Loading...
Contract - Gupta and Associates - 10/14/2021ROUND ROCK TEXAS CITY OF ROUND ROCK CONTRACT FOR ENGINEERING SERVICES FIRM: GUPTA & ASSOCIATES, INC. ("Engineer") ADDRESS: 13717 Neutron Road, Dallas, TX 75244 PROJECT: Water Distribution System Generator Addition THE STATE OF TEXAS § COUNTY OF WILLIAMSON § THIS CONTRACT FOR ENGINEERING SERVICES ("Contract") is made and entered into on this the day of C2AZ, 2021 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: Time and Materials Engineering Services Contract Rev. 08/19 0199.202121;00482314 00296523 f-w 2b:�-.-2L61 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 Engineerform shall perEngineering 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 0 review tirr►es 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 0 (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 toydauntil such time as the Engineering Services are completed. Any Engineering Services C;F 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 11,111,11)e 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 4P OP 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 all engineering services performed and to be performed under this Contract,. Engineer shall be paid on the basis of actual hours worked by employees performing work associated with this Contract, in accordance with the Fee Schedule attached hereto as Exhibit D. 40 40 Payment of monies due for the Engineer's subconsultant's services shall be based on the actual amount billed to the Engineer by the subcons*ultant. Payment of monies due for direct cost expenses shall be based on the actual costs. The maximum amount payable under this Contract, without modification of this Contract as provided herein, is the sum of Two Hundred Ten Thousand One Hundred Eighty -Six and No/100 Dollars. ($210,186.001. Engineer shall prepare and submit to City monthly progress reports in sufficient detail to support the progress of the work and to support invoices requesting monthly payment,, Any preferred format of City for such monthly progress reports shall be identified i*n Exhibit B entitled " Engineering Services". Satisfactory progress of work shall be an absolute condition of payment,, The maximum amount payable herein may be adjusted for additional work requested and performed only if approved by written Supplemental Agreement. 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 i*n a form acceptable to City. This submittal shall also include a progress assessment report i*n 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 49 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 1"n 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 stateient. Final payment does I I )t relieve 3 Engineer of the responsibility of correcting any errors and/or omissions resulting from his/her/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 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 40 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 T-0 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 C ity 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 Ci*ty's Designated Representative for purposes of this Contract is as follows: Kaitlyn Saucedo Project Manager 3400 Sunrise Road Round Rock, TX 78665 Telephone Number (512) 218-7076 Ei Mobile Number (512) 401 =o8517 Fax Number (512) 255-6916 Email Address ksaucedo r(4roundrocktexas.gov 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: George Luke Engineering Manager 13717 Neutron Road Dallas, TX 75244 Telephone Number (972) 490-7661 Fax Number N/A Email Address a1ukeCcv',-.aq i*con su It i n� 0 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 Ciry 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 sIs ignificant 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 40 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 i's 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. .It 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 0 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 I I. Engineer. shall make revisions to Engineering Services authorized hereunder as are necessary to 0 correct errors appearing therein, when required to do so by City,, No additional compensation shall be 1 due for such Engineering Services. l*I 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 t roceed. 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 i*s 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 hold harmless Engineer from all claims, damages, losses and expenses., resulting therefrom. Any modification of the plans will be evidenced on 0 the plans and be signed and sealed by a licensed professional prior to re -use of modified plans. 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, t 1111111 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 11,111111111111111111illile pilermitted 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 I*n this Contract. Any electronic files are provided by Engineer for the convenience of City, and use of them i*s 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 wl'&thout 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 I*n 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,, 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 perthe Engineering Services set forth herein i form n 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 EngID ineer, 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, y shall be the sole judge. Compensation for Engineering Services at termination will 11,1111,111)e 1,11,11.)ased on a Iercentage of the Engineering 9 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 OP 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 reasonable and necessary 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 C.11)ntractual 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, mionimum/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. (3) As required by Chapter 2270, Government Code, Engineer hereby verifies that it does not boycott Israel and will not boycott Israel through the term of this Agreement. For purposes of this verification, "boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli - controlled territory, but does not include an action made for ordinary business purposes. 10 ARTICLE 22 INDEMNIFICATION - Engineer shall save and hold City harmless from all liability for damage to the extent that the damage is caused bY or results from an act of neg,igence, intentional tort, intellectual property infringement, or failure to pay a subcontractor or supplier committed by Engineer, Engineer's agent, or another entity over which Engineer exercises control. Engineer shall a1:113o 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 to the extent resulting from 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 (1f any such errors or DMissions 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 City in accordance with the Texas Engineering Registration for Professional Engineers. and date all appropriate engineering submissions to Practice Act and the rules o If the State Board of 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 40 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 o e 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 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 10 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)0 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) Engineer shall notify City thirty (30) days prior to the expiration, cancellation, non - renewal in coverage, and such 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. ARTICLE 28 SUCCESSORS AND ASSIGNS This Contract shall be binding upon and inure to the benefit of the partIs ies hereto, their 10 successors, lawful assigns, and legal representatives. Engineer may not assign, sublet or transfer any interest in this Contract, ion 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 40 held to be invalid, illegal or unenforceable in any respect, then such invalidity, illegality or 10 10 unenflorceabill*ty shall not affect any other provision thereof and this Contract shall be construed as 1*f 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: 13 City of Round Rock 4' Attention: City Manager 221 East Main Street Round Rock, TX 78664 and to: Stephan L. Sheets City Attorney 309 East Main Street Round Rock, TX 78664 Engineer0 : George Luke Engineering Manager 13717 Neutron Road Dallas', TX 75244 ARTICLE 33 GENERAL PROVISIONS (1) Time is of the Essence. The Services shall be performed expeditiously as is prudent considering the ordinary professional skill and care of a competent engineer. 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 16 this Contract. Engineer shall be fully responsible for his/her/its delays or for failures to use his/her/its reasonable efforts, in accordance with the terms of this Contract and the Engineer's standard of performance as defined herein. Where damage is caused to City due to Engineer's negligent failure to perform City may accordingly withhold, to the extent of such damage, Engineer's payments hereunder without waiver of any'of Ci*ty's additional legal rights or remedies. Any determination to withhold or set off shall be made in good faith and with written notice to Engineer provided, however, Engineer shall have fourteen (14) calendar days from receipt of the notice to submit a plan for cure reasonably acceptable to City. (2) Force Maj*eure. 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 i*n 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 14 all of the terms or conditions herein, exclusive venue for same shall lie 1*n 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 profess40 ional 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. (5) Opinion of Probable Cost. Any opinions of probable project cost or probable construction cost provided by Engineer are made on the basis of information available to Engineer and on the basis of Engineer's experience and qualifications and represents its judgment as an experienced and qualified professional engineer. However, since Engineer has no control over the cost of labor, materials, equipment or services furnished by others, or over the contractor(s') methods of determining prices, or over competitive bidding or market conditions, Engineer does not guarantee that proposals, bids or actual project or construction cost will not vary from opinions of probable cost Engineer prepares. (6) Opinions and Determinations. Where the terms of this Contract provide for action to be based upon opinion, judgment, approval, review, or determination of either party hereto, such terms are not intended to be and shall never be construed as permitting such opinion, judgment, approval, review, or determination to be arbitrary, capricious, or unreasonable,, ARTICLE 34 SIGNATORY WARRANTY The undersigned signatory for Engineer hereby represents and warrants that the signatory is an officer of the organization for which he/she has executed this Contract and that he/she has full and complete authority to enter into this Contract on behalf of the firm. The above -stated representations and warranties are made for the purpose of inducing City to enter into this Contract. IN WITNESS WHEREOF, the.City of Round Rock has caused this Contract to be signed -in its corporate name by its duly authorized City Manager or Mayor, 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. signature page follows) 15 CITY OF ROUND ROCK, TEXAS By: � �A I Craig Morg n, or ATTEST: By: 9f A'tt"- Sara L. White, City Clerk GUPTA & ASSOC TES, IN By:'zz Ya SignatuVame: f Prin pal Printedr _ J/ c APP O ED AST FORM: Stephan .Sheets, City Attorney Ire (1) Exhibit A (2) Exhibit B (3) Exhibit C (4) Exhibit D (5) Exhibit E LIST OF EXHIBITS ATTACHED City Services Engineering Services Work Schedule Fee Schedule Certificates of Insurance 17 EXHIBIT A City Services The City of Round Rock will furnish to the Engineer the following items/information: 1. Record drawings and documents pertaining to projects in the area, including easement documents, construction plans,, test records, topography, system maps., etc,, I Structural record documents for the existing structures., 3. Geotechnical information of each pump station where available. 4. Survey data for each pump station where available. 5. Standard bidding documents to be incorporated by the City into the Project Manual for bidding purposes. The City of Round Rock will provide the following services: 1. Marked up drawings and specifications after the 60% and 90% design review submittals. 2. Production of the Project Manual. 3. All advertisement of the Project for bidding purposes including posting the Project Manual and any addenda for prospective bidders to download. 4. Receipt of and opening sealed bids from bidders. 5. Escort GAI and sub -consultant personnel during site visits. EXHIBIT B Engineering Services 1. Overview and Understanding: This project will design, bid, and build standby generators (Project) for the City of Round Rock (Owner) at three separate pump stations. Gupta & Associates, Inc. (GAI) will perform both the electrical distribution and controls (ED&C) and the instrumentation and controls (I&C) design as the prime consultant to the Owner. GAI will utilize a subconsultant to perform the civil and structural engineering. LL Project Description —Basic Services 1.1.1. General Three pump stations are to be retrofitted with automatic transfer switches and standby generators. These locations are: I . Southeast Elevated Pump Station (Three 50HP motors) a. This pump station has a rather old single -sourced motor control center (MCC). b. There is space on the east side of the elevated storage tank (EST), near the existing electric meter. This is the anticipated location for the generator. c. Anew Automatic Transfer Switch (ATS) will be installed adjacent to the existing electric meter on an outdoor equipment rack. i. Power from the existing 400A disconnect switch will be routed to the ATS. ii. Power from the generator will be routed to the ATS. iii. The existing underground conduit from the* disconnect switch to the MCC will be rerouted to the ATS. New cable will be installed from the ATS through the existing conduit to the MCC. 2. South8l Pump Station (Two 100HP motors) a. This pump station has a relatively new dual -,main MCC. i. One main is from the utility transformer ii. The second main is from a junction box outside on the north wall which serves as a point of connection for a portable generator. This connection point will be left where it is but it will not be utilized for this new generator. b. There is space on the south side of the pumps that appears to be relatively clear of underground utilities. This is the anticipated location for the permanently installed generator. c. Anew ATS will be installed on the north wall of the pump station. d. Power from the utility transformer will be re-routed into this ATS. Power from this ATS will be routed into the MCC and connected to what is currently the Utility Main. e. Power from the generator will be routed underground, along the east side of the building to the ATS. 3. Southeast Ground Pump Station (Three 300HP motors) a. This pump station has a relatively new single -sourced MCC. b. There is very little free space from which to choose where to situate the new generator. The most open area is between the ground storage tank (GST) and the driveway, where the driveway turns from north south to east/west. This is the anticipated location for the generator, but it may be necessary to reroute the driveway to provide adequate clearance. c. There is a relatively old outdoor 1600A switchboard outside the building. i. This switchboard provides ground fault protection as required by NEC Art. 230.95. ii. The utility transformer serves this switchboard and this switchboard serves the relatively new MCC inside the pump station. d. Anew 4-pole ATS will be installed inside the pump station on the south wall. i. New conduits will be installed between the existing outdoor switchboard and the new ATS to provide utility power to the ATS. ii. Conduits from the generator will be routed to the ATS to provide emergency power to the ATS. iii. The existing conduits from the outdoor switchboard to the MCC will be abandoned in place and the existing conductors will be removed. IV. New conduits and conductors will be installed overhead from the ATS to the MCC. Page 1 of 4 EXHIBIT B Engineering Services 1.1.2. Electrical Distribution and Controls I - Generators are to be 48OV, diesel engine driven. 2. An automatic transfer switch (ATS) will be installed at each location. 3. Services: a. The existing electric utility incoming service will be rerouted to the Norn-ial Source of the ATS. b. The generator will be routed to the Emergency Source of the ATS. c. The output from the ATS will be routed to the existing main service disconnect switch. 4. A preliminary power study will be performed during design. The final power study, including protective device coordination, will be performed during construction by the Construction Contractor. 1.1.3. Instrumentation and Controls 1. Each generator and each ATS will be connected to the existing pump station controller for remote monitoring. GAI assumes the existing pump station controller either has sufficient hardwired 1/0 points available or has the capability to monitor this equipment via a network cable (RS-485 or Ethernet). 2. The generators and ATS will be programmed to perform an automatic test on a weekly basis. 1.2. Subconsultant Services GAI will utilize the services of subconsultants to provide the following services0 : I - Structural — design of three equipment pads for the generators 2. Site Survey — topographical survey for generator pads 3. Geotechnical — one bore at each location (assuming previous geotechnical report is not available) 2.1. Work Definition 2.1.1. Administrative This work will include the following administrative services: 1. GAI will provide various submittals for Owner's review of the design process. are expected to be: d. 60% Design for Owner's review e. 90% Design for Owner's review f. 100% Design for Owner's (and TWDB if needed) review g. Sealed and signed documents for advertisement h. Conformed documents for construction These submittals 2. GAI will provide monthly invoicing for this work to Owner. The durat40 ion of this Project is expected to be: a. Design Phase: 5 months b. Advertisement: I month a Construction Phase: 10 months 3. GAI will conduct site surveys after notice to proceed is received as needed. 4. GAI will participate in a project initiation meeting. IP 5. GAI will participate in various design review meetings and workshops with the Owner. These include: a. Owner Design Review Meetings (60%/90%): 2 6. Opinions of Probable Construction Costs (OPCC) will be provided for each submittal. 2.1.2. Preliminary Engineering Report Not included in scope. Work will begin directly with the design effort. 2.1.3. Final Design — Plan Drawings Page 2 of 4 EXHIBIT B Engineering Services GAI will provide electronic copies of plan drawings for the 60% and 90% submittals in P1111''11)F format for review. The bid ready set of plans will be signed and sealed PDF copies., The following is a preliminary list of plan drawings to be provided: -•4 - Jam- a - i {. +• •?JCr .G'. .2 .• _s-' �-•,..,-. ,- . •. - _ + �.y-:.. -. '.._.r . i ar C+ _�.. 2- + �'s' r . .-. ... _ er- u it. b" 1' r t• T r. J •t . 1• }. i � - -7t Y -•L +1 • �.r `s• rr r 1 -- 'Y .rr• d C- - +e•- ♦ -!'G -f• ' �{•' :.•.: - r t • 1 `:' R V s l:r• T F •-'<�: '' r r '•♦•.r 411 r s c Deaptio90% .e� r '�.. St .+ :ems -sf 'n i". •a . ft'': .. •YL' { Ste' J• •-S '7i_ ••.••-s' .�,. : �•. .• .,, i 1 .- .: . v. 3i' �j • �"5 ' .l �: l.v: ! '. + v J. F 4.. ... .-- ., ...J ,. .. .. 6 •',.. T "• ._..'J,.. :. .�. Ii`.'_ ..�• .Y. b. 'ig !.�'�S _ .t•^. .I... r'N ,L. .1 � . t rt. �•3 n 'i S M ,,l •-; y a=,--�. t �. •=:^. J ".,2' - -.7'^ • _.M1. U ^ fir• �sK �. •e.. r r - .i.• r.r. 7 �t •' �. t I "-T 9r . F �r_ .a' ' err S - l+ G . r ..,1 2 •t. ..YY .. «.. .. '•' .l'i-^. :'••"•', .:.:•• •- ., `... ! f .r -Gt� is `RYi,' •S v.� � :µ •:i to rr` ,••c-+ , ,' r N .:S,�R ter.'••• / •,.T •�'` f', tT. r t '�f• 3. .V • r a'� t • ysq /. ^-k .A - t Y. •' a. .,w: •r•a. K: }_: - ♦' �` . f_ ,r. •Y' � .3• V': .E. Y ..{� ry r .• 1 ..j, ;f:. .� ,rrr.• -f r s z 1 S'j'� •G 3 - _ - �_ -f , .. ' v+'• l -1' ' '•1- ..�. tM.•' r Pam•• ' r :. - 'f �♦ G• v, .,�. ll IYlltt• ..' z _I � - 1 1 General Sheets 1 1 / , 00-E-0 1 1 Legend & S mbols - Ix 00-E-02 Le end & Symbols - II g1 _ 1 00-E 03 1 General Notes 1 1 00-E-04 I Standard Details - I1, 1 00-wE 05 ; Standard Details - II � 1 x � x 00-E,,06 Generator Standard Details , � 1 1 1 � 1 1 1 1 1 f t t Southeast Elevated Pump Station I 0,,E--O I I Site Plan - Overall 1 1 x � x I O-EwO2 ; Site Plan - EnlargeT 1 1 1 x 1 I O-E--03 Site Plan - Photographs 1 , t 1 x 10-E-04 I One -Line Diagram and Panel Schedule 1 x 1 x I 0-,E-w05 Riser Diagram and PLC Interface Diagram x 1 t 1 1 1 South8l Pump Station 20-E-,O I so Site Plan - Overall t ; 20-E-,02 Site Plan - Enlarged/ 1 20-E-03 I Site Plan - PiTotographs t 1 1 20-E-04 One -Line Diagram and Panel Schedulet x 1 x 20-E-05 Riser Diagram and PLC Interface Diagram1 1 , x � 1 t � Southeast Ground Pump Station t t 3 0,,E-0 I Site Plan - Overall t 1 30-E-02 I Site Plan - Enlarged 1 1 1 30-E 03 1 Site Plan - PhotographsX 1 x 30-,E-04 I One -Line Diagram 1 1 1t 1 30-E,.05 I Panel Schedule and Details , , x 30-E-06 Riser Diagram and PLC InterfaceDiagram t x 2.1.4. Advertising and Bidding Services GAI will provide the following: 1. Provide plans and specifications to Owner for advertisement. 2. Owner will handle all: a. Incorporating GAI provided documents into the Project Manual along with Owner's front- end documents. b. Advertisement, receipt of bids, and opening of bids. 3. Conduct one pre -bid meeting. 4. Respond to Bidders' requests for information (RFIs), issue addenda as required, and provide conformed documents. 2.1.5. Construction Phase Services GAI will provide the following.* 1. Provide conformed documents: a. Four half-size hard copies of plans (two for Contractor, two for Owner). b. Two full-size hard copies of plans (one for Contractor, one for Owner). Page 3 of 4 EXHIBIT B Engineering Services c. Four hard copies of specifications (two for Contractor, two for Owner). 2. Conduct pre -construction kickoff meeting. 3. Conduct monthly construction progress meetings (assumed qty: 9). 4. Respond to Contractor's RFIs (assumed qty: 3). 5. Review and respond to Contractor's shop drawing and O&M submittals (assumed qty: 30)0 6. Participate in on -,site startup and commissioning. 7. Conduct in a final walk- through/punchlist site visit and one additional follow-up inspection. 8. Provide record documents based upon Construction Contractor's redline markups: a. Two half-size hard copies of plans for Owner. b. One CD of PDF of plan files. 2.1.6. Special Services GAI has included'. provided by the Subconsultant, provisions for special services that will not be used unless specifically authorized. These services are: 1. Survey: It is understood that survey data should be available for some of the sites. This allowance is provided should that data not be available or is insufficient in the area covered. 2. Geotech,*. It is understood that Geotech data should be available for some of the sites. This allowance is provided should that data not be available or is insufficient in the area covered. 3. SUE: This allowance should not be needed assuming the Owner is comfortable with where the existi ng underground lines are. The proposed generator locations were chosen with the understanding that those areas should be free of conflicts. 3. Clarifications:cClarifications:0 The following items apply to this proposal: 1. Opinions of Probable Construction Costs are engineering estimates and are not warranted. 2. GAI has not included any software licenses or hardware in this proposal. 3. This proposal is valid for 60 days. 4. This proposal is based upon a contract being issued for this scope of work that includes a set of mutually acceptable terms and conditions. Page 4 of 4 EXHIBIT C Work SchcdUle, doh Q jun rf Mr I St r)-ndir ?Pfi rli,nrf ur 3rd rn) r lct n 4th Q —d- ruacia ID Task Name Duration Start t Finish Sep Oct Nov i Jan ...May __Dec ....... .. ..... - Jan...... .. Feb Mar Dec...Feb- Mar Apr.. Jun Jul Aug . .... . Sep_...--: -Oct-.--. . . .......... Notice to Proceed 0 days i Mon 10/4/21 . . .... . ........ . ..... . ....... Mon 10/4/21 10/4.__ ..... ...... ... .... *2 ..... . ..... ......... ...... ..... ......................... ............ ............ .... .. ....... ... . .......... .... . .. ........ ... ................ ....... .... . .. . ........ ...... ............ ..... ...... .... . ... ... ..... ....... . ... . ....... . ...... ------ . ...... ..... ....... .. ............. ...... ... .. . ............ .. ........... 2 Kickoff Meeting 1 day:: Mon 10/11/21 Mon 10/11/21 3 i Development of 60% Design Documents 47 days Tue 10112/21 Fri 12/17121 Submit Draft Design Pkg for Intmi Rev 5 wks Tue 10/12/21 Mon 11/15/21 5 Finalize Design Package 2 wks Tue 11/16/21 Wed 12/1/21 6 Submit Design Package to Owner 1 day Thu 12/2/21 Thu 12/2/21 7 Owner's Review 2 wks Fri 12/3/21 Thu 12/16/21 Design Review Meeting 1 day Fri 12/17/21 Fri 12/17/21 9 10 Development of 90% Design Documents Submit Draft Design Pkg for Intrnl Rev 42 days 4 wks;; Mon 12/20/21 Mon 12/20121 Wed 2/16/22 Mon 1/17/22 Finalize Design Package 2 wks' Tue 1/18/22 Mon 1/31/22 12 Submit Design Package to Owner 1 day :Z Tue 2/1/22 Tue 2/1/22 13 Owner's Review 2 wks Wed 2/2/22 Tue 2/15/22 14 Design Review Meeting 1 day Wed 2/16/22 Wed 2/16/22 15 i Development of Bid Ready Documents 21 days Thu 2/17/22 Thu 3117/22 16 j Submit Draft Design Pkg for lntrnl Rev 3 wks Thu 2/17/22 Wed 3/9/22 17 Finalize Design Package 1 wk Thu 3/10/22 Wed 3116/22 8 Submit Design Package to Owner 1 day Thu 3/17/22 Thu 3/17/22 19 Advertisement 28 days Fri 3/18/22 Tue 4126/22 20 Advertise 4 wks Fri 3/18/22 Thu 4/14/22 1 Pre -Bid Meeting 1 day: Fri 4/1/22 Fri 4[1/22 22 Bid Opening 1 day = Mon 4/18/22 Mon 4/18/22 1 23 Bid Evaluation 5 days Tue 4/19/22 Mon 4/25/22 24 City C66nch Award 1 day' T_u_e4_/,2,6_/22Tue 4/26/22 25 Construction 210 days Wed 4/27/22 Tue 2/14/23 1 26 Pre -Construction Kickoff Meeting I day: Wed 4/27/22 Wed 4/27/22 Generator Shop Drawings 4 wks Wed 4/27/22 Tue 5/24/22 28 Generator Delivery 24 wks Wed 5/25/22 Tue 11/8/22 9 On -Site Construction 18 wks Wed 8/17/22 Tue 12/20122 30 Substantial Completion 0 days Tue 1/17/23 Tue 1/17/23 ♦ 1/17 -------- ............. ............... . ..... Final Completion . ....... ...... . .. ...... ­......- ........... ........... ...... .... . ........... .......... 0 days; ... ....... . ... ...•. Tue 2/14/23 .... Tue 2/14/23 .. .......... ....... 2/14 ....... - .. .... . ......... ... ...... . ... .......... . ... .................. ........ . .. . ............... ........... ............... ... .............. .. ....... ... . ...... ..... .......... . . . .. ...................... ............ ................ ......... . .. ........ .............. .............. ... . .............. .......... . ....... ..... ..... . ......... . ... . ... . ......... ............... . .. ........ . .. .... .. ........ Project: Preliminary Project Schedule Task Progress -------- Summary External Tasks Deadline Date: Fri 9/10/21 Split Milestone Project Summary External Milestone As of: Fri 9/10/21 Page 1 of 1 EXHIBIT D Fee Schedule GAI will perform these services on a fixed fee basis, based upon the followine: Description Southeast Elevated PU Station South8t"Puimp Station So'utheast Ground PU Station Total Final Design $13969 ; $13969 ; $13,969 $41,907 Advertisement $3,309 $37309 $3,309 ; $91)927 Construction $13,391 $13,391 $13,391 $40 173 Subconsultants11 zt 3 Structural $11 743 $11 743 $11 743 $35229 Civil $101605 1 $107605 1 $107605 1 $31,815 Subtotal Basic Services $531017 ; $531017 ; $537017 1 $1591051 Special Services'94 Survey $3,395 1 $3395 i $3,395 $10 185 -INN Geotech $7350 ' S7350 $7,350 i $22050 SUE $6,300 $6,300 ; $6,300 � $18,900 Subtotal Special Services $17045 $17045 $17045 ; $51 135 Total $70062 $70062 $70062 $210 186 Note: 1. Copy of Subconsultant fee proposal attached. 2. Subconsultant fee includes Final Design, Advertisement.,, and Construction Phase services 3. Subconsultant fee includes 5%markup by GAI. 4. Special Services are shown for each site for budgeting purposes and will not be utilized unless specifically authorized. Page 1 of 1 iii yt t;� �++;� �. 'S�%f�� idi?r f:'1 ~'�.: j Ij 7Z }=,_ ,f jt = pN0 EF 1t 4F 43f�tt fW! 08.03.21 (Revised 8.27.21, 09.10.21) George Luke, PE Gupta and Associates, Inc. 13717 Neutron Rd Dallas, TX 75244 Re: Proposal — Scope of Structural Engineering Services and Compensation City of Round Rock, Texas — Standby Generators at South 81 EST, Southeast EST, and Southeast GST Dear George, We are pleased to express our interest in providing structural engineering, civil engineering, and survey services for the referenced project and offer the following proposal for your consideration. We understand the scope of the project to be the design of the concrete foundation slab and adjacent site civil improvements for three (3) standby generators located at three (3) different water storage tank/pump stations around the Cit of Round Rock, Texas. The following are the three sites: • South 81 Elevated Storage Tank (EST), 2303 South Mays Street • Southeast Elevated Storage Tank, 2511 Double Creek Road • Southeast Ground Storage Tank (GST), 2399 Sycamore Trail The structural and civil engineering scope will include the following key items: Structural Engineering: • Structural design of the conventionally reinforced concrete foundation slab on prepared subgrade. The approximate plan dimensions for each foundation will be around 20-ft by 10-ft. • The subgrade preparation below the foundation will be in accordance with a site -specific geotechnical report. Civil Engineering: • Minor grading around the new concrete foundations for the three (3) new standby generators. • Civil design of additional pavement as needed around the new generator foundations to allow vehicle access. • Design of bollards around the new generators. • Subgrade for the pavement will be specified and detailed in accordance with the recommendations in the site -specific geotechnical report. • Dry utility services will be shown on civil site plans for conduit or direct bury routing and clash detection only. Design of electrical, telephone, cable, fiber optic, and gas services to include cable/conduit/pipe sizing, load requirement, and demand and/or pressure requirements to be provided by others. Gupta and Associates, Inc. City of Round Rock, Texas Standby Generators at South 81 EST, Southeast EST, and Southeast GST — Structural, Civil, and Survey 08.03.21 (Revised 08.27.21, 09.10.21) Scope of Engineering Services and Compensation Page 2 of 6 $� _ 3s� r. �'- _ L . � 3F '¢-. :'a A ''»'� �� r-t `Y� '���-{�-.'.�-a. - '. ,%ay.. !s'F a + � n x _�:.i"`fie _ x�' #;r'a=x= � - §,...: Via. � s a'�� .. .!y�,. ..G.P x,.�. .5�.,. ,�'..:� .5,i`.r.d ,,...t: FP �, >_ �-�. �. ;. .Y rs'?,p�F",'� n '+.s -»F ����` f. � : Y _ �- r.x: ,.w .v :..r;� �'n+:;:>. :'�,-�A 's�-;�''a�^tk*.r�-:,. ..+a'�°w". „e�#�'}� .n,�"'i-xr. �'x„ ,_Y���� - a:.;< �,2�., .r. •tt}- ..,..�R ., '� t el iws *Psha M..:,r ...�... ,=:i_Ys-.>a-»'.`,.�,:' r i _ c.: ��5"G :,,:„-.y':3t s '�- ,a-� x .t .-_..ya', �3Y-- x au-;? - � a .:s.'.. �' �r. p,Y .p;i �:cP.b � u :..� z-3}f eJ..s. A..: $.::.: �R,� :^ .'_'l �k J�:�i"., un�:�Lat' .•vF�b�'� >.E ii ,_'.�k�,�.Et'Y': _5,- �, :.. � `�.a+,''Ya -L. :.-t�AG,`r�.� ,. - ,�- .��,���., ..,�. ncY--f y: .1 .,_,,. i,k-. dv-. a,.�:.r a x5it r .•�s � 5=r'-ar`7'' :..x 'i� y,,s•�� '�''' --.-"c '� '� _�,. .� .: � •. d Y�� �o ,'a�?K`a'+..3G�''��.���`"�"�.'€��'�"'.,'�r. ram':, d^� �..r'�:.+Y_•.s..''�`"<�'s'�i�"`-cl°Ls�`��:�k4�3T. t Preliminary Design Phase services are not included in this scope. Task ILA: General Management, Meetings, QA/QC and Administrative JQwill perform duties necessary to coordinate and complete the work which includes: • Attend project kickoff meeting. • Attend three (3) Owner progress meetings or review workshops. • Conduct site evaluations as necessary to perform the condition assessments. One (1) site visit is anticipated. • Perform QA/QC as required. • Perform general management and administrative duties necessary to complete the work. • Submit monthly invoicing. • Deliverables: 0 60%1 90% and 100% civil and structural design drawings in electronic PDF format. 0 60%1 90% and 100% civil and structural specifications in electronic PDF and DOC format 0 60%, 90°% and 100% OPCC in electronic format Task 11.13: 60°% Design Documents (2 to 3 Months Duration) • Perform structural analysis for the concrete foundations. • Provide detailed 60% civil and structural design drawings for all scoped items. o Site and Paving Plans for the three sites o Grading Plans for the three sites o Civil Site Details o Structural Notes, Special Inspections, and Abbreviations o Structural Foundation Plans for the three sites o Structural Sections and Details (2 to 3 sheets) o Structural Typical Details • Provide detailed 60% civil and structural specifications for all scoped items. • Provide 60% OPCC for civil and structural related costs. Task 1I.C: 90% Design Documents (1 Month Duration) • Provide detailed 90% civil and structural design drawings for all scoped items (similar sheets as listed above). • Provide detailed 90% civil and structural specifications for all scoped items. • Provide 90% OPCC for civil and structural related costs. Task ILD: 100% Design Documents (1 Month Duration) • Provide detailed 100% civil and structural design drawings for all scoped items (similar sheets as listed above). • Provide detailed 100% civil and structural specifications for all scoped items. • Provide 100°% OPCC for civil structural related costs. Gupta and Associates, Inc. City of Round Rock, Texas Standby Generators at South 81 EST, Southeast EST, and Southeast GST — Structural, Civil, and Survey 08.03.21 (Revised 08.27.21, 09.10.21) Scope of Engineering Services and Compensation Page 3 of 6 JQ will perform the following during the BID PHASE: • Review and respond to Bidder inquiry and issue addenda as required. • Issue conformed documents after successful award of the bid. JQ will perform the following during the CONSTRUCTION ADMINISTRATION PHASE: Task IV.A: General Management, Meetings, QA/QC and Administrative • Attend up to three (3) construction progress site visits with detailed observation reports. • Attend one (1) substantial completion walkthrough to develop punchlist items for civil and structural scoped items. Task IV.B: RFI, Submittals, Shop Drawings, CO/FO • Review and respond to RFi, field queries and provide clarification of the construction document intent. • Provide review of contract submittals and shop drawings for structural related scope items. • Review CO/FO as required. Task IV.C: As -Built Documents • Provide as -built documents after final completion of the work. JQ will incorporate all RFI, CO/FO as part of the as -built documents. The documents will contain an as -built record set stamp indicating the documents were conformed based on information provided by others. Engineering seals will be removed from the as -built set, in accordance with TBPE guidelines. Task V.A: Special Service SS-1: Land Surveying Services Texas Land Surveying Firm Registration No. 10193718 JQ will perform land surveying services at each of the storage tank sites. The services will include the following: 1. Topographic Survey a. Establish a minimum of two (2) temporary control monuments (typically a 5/8-inch iron rod with pink plastic cap stamped JQ TRAVERSE), provide coordinates (northing, easting, and elevation) and graphically show on the topographic surveying exhibit. b. All horizontal survey data will be surveyed relative to the North American Datum of 1983 (NAD 83), Texas Coordinate System of 1983, Central Zone-4203 (surface coordinates). c. Ail vertical survey data will be surveyed relative to the North American Vertical Datum of 1988 (NAVD 1988). d. Location of permanent improvements on and immediately adjacent to the site. e. Spot elevations on a 25-foot grid or break in grade for hard surface and 50-foot grid or break in grade for natural ground. f. Top of curb and gutter elevations for paving on and adjacent to the site. Gupta and Associates, Inc. City of Round Rock, Texas Standby Generators at South 81 EST, Southeast EST, and Southeast GST — Structural, Civil, and Survey 08.03.21 (Revised 08.27.21, 09.10.21) Scope of Engineering Services and Compensation Page 4 of 6 g. Location of all sidewalks on and adjacent to the site. h. Location of all buildings with finish floor elevations. i. Location of above -ground visible utilities and appurtenances. j. Flowline elevations on wastewater manholes, storm drainage manholes and inlets. k. Contours on one -foot intervals. 1. Location of trees, including size and general species. Task V.B: Special Service SS-2: Geotechnical Investigation Report JQ will retain the services of a qualified geotechnical consultant to perform geotechnical investigations and recommendations for the foundation design of the concrete slab and paving improvements. One deep boring taken down to the rock stratum estimated to be around 20-ft below existing grade, and one shallow boring are anticipated for the sub -surface investigation and testing. Task V.C: Special Service SS-3: SUE Services JQ will retain the services of a qualified subsurface utility engineering (SUE) consultant to perform an investigation on the location of existing below grade utilities. The SUE services will include the following: Quality Level "D" SUE and Quality Level "C" SUE investigations: • Contact the applicable "one call" agency and acquire records from all available utility owners including local municipalities (cities, counties, etc.) and client. • Perform in -field visual site inspection from information derived from existing records or oral recollections. Compare utility infrastructure and visual discrepancies with record drawings. • Interview available utility owners for needed clarification, resolution of found discrepancies, and details not provided on the record drawings. • Information obtained by surveying and plotting visible above -ground utility features and by using professional judgments in correlating this information Quality Level "B" SUE Investigations: • Select and employ the appropriate suite of geophysical equipment to search for existing utilities at the locations specified on the project. For metallic/conductive utilities (e.g. steel pipe, electrical cable, telephone cable) electromagnetic induction, and magnetic equipment will be employed. We will attempt to designate non-metallic/non-conductive utilities using other proven methods, such as rodding, probing, and Ground Penetrating Radar (GPR). • interpret the surface geophysics and mark the indications of utilities with paint on the ground surface for subsequent depiction on deliverable utility maps. • Coordinate with the Client for survey the existing utility designating marks and above ground appurtenances once all Field work has been completed. The following are services excluded from the structural, civil, and land surveying basic services scope: • Quality Level "A" Subsurface Utility Engineering (SUE) to determine the location of existing utilities. • Platting, boundary, or ALTA surveys. • Utility research. It is our understanding that this information will be provided to JQ by others. Gupta and Associates, Inc. City of Round Rock, Texas Standby Generators at South 81 EST, Southeast EST, and Southeast GST — Structural, Civil, and Survey 08.03.21 (Revised 08.27.21, 09.10.21) Scope of Engineering Services and Compensation Page 5 of 6 • Easement documents. • Update of survey of improvements after initial survey has been performed. • Design of any utility relocations. • Storm water detention design or analysis. • Preparation of design and details for site retaining walls. • Fast track production of any portion of the Contract Documents released for pricing/bid/fabrication or submitted for building permit prior to such issuance of final design documents. • Materials or geotechnical testing. Any lead and asbestos testing will be performed by others. • Architectural, mechanical, piping, or electrical design or specification services. • Meetings or site visits beyond the number defined in the scope above. • Confined space entries of any kind. Special services are required to accommodate any required entries identified during the course of the assessment. • Design of excavation protection or retention systems. • Preparation of Storm Water Pollution Prevention Plan (SWPPP). Changes to the design documents required as a result of damage done by the Contractor to existing utilities, pavement, flatwork, storm water management BMPs, etc. - __ EEESf P'A YME We propose to provide BASIC engineering services on a LUMP SUM basis as per the table below. Special services will be performed on a time and materials basis only where authorized. BASIC SERVICES - STRUCTURAL DESIGN: PHASE I — PRELIMINARY DESIGN AND EVALUATION No Scope PHASE II — FINAL DESIGN PHASE $ 25,390.00 PHASE III — BID PHASE $ 1,395.00 PHASE IV —CONSTRUCTION PHASE $6,765.00 TOTAL STRUCTURAL DESIGN BASIC SERVICES $ 33,550.00 CIVIL DESIGN: PHASE I — PRELIMINARY DESIGN AND EVALUATION No Scope PHASE II — FINAL DESIGN PHASE $ 22,655.00 PHASE III — BID PHASE $ 1,200.00 PHASE IV —CONSTRUCTION PHASE $61445.00 TOTAL CIVIL DESIGN BASIC SERVICES $ 30,300.00 PHASE V— SPECIALSERVICES SS-1: Land Surveying Services $ 9,700.00 SS-2: Geotechnical Investigation (By Others, $7,000 Per Site) $ 21,000.00 SS-3: SUE (By Others, $6,000 Per Site) $ 181000.00 Gupta and Associates., Inc. City of Round Rock,, Texas Standby Generators at South 81 EST,, Southeast EST, and Southeast GST - Structural, Civil, and Survey 08,.03.21 (Revised 08,17,21,, 09e10*21) Scope of Engineering Services and Compensation Page 6 of 6 The fee development and authorized additional or special services are based on the following hourly rates. Partner Principal Senior Project Manager Engineering Technical Lead Project Manager Senior Project Engineer Senior Technician Administrative $275.00 hour $235000 hour $195.00 hour $205.00 hour $165.00 hour $150-000 hour $130.00 hour $90-00 / hour Senior Registered Professional Land Surveyor $180,,00 hour Registered Professional Land Surveyor $150.00 hour Survey Crew (2 Man) $180-00 hour Survey Crew (1 Man) $1352,00 hour Reimbursable expenses for authorized additional services will be invoiced at 1.10 times net cost to JQ,, Reimbursable expenses include: - Travel expenses including mileage at $0.50 per mile. - Reproduction Invoices for progress payments of the basic fee will be billed each month for services performed during the prior month on a time and material basis. The terms and conditions of the PRIME professional services agreement with the CITY shall apply. We appreciate your consideration and look forward to working with you. Sincerely, JQ Infrastructure, LLC DRAFT ONLY Murali Kariyarveedu, PE Partner Enclosure: Exhibit A — Structural Fee Backup Exhibit B — Civil Fee Backup Exhibit C —Survey Fee Backup .ound Rock, Texas Standby Generators il Design Fee ffPRELIMINARY DESIGN AND EVALUATION Subtotal PHASE I FINAL DESIGN 'Project Setup Owner progress meetings'iCondition Assessment Site Structural Notes, Special Inspect, and Abbrev South 81 EST Plan View 11 Southeast E8—T Plan View E. H1 Southeast GST Plan View Section and Details (2 to 3 Sheets) Typ Details �- =t'�LaV�iOaCiaGl�[atiiaSf3i4�rrrx�������L�����rrr�� South 8 11 EST Plan View Southeast EST Plan View `—Southeast GST Plan View Section and Details WW Structural Notes, Special Inspect, and Abbrev South 81 EST Plan View outheast EST Plan View Southeast GST Plan View Section and Details Typ Details OZIRMASubtotal PHASE III Subtotal PHASE ll:'� ,Review/Respond Bidder Inquiry and Issue Adden—da Issue Conformed Documents �� L'aL'aL'�L'��L•�['��SJ!i67f�F1�L'a�Ca['��L�L��I'�awea� 1JQ Infrastructure, LLC City of Round Rock, Texas Standby Generators 'Structural Design Fee - Sub -Consultants L-1011L=.1 11111 , Wei mmmu A-L'l A WIN CONSTRUCTION ADMINISTRATION lee ngs,QAIQC,andAdmin ,G_eneral mgmt and administrative M ps VA-70 .161URF1. Submittals, Shop Drawings, FC LReview an ield Oueries `-/Respond RF1___d_F IVIT �� Review Submittals and Shop Drawings���tJiL9��iGl��fi3v����7���s]S7�si:ni TM Air 0s3r ?Af A MML Awl gala= Provide As-13tillt Drawings .0 A! Subtotal PHASE IV, 'ITOTAL BASIC SERVICES FEE PHAS iSPECIAL SERVIC S ,S—outh 81 EST Topo Survey Ell W =1 -Southelillast EST Topo Survey , i -Survey southeast GST Topo fVM Geotechnical Investigation _South 81 ESTGeotech -S-o—uffi-e-ast EST G-e-offie—ch Not&, W -Aff iYOT11 Southeast-G-ST-13leotech fiT77.i:6A6i173.TII7RTi --------____-------- ME Nublotal [ask Subtotal PHASE W, �LTOTAL SPECIAL SERVICES FEE Page 2/2 Gupta and Associates Standby Generators at EST/GST Sites City of Round Rock JQ Infrastructure CIVIL FEE BREAKDOWN PREPARED BY: Chris Bitter LAST REVISED: 09/09/2021 Exhibit B Task No. Description Principal, hrs Senior Project Manager, hrs. Technical Advisor QA/QC, hrs Project Engineer hrs. Cadd Tech hrs. Admin hrs. Direct Costs (mileage, copies, etc) Sub -Total $ for Task 1 General Management 1.1 Internal Kickoff Meeting 1 1 3-3--0.0-0 1.2 OwnerKickoff Meeting 2 $ 50-00 $ 440.00 1.3 Internal Coordination Meeting 1 1 1 430.00 1.4 Design Review Meetings (2) 4 $ 100.00 $ 880.00 $ 21080e00 2 Design Phase 2.1 Prepare (3) Site/Paving Plans, (3) Grading Plans and Detail Sheet 8 2 16 24 61530.00 2.2 on"- 60% Civil Specifications 2 1 4 1 $ 19225.00 Z.3 MUSUNNNININ�60% Prepare 60% OPCC - --- 2 1 4 - 11135,00 2.4 Prepare 90% (3) Site/Paving Plans, (3) Grading Plans and Detail Sheet 4 2 12 16 4t4l 0.00 2.5 90% Civil Specifications 2 1 2 1 $ 955.00 2.6 Prepare 90% OPCC 2 1 2 1 955.00 2.7 Prepare 1 00% Site/Paving, Grading Plan and Detail Sheet 4 2 10 12 $ 31740,00 2.8 70% Civil Specifications 2 1 2 1 $ 955.00 2.9 Prepare 100% OPCC 1 1 2 $ 670.00 $ 209575oOO 3[--- Phase Assistance 3.1 Addendum/ Response (up to 2) 1 2 $ 465-00 3.2 -RFI Conformed drawings 1 1 1 2 735.0 $ 11200*01 a t;onstrucuon rnase 4.11,Submi-tt-a-1-s/RFIs 2 8 19470.0___0 4.21 Site Visits and Inspections (1 per site) 6 6 $ 100.00 $ 29080-00 493 Final Walk Through (3 sites) 6 6 $ 50,00 $ 2,030-00 4.4 Record Drawings 1 2 4 $ 865-00 $ 6l445,.00 0 Princ. Hourly Rates = $ 235.00 52 13 81 59 P.M. Tech Adv Proj. Eng. Tech $ 195-00 $ 205-00 $ 135.00 $ 100.00 4 $ 300900 Admin. -� $ 90.00 Basic Services= $ 309300.00 all Services = $ 1 - -Total Fee = $ 309300s00 Client GAI Project Round Rock GST Location Round Rock, TX Tasks Senior Project Manager Senior RPLS RPLS Senior Technician Technician Survey Crew 1-Person Survey Crew 2-Person Survey Crew 3-Person Abstractor Clerical Hours Cost $195.00 $180.00 $150.00 $130.00 $100.00 $135.00 $180.00 $185.00 $95.00 $65.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 South B1 EST - 0.42 acres 3 8 8 19 $3,02-0.00 SOUtheast EST - 0.77 acres 3 8 8 19 $3,020.00 Southeast GST - 0.73 acres 3 8 8 19 $3,020.00 0 $0.00 0 $0.00 0 $0.00 Total Hotirs 0 9 0 24 0 0 24 0 0 0 57 Total Cost $0.00 $1,620.00 $0.00 $3,120.00 $0.00 $0.00 $4,320.00 $0.00 $0.00 $0.00 $9,060.00 Direct Costs Rate Quantity Total Mileage $0.55 400 $218.00 $239.80 Hotel $93.00 4 $372.00 $409.20 Total Cost $0.00 Exhibit C Date: 7/30/2021 $9,060.00 Cost w[Tax $0.00 $0.00 $0.00 $0.00 $3,020.00 $3,020.00 $3,020.00 $0.00 $0.00 $0.00 $9,060.00 Project Total $9,060.00 $9,060.00 EXHIBIT Certificates of Insurance Attached Behind This Page ACCDOR"� CERTIFICATE OF LIABILITY INSURANCE NNNNWMNEE� DATE(MM/ODlYVYY) 8/3/2021 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(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the'policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Risk Strateg ies 12801 NortF� Central Expy, Suite 1710 Dallas, TX 75243 CONTACT Brian R Hadar NnnaAA/C.e:t!% PHONE (214)323-4602 FAX Ext): No: 214 503-8899 E-MAIL nooRess: certificatedallas.@risk-strategies.com INSURER S AFFORDING COVERAGE NAIC # INSURER A: Twin City Fire Insurance Company 29459 INSURED Guto & Associates, Inc. INSURER B : Travelers Casualty and Surety Co America 31194 iNsuReac: Chubb National Insurance Company10052 13T.11 7Neutron Rd INSURERD: Dallas TX 75244 INSURER E INSURER F COVERAGES CERTIFICATE NUMBER: r11a_x;a74 REVISION NtIMRFRa THIS IS 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 CONTRACT OR 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, PAID CLAIMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BPOLICY INSR LTR TYPE OF INSURANCE ADDL SUER POLICY NUMBER EFFY MM /DD/YYYY POLICY EXP MM/DD/YYYY LIMITS A COMMERCIAL GENERAL LABILITY CLAIMS -MADE ✓ OCCUR 84SBWBC3906 8/1/2021 8/1/2022 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED PREMISES Ea occurrence $ 1 000 000 ✓ MED EXP (Any one person) $1ot000 Contractual Liab PERSONAL & ADV INJURY $ 1 OOO OOO GEN'L AGGREGATE LIMIT APPLIES PER: POLICY � ECT LOC GENERAL AGGREGATE s2,000,000 PRODUCTS -COMP/OP AGG $ 2t0009000 $ OTHER: A AUTOMOBILE LIABILITY � � 84SBWBC3906 8/11/2021 8/1/2022 SINGLE LIMIT (Eaaccident) $1,000,000 BODILY INJURY (Per persons $ ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ HIRED NON -OWNED ✓ AUTOS ONLY ✓ AUTOS ONLY(Per PROPERTY DAMAGE accident $ A UMBRELLA LIAR v/ OCCUR 84SBWBC3906 8/1/2021 8/1/2022 EACH OCCURRENCE $5,000,000 AGGREGATE $5,0009000 EXCESS LIAR I CLAIMS -MADE DED I I RETENTION $ $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANYPROPRIETORJPARTNER/EXECUTtVE OFFICER/MEMBER EXCLUDED? INN / A 71795593 4/5/2021 4/5/2022 V PER STATUTE ERH E.L. EACH ACCIDENT $ 1 OOOOaO E.L. DISEASE - EA EMPLOYEE $ _1 IOOQIQOQ (Mandatory in NH) If yes, describe under E.L. DISEASE •POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS below B Professional Liability 107204522 1/17/2021 1/17/2022 Per claim $1,000,000 . Annual Aggregate $2,000,000 DESCRIPTION OF OPERATIONS /LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) The claims made professional liability coverage is the total aggregate limit for all claims presented within the annual policy period and is subject to a deductible. Thirty (30) day notice of cancellation in favor of certificate holder on all policies. CERTIFICATE HOLDER CANCELLATION Master Certificate SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WALL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTmwnwm� - ---ATIVE - — I BrianHadar ACORD 25 (2016/03) O 198&2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 63185879 1 21122 �L/AL/UL/�/PL I Ronna Dans I 8/3/2021 11:40:38 Al(EDT) I Page 1 of 1 CERTIFICATE OF INTERESTED PARTIES FORM 1295 10fl Complete Nos, 1 - 4 and 6 if there are interested parties, OFFICE U77-71-Y Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form, and the city, state and country of the business entity's place Certificate Number: of business. 2021-807670 Gupta & Associates Inc. Dallas, TX United States Date Filed: 2 - Name of governmental entity or state agency that is a party to the contract for which the form is 09/29/2021 being filed. City of Round Rock Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 000000 Engineering Services -'water Distribution Systerri Generator Addition 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Gupta, Verinder Dallas, TX United States X 5 Check only if there is NO Interested Party. 6 UNSWORN DECLARATION My narne is \j 6 r-IJU D G"X r rA- and aiy date of birth is My address is 17 NfurIA-V4 P� IDALLA-A ,Tk, -IT2qil, USA (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in 'DA LL k1r,. County, State of ------ on the day of SET I_, 20_ (month) (yea- r) Signature of authodZe,�q-6�htof contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.191b5c(lc CERTIFICATE OF INTERESTED PARTIES FORM 1295 loft Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2021-807670 Gupta & Associates Inc. Dallas, TX United States Date Filed: 09/29/2021 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City Of Round Rock Date Acknowledged: 10/04/2021 g Provide the identification number used by the governmental entity or state agency to track or identity the contract, and provide a description of the services, goods, or other property to be provided under the contract. 000000 Engineering Services - Water Distribution System Generator Addition 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Gupta, Verinder Dallas, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is ,and my date of birth is My address is I , (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of , on the day of , 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www,ethics.state,txus Version V1.1.19lb5cdc