues
arising out of any procurements made by Engineer in support of the Engineering Services under this
Contract.
ARTICLE 21
COMPLIANCE WITH LAWS
(1) Compliance. Engineer shall comply with all applicable federal, state and local laws,
statutes, codes, ordinances, rules and regulations, and the orders and decrees of any court, or
administrative bodies or tribunals in any manner affecting the performance of this Contract, including
without limitation, minimum/maximum salary and wage statutes and regulations, and licensing laws
and regulations. Engineer shall furnish City with satisfactory proof of his/her/its compliance.
Engineer shall further obtain all permits and licenses required in the performance of the
Engineering Services contracted for herein.
(2) Taxes. Engineer will pay all taxes, if any, required by law arising by virtue of the
Engineering Services performed hereunder. City is qualified for exemption pursuant to the provisions
of Section 151.309 of the Texas Limited Sales, Excise, and Use Tax Act.
ARTICLE 22
INDEMNIFICATION
Engineer shall save and hold harmless City and its officers and employees from all claims and
liabilities due to activities of his/her/itself and his/her/its agents or employees, performed under this
Contract, which are caused by or which result from the negligent error, omission, or negligent act of
Engineer or of any person employed by Engineer or under Engineer's direction or control.
9
Engineer shall also save and hold City harmless from any and all expenses, including but not
limited to 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 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 from a company authorized to do insurance business in Texas and otherwise
10
acceptable to City. Engineer shall also notify City, within twenty-four (24) hours of receipt, of any
notices of expiration, cancellation, non -renewal, or material change in coverage it receives from its
insurer.
(2) Subconsultant Insurance. Without limiting any of the other obligations or liabilities of
Engineer, Engineer shall require each subconsultant performing work under this Contract to maintain
during the term of this Contract, at the subconsultant's own expense, the same stipulated minimum
insurance required in Article 26, Section (1) above, including the required provisions and additional
policy conditions as shown below in Article 26, Section (3).
Engineer shall obtain and monitor the certificates of insurance from each subconsultant in order
to assure compliance with the insurance requirements. Engineer must retain the certificates of insurance
for the duration of this Contract, and shall have the responsibility of enforcing these insurance
requirements among its subconsultants. City shall be entitled, upon request and without expense, to
receive copies of these certificates of insurance.
(3) Insurance Policy Endorsements. Each insurance policy shall include the following
conditions by endorsement to the policy:
(a) Each policy shall require that thirty (30) days prior to the expiration, cancellation, non-
renewal or reduction in limits by endorsement a notice thereof shall be given to City by
certified mail to:
City Manager, City of Round Rock
221 East Main Street
Round Rock, Texas 78664
(b) The policy clause "Other Insurance" shall not apply to any insurance coverage currently
held by City, to any such future coverage, or to City's Self -Insured Retentions of
whatever nature.
(4) Cost of Insurance. The cost of all insurance required herein to be secured and maintained
by Engineer shall be borne solely by Engineer, with certificates of insurance evidencing such minimum
coverage in force to be filed with City. Such Certificates of Insurance are evidenced as Exhibit E herein
entitled "Certificates of Insurance."
ARTICLE 27
COPYRIGHTS
City shall have the royalty -free, nonexclusive and irrevocable right to reproduce, publish or
otherwise use, and to authorize others to use, any reports developed by Engineer for governmental
purposes.
11
ARTICLE 28
SUCCESSORS AND ASSIGNS
This Contract shall be binding upon and inure to the benefit of the parties hereto, their
successors, lawful assigns, and legal representatives. Engineer may not assign, sublet or transfer any
interest in this Contract, in whole or in part, by operation of law or otherwise, without obtaining the
prior written consent of City.
ARTICLE 29
SEVERABILITY
In the event any one or more of the provisions contained in this Contract shall for any reason be
held to be invalid, illegal or unenforceable in any respect, then such invalidity, illegality or
unenforceability shall not affect any other provision thereof and this Contract shall be construed as if
such invalid, illegal or unenforceable provision had never been contained herein.
ARTICLE 30
PRIOR AGREEMENTS SUPERSEDED
This Contract constitutes the sole agreement of the parties hereto, and supersedes any prior
understandings or written or oral contracts between the parties respecting the subject matter defined
herein. This Contract may only be amended or supplemented by mutual agreement of the parties hereto
in writing.
ARTICLE 31
ENGINEER'S ACCOUNTING RECORDS
Records pertaining to the project, and records of accounts between City and Engineer, shall be
kept on a generally recognized accounting basis and shall be available to City or its authorized
representatives at mutually convenient times. The City reserves the right to review all records it deems
relevant which are related to this Contract.
ARTICLE 32
NOTICES
All notices to either party by the other required under this Contract shall be personally delivered
or mailed to such party at the following respective addresses:
City:
City of Round Rock
Attention: City Manager
221 East Main Street
Round Rock, TX 78664
12
and to:
Stephan L. Sheets
City Attorney
309 East Main Street
Round Rock, TX 78664
Engineer:
Karen A. Friese, P.E.
President
K Friese & Associates, Inc.
6601 Cat Creek Trail
Austin, TX 78731
ARTICLE 33
GENERAL PROVISIONS
(1) Time is of the Essence. Engineer understands and agrees that time is of the essence and
that any failure of Engineer to complete the Engineering Services for each phase of this Contract within
the agreed Work Schedule may constitute a material breach of this Contract. Engineer shall be fully
responsible for his/her/its delays or for failures to use his/her/its reasonable efforts in accordance with
the terms of this Contract and the Engineer's standard ofperformance as defined herein. Where damage
is caused to City due to Engineer's negligent failure to perform City may accordingly withhold, to the
extent of such damage, Engineer's payments hereunder without waiver of any of City's additional legal
rights or remedies.
(2) Force Majeure. Neither City nor Engineer shall be deemed in violation of this Contract if
prevented from performing any of their obligations hereunder by reasons for which they are not
responsible or circumstances beyond their control. However, notice of such impediment or delay in
performance must be timely given, and all reasonable efforts undertaken to mitigate its effects.
(3) Enforcement and Venue. This Contract shall be enforceable in Round Rock, Williamson
County, Texas, and if legal action is necessary by either party with respect to the enforcement of any or
all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas.
This Contract shall be governed by and construed in accordance with the laws and court decisions of
the State of Texas.
(4) Standard of Performance. The standard of care for all professional engineering,
consulting and related services performed or furnished by Engineer and its employees under this
Contract will be the care and skill ordinarily used by members of Engineer's profession practicing
under the same or similar circumstances at the same time and in the same locality. Excepting Articles
25 and 34 herein, Engineer makes no warranties, express or implied, under this Contract or otherwise,
in connection with the Engineering Services.
13
(5) Opinion of Probable Cost. Any opinions of probable project cost or probable construction
cost provided by Engineer are made on the basis of information available to Engineer and on the basis
of Engineer's experience and qualifications and represents its judgment as an experienced and qualified
professional engineer. However, since Engineer has no control over the cost of labor, materials,
equipment or services furnished by others, or over the contractor(s') methods of determining prices, or
over competitive bidding or market conditions, Engineer does not guarantee that proposals, bids or
actual project or construction cost will not vary from opinions of probable cost Engineer prepares.
(6) Opinions and Determinations. Where the terms of this Contract provide for action to be
based upon opinion, judgment, approval, review, or determination of either party hereto, such terms are
not intended to be and shall never be construed as permitting such opinion, judgment, approval, review,
or determination to be arbitrary, capricious, or unreasonable.
ARTICLE 34
SIGNATORY WARRANTY
The undersigned signatory for Engineer hereby represents and warrants that the signatory is an
officer of the organization for which he/she has executed this Contract and that he/she has full and
complete authority to enter into this Contract on behalf of the firm. The above -stated representations
and warranties are made for the purpose of inducing City to enter into this Contract.
IN WITNESS WHEREOF, the City of Round Rock has caused this Contract to be signed in its
corporate name by its Mayor, duly authorized to execute the same on its behalf by
Resolution No. le -04-65-13-1341, approved by the City Council on the / 3 day of the month
of in Ny , 2004, and Engineer, signing by and through its duly authorized representative(s),
thereby binding the parties hereto, their successors, assigns and representatives for the faithful and full
performance of the terms and provisions hereof.
ATTEST:
By:
k
Christine Martinez, City Secretary
K FRIESE & ASSOCIATES, INC.
By:
Signa
Printed
04A -4.N.
e of Principal
ame: KAREN A. F-eiEsE
14
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
EXHIBIT A
City Services
16
EXHIBIT A
MCNUTT CREEK INTERCEPTOR PROJECT — PHASE I
SERVICES TO BE PERFORMED BY CITY
The City of Round Rock Engineering and Development Services Department will furnish to
the Engineer the following assistance and information:
1. Furnish the following information along the proposed route, in electronic format
when available:
• Existing aerial photography
• Subdivision Plats
• Site Plans
• Future Land Use
• Utility Information (plans, maps, etc.) archived with the City
2. Facilitate and attend meetings with affected landowners.
3. Assist in obtaining right -of -entry.
4. Assist in the utility coordination process.
5. Provide design criteria for the project, including future flow projections.
Page 1 of 1
EXHIBIT B
Engineering Services
17
EXHIBIT B
MCNUTT CREEK INTERCEPTOR PROJECT — PHASE I
SERVICES TO BE PERFORMED BY ENGINEER
General
The work to be performed by K Friese & Associates, Inc. (KFA) under this contract shall
consist of providing preliminary engineering services for the McNutt Creek Interceptor
Project — Phase I. The project will consist of approximately 7,200 linear feet of 48 -inch to
66 -inch diameter wastewater interceptor extending from McNutt Creek north of Highway 79
to the Brushy Creek Regional Wastewater Treatment Plant.
KFA shall provide the following services required for preliminary engineering of the above -
referenced project:
A. Project Kick-off
1. Meet with City Staff and LCRA to review/discuss project details, work plan, and
schedule.
2. Review existing aerial photography, tax maps, and future land use for alignment
options and meet with City Staff to discuss.
B. Public Involvement / Right -of -Entries
1. Meet with affected landowners to discuss project and alignment options.
2. Coordinate with landowners and City Staff to obtain Right -of -Entries for KFA and
Subconsultants.
C. Identify Candidate Alignments (2 assumed)
1. Develop base map using existing aerial photography, tax maps and other available
data sources.
2. Identify two candidate alignments (assumes one alignment will be primarily open -cut
construction and one alignment trenchless construction) and mark proposed
alignments in the field for additional investigation.
D. Survey Critical Elevations — Under the direction of KFA, Inland Civil Associates, LLC will
recover established survey datum control (primary control) as established and published by the City
of Round Rock. Set permanent and temporary benchmarks for use throughout the life of the project.
Field tie obvious evidence of property lines to survey. Make "One -Call" utility contact and locate
visible utilities and those as marked as underground in the area of the survey. Collect sufficient spot
elevations for "critical elevations" for route analyses and modeling. This survey may include:
structures, drainage features, railroad features, highway features, and improvements as needed.
Page 1 of 2
EXHIBIT B
MCNUTT CREEK INTERCEPTOR PROJECT — PHASE I
SERVICES TO BE PERFORMED BY ENGINEER
E. Route Analysis
1. SWCA will conduct literature searches for sensitive natural and cultural resources
that could pose constraints to the proposed wastewater interceptor routes. A search of
the files and maps at the Texas Parks and Wildlife (TPWD), Texas Historical
Commission (THC), and Texas Archaeological Research Laboratory (TARL) will be
conducted to identify and map endangered or threatened species, sensitive natural
communities, or sensitive historic or pre -historic resources known to occur in close
proximity to the study area. Additional sources of information that will be utilized
include published reports, aerial photographs, maps, and records at the Texas Natural
Resources Information Systems archives. The information obtained from these efforts
will be used to help identify potential permitting constraints. Following the literature
search, SWCA will conduct a brief field reconnaissance to verify the results of the
constraint map and to locate unrecorded constraints along the project route.
2. Considering the routes identified by KFA, Fugro South will conduct a geologic
assessment consisting of site reconnaissance, geologic literature review, and a review
of nearby boring data to determine general geologic conditions and suitability of
proposed construction methods.
3. Identify and map necessary easements for each proposed route.
4. Coordinate with the City and utility companies to identify the location of existing
utilities along each route.
5. Evaluate connection options at the Brushy Creek Regional Wastewater Treatment
Plant including coordination with the Lower Colorado River Authority and Brazos
River Authority for connection points, line routing, and construction methods.
6. Develop a preliminary spreadsheet static model of each proposed route for analysis of
capacity, slope and pipe sizes.
7. Evaluate appropriate construction methods, required workspace, and materials for
each proposed route.
8. Identify Local, State, and Federal permits required for each proposed route and
estimate acquisition time for each permit.
9. Coordinate with TxDOT and Union Pacific Railroad on crossing locations,
construction methods, and permitting requirements.
10. Develop cost estimates for each proposed route based on the information gathered
above.
F. Preliminary Engineering Report — Document the above findings in a preliminary
engineering report including cost tables, model output, and mapping. Report will include a
recommendation on the interceptor route, construction methods, and materials. Six copies of
the draft preliminary engineering report will be delivered to the City for review and
comment. After incorporating City comments, three final copies of the report will be
submitted.
Page 2 of 2
EXHIBIT C
Work Schedule
18
EXHIBIT C
MCNUTT CREEK INTERCEPTOR PROJECT - PHASE I
WORK SCHEDULE
ID Task Name Duration May June July August September
5/2 5/9 5/16 5/23 5/30 6/6 6/13 6/20 6/27 7/4 7/11 7/18 7/25 8/1 8/8 8/15 8/22 8/29 9/5 9/12 9/19 9/26 10/3
1 Project Kick-off 2 wks WOMW
2 Kick-off Meeting 0 days or
14
3 Data Gathering 2 wks 5/14 5/27
4 Alignment Options Meeting 0 days 5/27
5 Public Involvement/R.O.E. 4 wks omw
6 Landowner Meetings 2 wks 5/28 6/10
7 Obtain R.O.E.s 2 wks 6111 6/24
8 Identity Candidate Alignments 5 wks IV
9 Base Mapping 2 wks 5/28 6/10
10 Field Investigations 1 wk 6/25 7/1
11 Survey Critical Elevations 2 wks 6/25 7/8
12 Route Analysis 8 wks
13 Env.Constraints Survey 2 wks 712 7/15
14 Geologic Assessment 2 wks 712 ,. 7/15
15 Easement Evaluation 1 wk 712 7/8
16 Utility Research 4 wks 7/2 7/29
17 Plant Connection Options 2 wks 7/9 7/22
18 Preliminary Modeling 2 wks 7/23 815
19 Methods&Materials Eval. 2 wks 8/6 8/19
20 Permitting Requirements 1 wk 816 8112
21 TxDOT&UPRR Coordination 2 wks 8/6 8119
22 Cost Estimates 1 wk
8/20 8/26
23 Preliminary Eng.Report 5 wks
24 Draft PER 2 wks 8/27 919
25 CORR Review 2 wks 9/10 .v 9123
26 Final PER 1 wk
9124 f 9/30
EXHIBIT C
Thu 4/22/04
EXHIBIT D
Fee Schedule
19
EXHIBIT D
MCNUTT CREEK INTERCEPTOR PROJECT- PHASE I
FEE SCHEDULE
Pro
D Total Direct Sub-
Principal Manlager ! Engineer ! Techect Project niciian 'Clerical Labor Labor I Consultant Expenses! Overhead
I I &Profit Total
Task Hours Hours Hours Hours Hours Hours Cost Cost Costes Cast Cost
Project
-- -- T -k _..-- - - }--- =-- - $50.00 $1,615.42 $2,431.02
9 O 8 8 � 20 $765 60�
2 Data Gathering --_ 8 16 4 28 $937 20 - $1,977.49 $2,964.69
Public Involvement/Right-of-Entries - 22 $841.20 -
1 Meet with affected landowners - 2 16 4 - -- -8 -$581.00 -'- ---7-$1,225.91
_ $1,774.93 $2,616.13
2 1 Obtain ROE s_ ( '_ 2 4 8 4 l $1,225.91 $1,806.91
Identify Candidate Alignments 2 _ __ _- -_- -
_-_ I -- - ----- -
1 Base ma ping _ 1 2 8 24 35 _$970 50' $2,047.76 $3,018.26
2 Field Investigations
1 - 8 g 17
- $6213 - - $5000; $1,310.94 $1,982.24
_ 1 - t ----
----------
2
T- -
- - _ - - r ------ 7.00 - $1,395.34 $17,643.64
Route AnalSury
ysis
cal Elevations - 1 I 4 i 8 IH -- -
1 Environmental Constraints Survey -1 - 2 4 4 11 $354 70; $3,800.00 r $748 42 $4,903.12
661 30
2 deal Foal Assessment 2 4 — $2,500.00::
- _-- -- --
og_ _ -__ 4 r _10 $306 60 $2,500.00 $646.93 $3,453.53
3 (Easement Evaluation 2 8 4 14 $440.40 $929.24 $1,369.64
4 'Utility Research _ - - i 2 24 8 1 4 38 $1,136.40 $50.00 $2,397.80 $3,58_4.20
-- -
-- - -
5 Evaluate Plant Connection Options 1 _ 8 32 _ 41 $1,424 10 $3,004.85 $4,428.95
6 'Prelimina Modeling 1 16 40 4 61 $2,093.70 + $4417.71 $6,511.41
7 Construction Methods 8 Materials Evaluation 1 -- 16 40 - - } 57 _$1,997.301 $_4,214.30 $6,211.60
8 - - 19 $659.70 f - ---
0 Ct!Coordination wrrxDOT and UPRR ; 8 16 .$1 391.97 $2,051.67
Iden Permitting Requirements 1 2
-- + -- - __ 25 $832 50 �- 1 $1,756.58 $2,589.08
- - _ 16 4 --'-- - -- -- _ - -- -- -
- 1 429 $2,078.98 $3,064.28
r 00 $2,9$3.60' __-- ---- -
Prelimina En ineerin Report 4 16 40 16 24 $300.00 $6,147.70 $9,361.30
22 1 128 1 300 84 32 1 566 $18,522.40, $21,887.00 $500.00 $39,082.26 $79,991.66
EXHIBIT K FRIESE&ASSOCIATES, INC. 4i22Wo04
EXHIBIT E
Certificates of Insurance
20
04/22/2004 15:39 00000000000
111 1111111111111111 PAGE 01/01
CERTIFICATE OF LIABILITY INSURANCE sate:04/22/2004_
PROFESSIONAL SERVICES
PRODUCER COMPANIE5 AFFORDING COWRAGE
V31 Inaura7�ce Serviicfss of Texas A XL 6peclalty lf>wettrance Company
1446 South IH-35,Suite 301 H
Austin,Texas 78704
Phone: 512/443.08'18 C
INSURED D
K.>~riese&Associates,Inc.
6603 Cat Creek Trail
Austin,TX 78731
Phone: 512 33$-1704
THIS IS TO CERTIFY THAT the insured named above is insured by the Companies listed above with re$pect to
the business operations hereinafter described, for the types of insuranceand in accordance with the provisions Of the
standard policiea used by the companies, and further hereinafter described. Exceptions to the policies are noted
below.
EXPIRATION MOTS
CO TYPE UP T[i'SUl�,py.1�TGE POLICY TG'T� DATE
NUM UR DA`s
A PRoMSIONA:�I.IA,taJLMY DP69403166 04/25/04 04/23/05 $1,000,0001Caairl
$1,000,000/AMepte
DESCRIPTION OF SPRCM ITBMS/EXCF,P7.T0N8
Should any of the above described policies be cancelled or changed before the expiration date thereof, the issuing company will mail
thirty(30)days written notice to the certificate holder rimed below.
CER'TVICATE HOLDER: City of Round Rock
221 E.Main Street
Round Rock,Texas 78664
atttl:Christilke Martinez,City Swetary
SIGNATUIZ,E OF AUTHORIZED REPRESENTATIVE
• !°l�llt.
Typed ame: _Jim nmmersan
Title: _--Sales Executive
Rev'd 2/10103-Rrothasianal tiAbility Ce012c93e.d00