R-04-12-02-9E2 - 12/2/2004 RESOLUTION NO. R-04-12-02-9E2
WHEREAS, the City of Round Rock desires to retain engineering
services for the I&I Flow Monitoring Study, and
WHEREAS, GSWW, Inc. has submitted a Contract for Engineering
Services to provide said services, and
WHEREAS, the City Council desires to enter into said contract with
GSWW, 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 GSWW, Inc .
for the I&I Flow Monitoring Study, a copy of said contract being
attached hereto as Exhibit "A" and incorporated herein for all
purposes .
The City Council hereby finds and declares that written notice of
the date, hour, place and subject of the meeting at which this
Resolution was adopted was posted and that such meeting was open to the
public as required by law at all times during which this Resolution and
the subject matter hereof were discussed, considered and formally acted
upon, all as required by the Open Meetings Act, Chapter 551, Texas
Government Code, as amended.
RESOLVED this 2nd day of December, 2004 .
NY
W Mayor
C'aT: f Round Rock, Texas
T:
CHRISTINE R. MARTINEZ, City Secreta
@PFDPsktop\::ODMA/WORLDOX/O:/WDOX/RESOLUTI/R41202E2.WPD,/SC
r
j!ROUND�MCK,TEXAS
P09,PASSION.PROSPERITY,
CITY OF ROUND ROCK
CONTRACT FOR ENGINEERING SERVICES
FIRM: GSWW, Inc. _("Engineer")
ADDRESS: 1016 Mopac Circle, Suite 201, Austin,TX 78746
PROJECT: I&I FLOW MONITORING STUDY
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 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:
EXHIBIT
nAn
Engineering Services Contract Rev.09/07/04
File Name: gsww-I&Iflowmonitoring;76569 00064494
1
CONTRACT DOCUMENTS
The Contract Documents consist of this Contract and any exhibits attached hereto (which
exhibits are hereby incorporated into and made a part of this Contract) and all Supplemental Contracts
(as defined herein in Article 13) which are subsequently issued. These form the entire contract, and all
are as fully a part of this Contract as if attached to this Contract or repeated herein.
ARTICLE 1
CITY SERVICES
City shall perform or provide services as identified in Exhibit A entitled"City Services."
ARTICLE 2
ENGINEERING SERVICES
Engineer shall perform Engineering Services as identified in Exhibit B entitled "Engineering
Services."
Engineer shall perform the Engineering Services in accordance with the Work Schedule as
identified in Exhibit C entitled "Work Schedule." Such Work Schedule shall contain a complete
schedule so that the Engineering Services under this Contract may be accomplished within the specified
time and at the specified cost. The Work Schedule shall provide specific work sequences and 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 One Hundred Ninety-four Thousand Two Hundred Eighty&No/100 Dollars($ 194,280.00 )
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 D.Thane, P.E.
Engineering Manager
2008 Enterprise Drive
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:
David Koberlein, P.E.
Associate
1016 Movac Circle, Suite 201
Austin, TX 78746
Telephone Number (512) 306-9266
Fax Number (512) 306-9550
Email Address kdavid@gsw-inc.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 the City. Engineer shall not proceed until the Supplemental Contract has
been executed. Additional compensation, if appropriate, shall be identified as provided in Article 4.
It is understood and agreed by and between both parties that Engineer shall make no claim for
extra work done or materials furnished until the City authorizes full execution of the written
Supplemental Contract and authorization to proceed. City reserves the right to withhold payment
pending verification of satisfactory Engineering Services performed.
ARTICLE 14
OWNERSHIP OF DOCUMENTS
All data, basic sketches, charts, calculations, plans, specifications, and other documents created
or collected under the terms of this Contract are the exclusive property of City and shall be furnished to
City upon request. All documents prepared by Engineer and all documents furnished to Engineer by
City shall be delivered to City upon completion or termination of this Contract. Engineer, at its own
expense, may retain copies of such documents or any other data which it has furnished City under this
Contract.
ARTICLE 15
PERSONNEL,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 parry, 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 negligent activities by Engineer, its agents,
or employees.
ARTICLE 23
ENGINEER'S RESPONSIBILITIES
Engineer shall be responsible for the accuracy of his/her/its Engineering Services and shall
promptly make necessary revisions or corrections to its work product resulting from errors, omissions,
or negligent acts, and same shall be done without compensation. City shall determine Engineer's
responsibilities for all questions arising from design errors and/or omissions. Engineer shall not be
relieved of responsibility for subsequent correction of any such errors or omissions in its work product,
or for clarification of any ambiguities until after the construction phase of the project has been
completed.
ARTICLE 24
ENGINEER'S SEAL
The responsible engineer shall sign, seal and date all appropriate engineering submissions to
City in accordance with the Texas Engineering Practice Act and the rules of the State Board of
Registration for Professional Engineers.
ARTICLE 25
NON-COLLUSION,FINANCIAL INTEREST PROHIBITED
(1) Non-collusion. Engineer warrants that he/she/it has not employed or retained any company
or persons, other than a bona fide employee working solely for Engineer, to solicit or secure this
Contract, and that he/she/it has not paid or agreed to pay any company or engineer any fee,
commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting
from the award or making of this Contract. For breach or violation of this warranty, City reserves and
shall have the right to annul this Contract without liability or, in its discretion and at its sole election, to
deduct from the contract price or compensation, or to otherwise recover, the full amount of such fee,
commission,percentage, brokerage fee, gift or contingent fee.
(2) Financial Interest Prohibited. Engineer covenants and represents that Engineer,
his/her/its officers, employees, agents, consultants and subcontractors will have no financial interest,
direct or indirect, in the purchase or sale of any product, materials or equipment that will be
recommended or required for the construction of the project.
ARTICLE 26
INSURANCE
(1) Insurance. Engineer, at Engineer's sole cost, shall purchase and maintain during the entire
term while this Contract is in effect professional liability insurance coverage in the minimum amount of
One Million Dollars 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:
David Koberlein, P.E.
Associate
GSWW, Inc.
1016 Movac Circle, Suite 201
Austin, TX 78746
ARTICLE 33
GENERAL PROVISIONS
(1) Time is of the Essence. Engineer understands and agrees that time is of the essence and
that any failure of Engineer to complete the Engineering Services for each phase of this Contract within
the agreed Work Schedule may constitute a material breach of this Contract. Engineer shall be fully
responsible for his/her/its delays or for failures to use his/her/its reasonable efforts in accordance with
the terms of this Contract and the Engineer's standard of performance as defined herein. Where damage
is caused to City due to Engineer's negligent failure to perform City may accordingly withhold, to the
extent of such damage, Engineer's payments hereunder without waiver of any of City's additional legal
rights or remedies.
(2) Force Majeure. Neither City nor Engineer shall be deemed in violation of this Contract if
prevented from performing any of their obligations hereunder by reasons for which they are not
responsible or circumstances beyond their control. However, notice of such impediment or delay in
performance must be timely given, and all reasonable efforts undertaken to mitigate its effects.
(3) Enforcement and Venue. This Contract shall be enforceable in Round Rock, Williamson
County, Texas, and if legal action is necessary by either party with respect to the enforcement of any or
all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas.
This Contract shall be governed by and construed in accordance with the laws and court decisions of
the State of Texas.
(4) Standard of Performance. The standard of care for all professional engineering,
consulting and related services performed or furnished by Engineer and its employees under this
Contract will be the care and skill ordinarily used by members of Engineer's profession practicing
under the same or similar circumstances at the same time and in the same locality. Excepting Articles
25 and 34 herein, Engineer makes no warranties, express or implied, under this Contract or otherwise,
in connection with the Engineering Services.
13
(5) Opinion of Probable Cost. Any opinions of probable project cost or probable construction
cost provided by Engineer are made on the basis of information available to Engineer and on the basis
of Engineer's experience and qualifications and represents its judgment as an experienced and qualified
professional engineer. However, since Engineer has no control over the cost of labor, materials,
equipment or services furnished by others, or over the contractor(s') methods of determining prices, or
over competitive bidding or market conditions, Engineer does not guarantee that proposals, bids or
actual project or construction cost will not vary from opinions of probable cost Engineer prepares.
(6) Opinions and Determinations. Where the terms of this Contract provide for action to be
based upon opinion,judgment, approval, review, or determination of either party hereto, such terms are
not intended to be and shall never be construed as permitting such opinion,judgment, approval, review,
or determination to be arbitrary, capricious, or unreasonable.
ARTICLE 34
SIGNATORY WARRANTY
The undersigned signatory for Engineer hereby represents and warrants that the signatory is an
officer of the organization for which he/she has executed this Contract and that he/she has full and
complete authority to enter into this Contract on behalf of the firm. The above-stated representations
and warranties are made for the purpose of inducing City to enter into this Contract.
IN WITNESS WHEREOF,the City of Round Rock has caused this Contract to be signed in its
corporate name by its duly authorized City Manager or Mayor and Engineer, signing by and through its
duly authorized representative(s), thereby binding the parties hereto, their successors, assigns and
representatives for the faithful and full performance of the terms and provisions hereof.
CITY OF ROUND ROCK, TEXAS APPROVED AS TO FORM:
By:
Nyle Maxwell,Mayor Stephan L. Sheets, City Attorney
ATTEST:
By:
Christine Martinez, City Secretary
GSWW, Inc.
By:
Si�gnature of Principal
Printed Name: A4 !D
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
15
Exhibit A— City Services
The CITY OF ROUND ROCK shall provide the following information and services:
1. One reproducible print of the existing sewer system showing the location and size of
existing sewer lines, manholes, lift stations, and other pertinent topographic information
such as right-of-way lines, street names, etc. This information shall also be provided in
an electronic format, if available.
2. Liaison with THE CITY OF ROUND ROCK to provide effective coordination and
cooperation between the fire, police, security, and traffic control departments and
GSWW, as necessary during execution of field work.
3. Access to manholes and/or lift stations.
4. Assistance by THE CITY OF ROUND ROCK, knowledgeable of manhole and cleanout
locations, in locating buried or hidden manholes and cleanouts.
5. Expose for entry, manholes that require excavation, cutting of pavement, and/or have
lids fastened or frozen in place.
6. Provide manhole and/or pipeline cleaning if required for meter installation (prior to meter
installation) or allow a reasonable and customary additional charge for GSWW to perform
the line cleaning or have this task performed by others.
Page 1
Exhibit B — Engineering Services
Background
This project will consist of the performance of certain field tasks relative to field installation,
maintenance, calibration, and data collection for six (6) velocity-depth style wastewater flow
monitors and related data analysis. Formatting of the collected data and engineering evaluation
and wet and dry weather analysis of the collected data is also presented. The final product will
result in a written report outlining the findings from the data collection exercise and engineering
evaluations.
Task 100- Preparatory Work, Project Kick-off Meeting,and Site Investigation
This task consists of the following items, all of which are customary and necessary to the success
of the overall project:
• Printing of all field forms and preparation of maps to be used for the field investigation
portion of the project.
• Project kickoff meeting to discuss the proposed locations of the flow monitoring points and
alternative monitoring points, rain gage locations, public relations requirements, any
additional security and safety requirements for The City of Round Rock, work hours, field
reporting requirements, and traffic control requirements.
• Transportation of the appropriate personnel and equipment to the project site.
• Procedures for use in case a primary flow monitoring site is found to be undesirable for flow
monitoring based on site hydraulics, traffic issues, site conditions, etc. In the case where an
alternative site is desirable, GSWW will notify the City of Round Rock of the conditions at the
primary monitoring site that make it an undesirable flow-monitoring site and suggest
alternatives.
The compensation for this task shall be on a lump sum basis.
Task 200 — Flow Monitor Installation, Maintenance, Calibration, Data Collection, and
Equipment Removal
This task provides for the installation, maintenance, calibration, data collection and equipment
removal of flow metering equipment. The installation of the flow metering equipment shall begin
at the direction of the City of Round Rock and will be completed within two weeks of receipt of
approval of the flow monitoring sites determined under Task 100.
Each meter will be field calibrated prior to installation. Calibration of each meter will consist of
an independent verification of the flow depth and velocity. The flow sensors will be secured to a
mounting band that fits snugly in the pipeline. The data logger for each site will then be installed
and secured in the top of each manhole. The sampling interval for the data loggers shall be two
(2) minutes and the data shall be stored in 15-minute increments. Written logs of each site visit
will be maintained and will be used to record date and time of visit, meter velocity and depth
reading, corresponding independent velocity and depth reading, and maintenance items such as
battery voltage, etc. Routine maintenance and service will be undertaken on a seven (7) day
Page 1
cycle to confirm normal operation during the first 60 days of the monitoring period and on a 14-
day cycle for the remainder of the monitoring period. The metering equipment will be capable of
recording flow under surcharged conditions
During collection, data from each unit will be uploaded in the field to an electronic data collection
device. Each data transfer unit will then be uploaded to the central project computer in the
office for data integrity checks. Data integrity checks shall be performed to ensure that the flow
meters are operating within manufacturer's specified tolerances. Any meter found to be
performing outside of specified tolerances will be diagnosed and the issues associated with the
inaccurate readings will be resolved or the meter will be replaced. No additional compensation
will be requested for this task.
Assumptions: Rainfall gages will be installed by the CITY OF ROUND ROCK personnel at locations
identified in Task 100. Rainfall gage data will be provided to GSWW in electronic format(txt, csv,
or Microsoft Excel) with a logged interval of 15-minutes. The data will provided on a 14-day cycle
corresponding with the flow monitoring data.
The compensation for this task shall be on a "per meter day" basis for the 12-month monitoring
period.
Task 300—Monthly Technical Memorandum
This task provides for the delivery of the collected flow and rainfall data to the CITY OF ROUND
ROCK and the preparation of a monthly brief technical memorandum including data summary,
conditions found in the field, data integrity issues, site maintenance and calibration data for each
monitored site. One (1) hardcopy and four (4) electronic copies of the brief technical
memorandum and data will be delivered to the CITY OF ROUND ROCK monthly.
The compensation for this task shall be on a monthly basis.
Task 400—Data Formatting, Engineering Analysis and Reporting
This task provides for the formatting and engineering analysis of the collected flow and rainfall
data and development of an engineering report. The following data will be provided for each
metering site, in 15-minute increments:
• Average daily flow for dry weather
• Peak flow for dry weather
• Average daily flow for wet weather
• Peak flow for wet weather
• Peak inflow rates
• Total quantity of inflow and infiltration
The final report will include the following information as a minimum:
• Development of discrete flow data for each metering site
• Development of the volume of inflow/infiltration estimates
• Ranking of each sub basin by severity of inflow/infiltration
• Hydrographs and tabular listings of the flow and rainfall data
• Locations of flow metering stations
• Location of rainfall gages
• Monitored rainfall data by gage location by storm event
Page 2
• Standard wastewater flow parameters by flow meter, including average and peak flow for dry
weather, average and peak flow for wet weather, peak inflow rates, total inflow/infiltration
volumes, and design storm projected flows
• Hydrographs for each flow meter station (Overall metering period and one-week
hydrographs)
• Summary tables of recorded rain events
• Location map depicting the location of the rainfall gages in the study area
• Equipment maintenance logs
Five (5) hardcopies and five (5) electronic copy of the report and data will be delivered to the
CITY OF ROUND ROCK, no later than 30 days after the completion of the flow monitoring period.
The compensation for this task shall be on a"per meter per month"basis.
Task 500—Relocation of Flow Monitoring Equipment(Optional)
This task consists of the relocation of flow monitoring equipment and development of additional
wastewater flow parameters based on the requirements of the CITY OF ROUND ROCK. The
project team desires to have a facility by which flow-monitoring equipment can be relocated to
other portion of the collection system during the flow-monitoring period. This task is included to
compensate for additional site investigations (if required), removal, reinstallation, and
recalibration of the flow monitors and the additional engineering and data management
associated with each relocated flow monitor. The Project Team will provide sufficient notice Q
days)to GSWW to move a meter.
The compensation for this task shall be on a"per meter"basis.
Task 600—Training (Optional)
This task will include two eight (8) hour training periods on meter operation, maintenance, data
collection, reduction, quality assurance and evaluation. The training sessions will performed at a
monitoring site (field training) or at a CITY OF ROUND ROCK conference facility (classroom
training). Flow monitoring site training will include meter maintenance, calibration, diagnostics
and data collection. Classroom training will include flow meter software, data reduction and
evaluation instruction. In addition to the classroom training, CITY OF ROUND ROCK personnel
will be invited to join our field crews during meter maintenance and data collection activities
during the contract period. This will afford CITY OF ROUND ROCK personnel an opportunity to
observe and participate during actual field operations.
Compensation for this task shall be per each eight(8) hour training session.
Page 3
Exhibit C —Work Schedule
The work will be initiated within one week of receipt of Authorization to Proceed by the CITY OF
ROUND ROCK. Monitoring equipment shall be installed within two weeks of the completion of
Task 100. Work for Tasks 200-600 will be completed within thirteen (13) months of the project
initiation, unless extended for monitoring is initiated.
Page 1
Exhibit D — Fee Schedule
The total estimated compensation to provide all services described under the Scope of Work
including the necessary equipment and supplies is ONE HUNDRED AND EIGHTY - FOUR
THOUSAND EIGHT HUNDRED EIGHTY DOLLARS ($184,880.00) not including optional tasks.
The compensation amount is based on the estimated work unit quantities delineated under the
Scope of Work and the quantities outlined herein. It should be noted that the quantities outlined
in this contract are estimated based on the best available information and may vary from the
actual quantities found during field investigations. In no case will the total contract amount
exceed ONE HUNDRED AND NINETY - FOUR THOUSAND TWO HUNDRED EIGHTY DOLLARS
($194,280.00), including optional tasks without prior written authorization from the CITY OF
ROUND ROCK.
Invoices will be rendered monthly and due within thirty (30) days. Invoices will be computed
based on the quantities of work completed to date, multiplied by the unit price for that work
and/or percentage of task completion.
Table 1—Com nsation for Basic and Optional Tasks
Task Description Unit Unit Cost Estimated Extended
uanti Cost
100 Preparatory Work, Project Kick-off Lump $2,000.00 1
Meeting, and Site Investigation Sum $2,000.00
Flow Monitor Installation, Meter-
200 Maintenance, Calibration, DataDay $60.00 2,160 $129,600.00
Collection and Equipment Removal
300 Monthly Technical Memorandum Month950.00 12 11 400.00
400 Data Formatting, Engineering Analysis Meter- $3,490.00 12
and Reporting Month $41,880.00
Total w out Options: 184 880.00
500 Relocation of Flow Monitoring Meter $1,200.00 2 $2,400.00
Equipment 0 tional
600 Software Training (8 hour session) - Each
Optional $3,000.00 1 $3,000.00
601 Equipment Installation and Calibration Each
Training8 hour session —Optional $4,000.00 1 $4,000.00
Total O tions: $9,400.00
Tota/W1 0060175.- , 194280.00
Extended Metering Rate is$52.65 per meter er da . To be performed at the City's discretion.
*
Optional Task
A lease/purchase option is available to the CITY OF ROUND ROCK under this contract for
purchase of the temporary flow monitoring equipment used to collect data for this project. In
order to exercise this option, THE CITY OF ROUND ROCK will be required to notify (in writing)
GSWW within one (1) month of the expiration of the basic 12-month flow monitoring period. If
exercised, GSWW will apply 70% (based on manufacturer policy) of the per meter rental paid to
GSWW (as a portion of the daily meter compensation) to the purchase price of the meter, up to
the purchase price of a particular meter. The purchase price of the meter shall be made available
— --- Page 1
to the CITY OF ROUND ROCK within one (1) month of the basic 12 month metering period. The
purchase price is dependent upon the manufacturer, model, and accessories installed at a
particular location and will not be finally determined until the completion of Task 200 activities.
-- _Page 2
EXHIBIT E
Certificates of Insurance
CERTIFICATE OF LIABILITY INSURANCE
Date: 11/03/04
PROFESSIONAL SERVICES
PRODUCER COMPANIES AFFORDING COVERAGE
McLaughlin Brunson Insurance Agency
9535 Forest Lane, #118 A Liberty Insurance Underwriters, Inc.
Dallas, Texas 75243
B
INSURED
GSWW, Inc. C
11117 Shady Trail
Dallas, Texas 75229 D
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 INSURANCE POLICY EFFECTIVE EXPIRATION LIMITS
LTR NUMBER DATE DATE
A PROFESSIONAL LIABILITY AEE197283-0104 7/15/2004 7/15/2005 $1,000,000 Per Claim/Annl Agg.
DESCRIPTION OF SPECIAL ITEMS/EXCEPTIONS
The claims made professional liability coverage is the total aggregate limit for all claims presented within the policy period and is subject to a deductible.
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.
CERTIFICATE HOLDER: City of Round Rock
221 E. Main Street
Round Rock,Texas 78664
attn: Christine Martinez, City Secretary
SIGNATURE OF AUTHORIZED REPRESENTATIVE
P- lxlxell—a�
Typed Name: Patrick P. McLaubhlin
Title: Agent
Rev'd 2/10/03-Professional Liability Certificate.doc
DATE: November 23, 2004
SUBJECT: City Council Meeting - December 2, 2004
ITEM: 9.E.2. Consider a resolution authorizing the Mayor to execute a
Contract for Engineering Services with GSWW, Inc. for the I&I
Flow Monitoring Study.
Department: Water and Wastewater Utilities
Staff Person: Tom Clark, Director of Utilities
Michael Thane, Engineering Manager
Justification:
Six velocity-depth wastewater flow monitors will be installed at various locations
within the City's wastewater collection system for a 12-month period. The City is
divided into sub-basins based on natural drainage and the direction of flow within the
wastewater system. The flow meters for this study will be strategically placed in
sub-basins that have recently been rehabilitated, sub-basins that have not been
rehabilitated with older wastewater systems, and sub-basins that have not been
rehabilitated with newer wastewater systems. The information obtained from these
flow meters, along with City installed rain gauges, will allow the City to determine
the effectiveness of the current Wastewater Collection System Inspection and
Rehabilitation Program. The data will provide information to the City in order to
evaluate the difference in the amount of flow during dry conditions versus wet
conditions. The difference in these conditions is the amount of inflow and infiltration
(I&I) that is entering the City's wastewater collection system. This I&I of surface
and groundwater add to the treatment cost that is incurred by the City.
As part of this study, the City staff will be trained by GSWW, Inc. on meter
operation, maintenance, data collection, quality assurance and evaluation, so that at
the completion of this contract, City staff should be able to continue a flow
monitoring program in-house on an as needed basis.
Funding•
Cost: $194,280.00
Source of funds: Capital Project Funds (Self Financed Utility)
Outside Resources: GSWW, Inc.
Background Information:
Currently, the Lower Colorado River Authority (LCRA) provides an I&I credit to the
City for the regional wastewater lines that are owned by the LCRA and that extend
thru the City to the treatment plant. The results of this flow monitoring study will
provide information to the City that will verify if the current LCRA credit for I&I is
accurate. If the results of the study indicate that more I&I is entering the system
than previously determined, then additional credit should be provided to the City;
therefore, reducing treatment cost.
Public Comment: N/A
EXECUTED
DOCUMENT
FOLLOWS
ROUND ROCK,TEXAS
P POCF P45�10A PHOSYfIiiTl
CITY OF ROUND ROCK
CONTRACT FOR ENGINEERING SERVICES
FIRM: GSWW, Inc. ("Engineer")
ADDRESS: 1016 Mopac Circle, Suite 201, Austin, TX 78746 -
PROJECT: I&I FLOW MONITORING STUDY
THE STATE OF TEXAS §
COUNTY OF WILLIAMSON §
TLIIS CONTRACT FOR ENGINEERING SERVICES ("Contract") is made and entered into on
this the ay of Ep p6k, , 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- Rev.09/07/04
File Name: gsww-I&Iflowmonitoring;76569 00064494
1
CONTRACT DOCUMENTS
The Contract Documents consist of this Contract and any exhibits attached hereto (which
exhibits are hereby incorporated into and made a part of this Contract) and all Supplemental Contracts
(as defined herein in Article 13) which are subsequently issued. These form the entire contract, and all
are as fully a part of this Contract as if attached to this Contract or repeated herein.
ARTICLE 1
CITY SERVICES
City shall perform or provide services as identified in Exhibit A entitled "City Services."
ARTICLE 2
ENGINEERING SERVICES
Engineer shall perform Engineering Services as identified in Exhibit B entitled "Engineering
Services."
Engineer shall perform the Engineering Services in accordance with the Work Schedule as
identified in Exhibit C entitled "Work Schedule." Such Work Schedule shall contain a complete
schedule so that the Engineering Services under this Contract may be accomplished within the specified
time and at the specified cost. The Work Schedule shall provide specific work sequences and 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 One Hundred Ninety-four Thousand Two Hundred Eighty&No/100 Dollars ($ 194,280.00 )
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 D. Thane, P.E.
Engineering Manager
2008 Enterprise Drive
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:
David Koberlein, P.E.
Associate
1016 Movac Circle, Suite 201
Austin, TX 78746
Telephone Number (512) 306-9266
Fax Number (512) 306-9550
Email Address kdavid@gsw-inc.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 the City. Engineer shall not proceed until the Supplemental Contract has
been executed. Additional compensation, if appropriate, shall be identified as provided in Article 4.
It is understood and agreed by and between both parties that Engineer shall make no claim for
extra work done or materials furnished until the City authorizes full execution of the written
Supplemental Contract and authorization to proceed. City reserves the right to withhold payment
pending verification of satisfactory Engineering Services performed.
ARTICLE 14
OWNERSHIP OF DOCUMENTS
All data, basic sketches, charts, calculations, plans, specifications, and other documents created
or collected under the terms of this Contract are the exclusive property of City and shall be furnished to
City upon request. All documents prepared by Engineer and all documents furnished to Engineer by
City shall be delivered to City upon completion or termination of this Contract. Engineer, at its own
expense, may retain copies of such documents or any other data which it has furnished City under this
Contract.
ARTICLE 15
PERSONNEL,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 negligent activities by Engineer, its agents,
or employees.
ARTICLE 23
ENGINEER'S RESPONSIBILITIES
Engineer shall be responsible for the accuracy of his/her/its Engineering Services and shall
promptly make necessary revisions or corrections to its work product resulting from errors, omissions,
or negligent acts, and same shall be done without compensation. City shall determine Engineer's
responsibilities for all questions arising from design errors and/or omissions. Engineer shall not be
relieved of responsibility for subsequent correction of any such errors or omissions in its work product,
or for clarification of any ambiguities until after the construction phase of the project has been
completed.
ARTICLE 24
ENGINEER'S SEAL
The responsible engineer shall sign, seal and date all appropriate engineering submissions to
City in accordance with the Texas Engineering Practice Act and the rules of the State Board of
Registration for Professional Engineers.
ARTICLE 25
NON-COLLUSION,FINANCIAL INTEREST PROHIBITED
(1) Non-collusion. Engineer warrants that he/she/it has not employed or retained any company
or persons, other than a bona fide employee working solely for Engineer, to solicit or secure this
Contract, and that he/she/it has not paid or agreed to pay any company or engineer any fee,
commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting
from the award or making of this Contract. For breach or violation of this warranty, City reserves and
shall have the right to annul this Contract without liability or, in its discretion and at its sole election, to
deduct from the contract price or compensation, or to otherwise recover, the full amount of such fee,
commission,percentage, brokerage fee, gift or contingent fee.
(2) Financial Interest Prohibited. Engineer covenants and represents that Engineer,
his/her/its officers, employees, agents, consultants and subcontractors will have no financial interest,
direct or indirect, in the purchase or sale of any product, materials or equipment that will be
recommended or required for the construction of the project.
ARTICLE 26
INSURANCE
(1) Insurance. Engineer, at Engineer's sole cost, shall purchase and maintain during the entire
term while this Contract is in effect professional liability insurance coverage in the minimum amount of
One Million Dollars 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:
David Koberlein, P.E.
Associate
GSWW, Inc.
1016 Movac Circle, Suite 201
Austin, TX 78746
ARTICLE 33
GENERAL PROVISIONS
(1) Time is of the Essence. Engineer understands and agrees that time is of the essence and
that any failure of Engineer to complete the Engineering Services for each phase of this Contract within
the agreed Work Schedule may constitute a material breach of this Contract. Engineer shall be fully
responsible for his/her/its delays or for failures to use his/her/its reasonable efforts in accordance with
the terms of this Contract and the Engineer's standard of performance as defined herein. Where damage
is caused to City due to Engineer's negligent failure to perform City may accordingly withhold, to the
extent of such damage, Engineer's payments hereunder without waiver of any of City's additional legal
rights or remedies.
(2) Force Majeure. Neither City nor Engineer shall be deemed in violation of this Contract if
prevented from performing any of their obligations hereunder by reasons for which they are not
responsible or circumstances beyond their control. However, notice of such impediment or delay in
performance must be timely given, and all reasonable efforts undertaken to mitigate its effects.
(3) Enforcement and Venue. This Contract shall be enforceable in Round Rock, Williamson
County, Texas, and if legal action is necessary by either party with respect to the enforcement of any or
all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas.
This Contract shall be governed by and construed in accordance with the laws and court decisions of
the State of Texas.
(4) Standard of Performance. The standard of care for all professional engineering,
consulting and related services performed or furnished by Engineer and its employees under this
Contract will be the care and skill ordinarily used by members of Engineer's profession practicing
under the same or similar circumstances at the same time and in the same locality. Excepting Articles
25 and 34 herein, Engineer makes no warranties, express or implied, under this Contract or otherwise,
in connection with the Engineering Services.
13
(5) Opinion of Probable Cost. Any opinions of probable project cost or probable construction
cost provided by Engineer are made on the basis of information available to Engineer and on the basis
of Engineer's experience and qualifications and represents its judgment as an experienced and qualified
professional engineer. However, since Engineer has no control over the cost of labor, materials,
equipment or services furnished by others, or over the contractor(s') methods of determining prices, or
over competitive bidding or market conditions, Engineer does not guarantee that proposals, bids or
actual project or construction cost will not vary from opinions of probable cost Engineer prepares.
(6) Opinions and Determinations. Where the terms of this Contract provide for action to be
based upon opinion,judgment, approval, review, or determination of either party hereto, such terms are
not intended to be and shall never be construed as permitting such opinion,judgment, approval, review,
or determination to be arbitrary, capricious, or unreasonable.
ARTICLE 34
SIGNATORY WARRANTY
The undersigned signatory for Engineer hereby represents and warrants that the signatory is an
officer of the organization for which he/she has executed this Contract and that he/she has full and
complete authority to enter into this Contract on behalf of the firm. The above-stated representations
and warranties are made for the purpose of inducing City to enter into this Contract.
IN WITNESS WHEREOF,the City of Round Rock has caused this Contract to be signed in its
corporate name by its duly authorized City Manager or Mayor and Engineer, signing by and through its
duly authorized representative(s), thereby binding the parties hereto, their successors, assigns and
representatives for the faithful and full performance of the terms and provisions hereof.
CITY OF R R T S APP O ED AS TO tORM:
By: �*
Nyl ell, or Stepha L. Sheets, City Attorney
ATTE T:
By:
Christine Martinez, City Secretary
GSWW, I/n�c.
BY:
Signature of Principal
Printed Name: PA✓ID /Gc7igC-2GEi,,�
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
15
Exhibit A— City Services
The CITY OF ROUND ROCK shall provide the following information and services:
1. One reproducible print of the existing sewer system showing the location and size of
existing sewer lines, manholes, lift stations, and other pertinent topographic information
such as right-of-way lines, street names, etc. This information shall also be provided in
an electronic format, if available.
2. Liaison with THE CITY OF ROUND ROCK to provide effective coordination and
cooperation between the fire, police, security, and traffic control departments and
GSWW, as necessary during execution of field work.
3. Access to manholes and/or lift stations.
4. Assistance by THE CITY OF ROUND ROCK, knowledgeable of manhole and cleanout
locations, in locating buried or hidden manholes and cleanouts.
5. Expose for entry, manholes that require excavation, cutting of pavement, and/or have
lids fastened or frozen in place.
6. Provide manhole and/or pipeline cleaning if required for meter installation (prior to meter
installation) or allow a reasonable and customary additional charge for GSWW to perform
the line cleaning or have this task performed by others.
Page 1
Exhibit B — Engineering Services
Background
This project will consist of the performance of certain field tasks relative to field installation,
maintenance, calibration, and data collection for six (6) velocity-depth style wastewater flow
monitors and related data analysis. Formatting of the collected data and engineering evaluation
and wet and dry weather analysis of the collected data is also presented. The final product will
result in a written report outlining the findings from the data collection exercise and engineering
evaluations.
Task 100 - Preparatory Work, Project Kick-off Meeting,and Site Investigation
This task consists of the following items, all of which are customary and necessary to the success
of the overall project:
• Printing of all field forms and preparation of maps to be used for the field investigation
portion of the project.
• Project kickoff meeting to discuss the proposed locations of the flow monitoring points and
alternative monitoring points, rain gage locations, public relations requirements, any
additional security and safety requirements for The City of Round Rock, work hours, field
reporting requirements, and traffic control requirements.
• Transportation of the appropriate personnel and equipment to the project site.
• Procedures for use in case a primary flow monitoring site is found to be undesirable for flow
monitoring based on site hydraulics, traffic issues, site conditions, etc. In the case where an
alternative site is desirable, GSWW will notify the City of Round Rock of the conditions at the
primary monitoring site that make it an undesirable flow-monitoring site and suggest
alternatives.
The compensation for this task shall be on a lump sum basis.
Task 200 — Flow Monitor Installation, Maintenance, Calibration, Data Collection, and
Equipment Removal
This task provides for the installation, maintenance, calibration, data collection and equipment
removal of flow metering equipment. The installation of the flow metering equipment shall begin
at the direction of the City of Round Rock and will be completed within two weeks of receipt of
approval of the flow monitoring sites determined under Task 100.
Each meter will be field calibrated prior to installation. Calibration of each meter will consist of
an independent verification of the flow depth and velocity. The flow sensors will be secured to a
mounting band that fits snugly in the pipeline. The data logger for each site will then be installed
and secured in the top of each manhole. The sampling interval for the data loggers shall be two
(2) minutes and the data shall be stored in 15-minute increments. Written logs of each site visit
will be maintained and will be used to record date and time of visit, meter velocity and depth
reading, corresponding independent velocity and depth reading, and maintenance items such as
battery voltage, etc. Routine maintenance and service will be undertaken on a seven (7) day
Page 1
cycle to confirm normal operation during the first 60 days of the monitoring period and on a 14-
day cycle for the remainder of the monitoring period. The metering equipment will be capable of
recording flow under surcharged conditions
During collection, data from each unit will be uploaded in the field to an electronic data collection
device. Each data transfer unit will then be uploaded to the central project computer in the
office for data integrity checks. Data integrity checks shall be performed to ensure that the flow
meters are operating within manufacturer's specified tolerances. Any meter found to be
performing outside of specified tolerances will be diagnosed and the issues associated with the
inaccurate readings will be resolved or the meter will be replaced. No additional compensation
will be requested for this task.
Assumptions: Rainfall gages will be installed by the CITY OF ROUND ROCK personnel at locations
identified in Task 100. Rainfall gage data will be provided to GSWW in electronic format(txt, csv,
or Microsoft Excel) with a logged interval of 15-minutes. The data will provided on a 14-day cycle
corresponding with the flow monitoring data.
The compensation for this task shall be on a "per meter day" basis for the 12-month monitoring
period.
Task 300—Monthly Technical Memorandum
This task provides for the delivery of the collected flow and rainfall data to the CITY OF ROUND
ROCK and the preparation of a monthly brief technical memorandum including data summary,
conditions found in the field, data integrity issues, site maintenance and calibration data for each
monitored site. One (1) hardcopy and four (4) electronic copies of the brief technical
memorandum and data will be delivered to the CITY OF ROUND ROCK monthly.
The compensation for this task shall be on a monthly basis.
Task 400—Data Formatting, Engineering Analysis and Reporting
This task provides for the formatting and engineering analysis of the collected flow and rainfall
data and development of an engineering report. The following data will be provided for each
metering site, in 15-minute increments:
• Average daily flow for dry weather
• Peak flow for dry weather
• Average daily flow for wet weather
• Peak flow for wet weather
• Peak inflow rates
• Total quantity of inflow and infiltration
The final report will include the following information as a minimum:
• Development of discrete flow data for each metering site
• Development of the volume of inflow/infiltration estimates
• Ranking of each sub basin by severity of inflow/infiltration
• Hydrographs and tabular listings of the flow and rainfall data
• Locations of flow metering stations
• Location of rainfall gages
• Monitored rainfall data by gage location by storm event
Page 2
• Standard wastewater flow parameters by flow meter, including average and peak flow for dry
weather, average and peak flow for wet weather, peak inflow rates, total inflow/infiltration
volumes, and design storm projected flows
• Hydrographs for each flow meter station (Overall metering period and one-week
hydrographs)
• Summary tables of recorded rain events
• Location map depicting the location of the rainfall gages in the study area
• Equipment maintenance logs
Five (5) hardcopies and five (5) electronic copy of the report and data will be delivered to the
CITY OF ROUND ROCK, no later than 30 days after the completion of the flow monitoring period.
The compensation for this task shall be on a"per meter per month"basis.
Task 500—Relocation of Flow Monitoring Equipment(Optional)
This task consists of the relocation of flow monitoring equipment and development of additional
wastewater flow parameters based on the requirements of the CITY OF ROUND ROCK. The
project team desires to have a facility by which flow-monitoring equipment can be relocated to
other portion of the collection system during the flow-monitoring period. This task is included to
compensate for additional site investigations (if required), removal, reinstallation, and
recalibration of the flow monitors and the additional engineering and data management
associated with each relocated flow monitor. The Project Team will provide sufficient notice (7
days)to GSWW to move a meter.
The compensation for this task shall be on a"per meter"basis.
Task 600—Training (Optional)
This task will include two eight (8) hour training periods on meter operation, maintenance, data
collection, reduction, quality assurance and evaluation. The training sessions will performed at a
monitoring site (field training) or at a CITY OF ROUND ROCK conference facility (classroom
training). Flow monitoring site training will include meter maintenance, calibration, diagnostics
and data collection. Classroom training will include flow meter software, data reduction and
evaluation instruction. In addition to the classroom training, CITY OF ROUND ROCK personnel
will be invited to join our field crews during meter maintenance and data collection activities
during the contract period. This will afford CITY OF ROUND ROCK personnel an opportunity to
observe and participate during actual field operations.
Compensation for this task shall be per each eight(8) hour training session.
Page 3
Exhibit C —Work Schedule
The work will be initiated within one week of receipt of Authorization to Proceed by the CITY OF
ROUND ROCK. Monitoring equipment shall be installed within two weeks of the completion of
Task 100. Work for Tasks 200-600 will be completed within thirteen (13) months of the project
initiation, unless extended for monitoring is initiated.
Page 1
Exhibit D — Fee Schedule
The total estimated compensation to provide all services described under the Scope of Work
including the necessary equipment and supplies is ONE HUNDRED AND EIGHTY - FOUR
THOUSAND EIGHT HUNDRED EIGHTY DOLLARS ($184,880.00) not including optional tasks.
The compensation amount is based on the estimated work unit quantities delineated under the
Scope of Work and the quantities outlined herein. It should be noted that the quantities outlined
in this contract are estimated based on the best available information and may vary from the
actual quantities found during field investigations. In no case will the total contract amount
exceed ONE HUNDRED AND NINETY - FOUR THOUSAND TWO HUNDRED EIGHTY DOLLARS
($194,280.00), including optional tasks without prior written authorization from the CITY OF
ROUND ROCK.
Invoices will be rendered monthly and due within thirty (30) days. Invoices will be computed
based on the quantities of work completed to date, multiplied by the unit price for that work
and/or percentage of task completion.
Table 1—Compensation for Basic and Optional Tasks
Task Description Unit Unit Cost Estimated Extended
Quantity Cost
100 Preparatory Work, Project Kick-off Lump $2,000.00 1 $2,000.00
Meeting, and Site Investigation Sum
Flow Monitor Installation, Meter-
200 Maintenance, Calibration, Data Day $60.00 2,160 $129,600.00
Collection and Equipment Removal
300 Monthly Technical Memorandum Month $950.00 12 $11,400.00
400 Data Formatting, Engineering Analysis Meter- $3
and Reporting Month 1490.00 12 $41,880.00
Total w out Options: 184 880.00
500 Relocation of Flow Monitoring Meter
Equipment O tional $1,200.00 2 $2,400.00
600 Software Training (8 hour session) - Each
Optional $3,000.00 1 $3,000.00
601 Equipment Installation and Calibration Each $4,000.00 1 $4,000.00
Training8 hour session —Optional
Total Options: $9,400.00
Tota/wl Options., , 194280.00
Extended Metering Rate is$52.65 per meter per day. To be performed at the City's discretion.
*
Optional Task
A lease/purchase option is available to the CITY OF ROUND ROCK under this contract for
purchase of the temporary flow monitoring equipment used to collect data for this project. In
order to exercise this option, THE CITY OF ROUND ROCK will be required to notify (in writing)
GSWW within one (1) month of the expiration of the basic 12-month flow monitoring period. If
exercised, GSWW will apply 70% (based on manufacturer policy) of the per meter rental paid to
GSWW (as a portion of the daily meter compensation) to the purchase price of the meter, up to
the purchase price of a particular meter. The purchase price of the meter shall be made available
Page 1
to the CITY OF ROUND ROCK within one (1) month of the basic 12 month metering period. The
purchase price is dependent upon the manufacturer, model, and accessories installed at a
particular location and will not be finally determined until the completion of Task 200 activities.
Page 2
EXHIBIT E
Certificates of Insurance
CERTIFICATE OF LIABILITY INSURANCE
Date: 11/03/04
PROFESSIONAL SERVICES
PRODUCER COMPANIES AFFORDING COVERAGE
McLaughlin Brunson Insurance Agency
9535 Forest Lane, #118 A Liberty Insurance Underwriters, Inc.
Dallas, Texas 75243
B
INSURED
GSWW, Inc. C
11117 Shady Trail
Dallas, Texas 75229 D
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 INSURANCE POLICY EFFECTIVE EXPIRATION LIMITS
LTR NUMBER DATE DATE
A PROFESSIONAL LIABILITY AEE197283-0104 7/15/2004 7/15/2005 $1,000,000 Per Claim/Annl Agg.
DESCRIPTION OF SPECIAL ITEMS/EXCEPTIONS
The claims made professional liability coverage is the total aggregate limit for all claims presented within the policy period and is subject to a deductible.
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.
CERTIFICATE HOLDER: City of Round Rock
221 E. Main Street
Round Rock, Texas 78664
attn: Christine Martinez, City Secretary
SIGNATURE OF AUTHORIZED REPRESENTATIVE
Qac P-
Typed Name: Patrick P. McLaubhlin
Title: Agent
Rev'd 2/10/03-Professional Liability Certificate.doc