R-03-09-11-10E1 - 9/11/2003RESOLUTION NO. R -03-09-11-10E1
WHEREAS, the City of Round Rock desires to retain engineering
services for the South Creek Channel Improvements Project, and
WHEREAS, Espey Consultants, Inc. has submitted an Agreement for
Engineering Services to provide said services, and
WHEREAS, the City Council desires to enter into said agreement
with Espey Consultants, 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 an Agreement for Engineering Services with Espey
Consultants, Inc. for the South Creek Channel Improvements Project, a
copy of said agreement 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 llth day of September, 2003.
AT ST:
XL. AOKA4-
NY -'�t' E ayor
City .f Round Rock, Texas
CHRISTINE R. MARTINEZ, City Secret
@PFDeSktoODMA/WORLDOX/O:/WDOX/RESOLUTI/R30911E1PD/SC
Y
ROUND ROCK, TEXAS
PURPOSE. PASSION. PROSPERITY.
CITY OF ROUND ROCK AGREEMENT
FOR ENGINEERING SERVICES WITH
ESPEY CONSULTANTS, INC. FOR
G. O. BOND 2002—SOUTH CREEK CHANNEL IMPROVEMENTS
THE STATE OF TEXAS
COUNTY OF WILLIAMSON
THIS AGREEMENT FOR ENGINEERING SERVICES ("Agreement") is made and entered
into on this the day of the month of , 200 , 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 Espey Consultants, Inc.,
whose principal place of business is located at 3809 South 2nd Street, Suite B-300, Austin, TX., 78704,
(hereinafter called "Engineer"), and such Agreement 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:
CONTRACT DOCUMENTS
The Contract Documents consist of this Agreement and any exhibits attached hereto (which
exhibits are hereby incorporated into and made a part of this Agreement) and all Supplemental
Agreements (as defined herein in Article 13) which are subsequently issued. These form the entire
contract, and all are as fully a part of this Agreement as if attached to this Agreement or repeated herein.
Engineering Sery Agreement -4-2003
File name:screek channel imp- new 8-03-G02002-espey(00054288).doc
1
EXHIBIT
b
.0
a "An
Rev.4/1/03
ARTICLE 1
SCOPE OF SERVICES TO BE PERFORMED BY CITY
City shall perform or provide services as identified in Exhibit A entitled "Services to be
Performed by City."
ARTICLE 2
SCOPE OF SERVICES TO BE PERFORMED BY ENGINEER
Engineer shall perform engineering services as identified in Exhibit B entitled "Services to be
Performed by Engineer."
Engineer shall develop a mutually acceptable schedule of work as identified in Exhibit C entitled
"Work Schedule." Such Work Schedule shall contain a complete schedule so that the Engineer's Scope
of Services under this Agreement 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 work performed. Should the review times take longer than shown on the Work Schedule,
through no fault of Engineer, additional time may be authorized by City through a written Supplemental
Agreement only if same is requested by a timely written request from Engineer which is approved by
City.
ARTICLE 3
CONTRACT TERM
(1) Term. This Agreement shall be from the date hereof and shall terminate at the close of
business on the 1 1th day of the month of March, 2004, unless extended by written Supplemental
Agreement executed by Engineer and City prior to the date of termination, or as otherwise terminated as
provided in Article 20 entitled "Termination." Any work 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 work under this Agreement will not be completed before the termination date. In
that event City may, at its sole discretion, extend the contract term by timely written Supplemental
Agreement. Engineer shall allow adequate time for review and approval of his/her/its request for time
extension by City prior to expiration of this Agreement.
(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 services required herein so
that construction of the project will be commenced and completed as scheduled. In this regard, Engineer
shall proceed with sufficient qualified personnel and consultants necessary to fully and timely
accomplish all services required under this Agreement in the highest professional manner.
(3) Notice to Proceed. After execution of this Agreement, Engineer shall not proceed with work
delineated in Article 2 entitled "Scope of Services to be Performed by Engineer" and in Exhibit B
Rev. 4/1 /03
2
entitled "Services to be Performed by Engineer" until authorized in writing by City to proceed as
provided in Article 7 entitled "Notice to Proceed."
ARTICLE 4
COMPENSATION
City shall pay and Engineer agrees to accept the amount shown below as full compensation for
all engineering services performed and to be performed under this Agreement.
The amount payable under this Agreement, without modification of the Agreement as provided
herein, is the sum of One Hundred Eighty-seven Thousand Four Hundred Ninety-four ($187,494.00) as
shown in Exhibit D entitled "Fee Schedule." The lump sum amount payable may be revised only by
written Supplemental Agreement in the event of a change in scope, additional complexity from that
originally anticipated, or change in character of work as authorized by City.
Engineer shall prepare and submit to City monthly progress reports in sufficient detail to support
the progress of the work and to support invoices requesting monthly payment. Any preferred format of
City for such monthly progress reports shall be identified in Exhibit B entitled "Services to be
Performed by Engineer." Satisfactory progress of work shall be maintained as an absolute condition of
payment.
The fee herein referenced may be adjusted for additional work requested and performed only if
approved by written Supplemental Agreement.
ARTICLE 5
METHOD OF PAYMENT
Payments to Engineer for services rendered shall be made while work is 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 work
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 work tasks
identified in Exhibit D entitled "Fee Schedule." Progress payments shall be made by City based upon
work actually provided and performed. Upon timely receipt and approval of each statement, City shall
make a good faith effort to pay the amount which, notwithstanding anything herein to the contrary, is
due and payable within thirty (30) days. City reserves the right to withhold payment pending verification
of satisfactory work performed. Engineer has the responsibility to submit proof to City, adequate and
sufficient in its determination, that tasks were completed.
Rev. 4/1 /03
3
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.
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 City receives the supplies, materials,
equipment, or 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 the supplies, materials,
equipment, or 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 to payments made by City 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 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 Agreement 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
City shall issue a written authorization to proceed with work identified in the Scope of Services.
City shall not be responsible for actions by Engineer or any costs incurred by Engineer relating to
additional work not included in Exhibit B entitled "Services to be Performed by Engineer."
Rev. 4/1/03
4
ARTICLE 8
PROJECT TEAM
City's Designated Representative for purposes of this Agreement is as follows:
Daniel Halden, P.E.
City Engineer
2008 Enterprise Drive
Round Rock, Texas 78664
Telephone Number: (512) 218-5555
Fax Number: (512) 218-5563
Email Address: dhalden@round-rock.tx.us
City's Designated Representative shall be authorized to act on City's behalf with respect to this
project. 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 Engineer's services.
Engineer's Designated Representative for purposes of this Agreement is as follows:
Brian Reis, P.E.
Project Manager
3809 S. 2nd St., Suite B-300
Austin, TX 78704
Telephone Number: (512) 326-5659
Fax Number: (512) 326-5723
Email Address: breis@espeyconsultants.com
ARTICLE 9
PROGRESS EVALUATION
Engineer shall, from time to time during the progress of the work, 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 work. 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
Engineer's services and work.
Should City determine that the progress in production of work 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 work, including but not limited to the following:
Rev. 4/1/03
5
(1) Problems, delays, adverse conditions which may materially affect the ability to attain
program objectives, prevent the meeting of time schedules and goals, or preclude the
attainment of project work units by established time periods; and such disclosure shall be
accompanied by statement of actions taken or contemplated, and City assistance needed to
resolve the situation, if any; and
(2) Favorable developments or events which enable meeting the work schedule goals sooner
than anticipated.
ARTICLE 10
SUSPENSION
Should City desire to suspend the work, but not to terminate this Agreement, 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 work may be reinstated and resumed in full force and
effect within sixty (60) days of receipt of written notice from City to resume the work. Such sixty-day
notice may be waived in writing by agreement and signature of both parties.
If City suspends the work, the contract period as determined in Article 3 is not affected and this
Agreement will terminate on the date specified unless this Agreement is amended indicating otherwise.
City assumes no liability for work performed or costs incurred prior to the date authorized by
City for Engineer to begin work, and/or during periods when work is suspended, and/or subsequent to
the contract completion date.
ARTICLE 11
ADDITIONAL WORK
If Engineer forms a reasonable opinion that any work he/she/it has been directed to perform is
beyond the scope of this Agreement 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 Agreement will
be executed between the parties as provided in Article 13 entitled "Supplemental Agreements."
Engineer shall not perform any proposed additional work nor incur any additional costs prior to the
execution, by both parties, of a written Supplemental Agreement. 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 work authorized in this Agreement or any amendments thereto.
ARTICLE 12
CHANGES IN WORK
If City deems it necessary to request changes to previously satisfactorily completed work or
parts thereof which involve changes to the original scope of services or character of work under this
Agreement, then Engineer shall make such revisions as requested and as directed by City. Such
Rev. 4/1/03
6
revisions shall be considered as additional work and paid for as specified under Article 11 entitled
"Additional Work."
Engineer shall make revisions to work 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
work.
ARTICLE 13
SUPPLEMENTAL AGREEMENTS
The terms of this Agreement may be modified by written Supplemental Agreement if City
determines that there has been a significant change in (1) the scope, complexity or character of the
service to be performed, or (2) the duration of the work. Any such Supplemental Agreement must be
duly authorized by City Council Resolution. Where such City Council authorization is required,
Engineer shall not proceed until the appropriate Resolution has been adopted. Additional
compensation, if appropriate, shall be identified as provided in Article 4 entitled "Compensation."
Both parties must execute any written Supplemental Agreement within the contract period
specified in Article 3 entitled "Contract Term."
It is understood and agreed by and between both parties that Engineer shall make no claim for
extra work done or materials furnished until City grants full execution of the written Supplemental
Agreement and authorization to proceed. City reserves the right to withhold payment pending
verification of satisfactory work 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 Agreement 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 Agreement. Engineer, at
his/her/its own expense, may retain copies of such documents or any other data which he/she/it has
furnished City under this Agreement. Any release of information shall be in conformance with
requirements of the Texas Open Records Act.
ARTICLE 15
PERSONNEL, EQUIPMENT AND MATERIAL
Engineer shall furnish and maintain, at his/her/its own expense, quarters for the performance of
all services, and adequate and sufficient personnel and equipment to perform the 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 work shall immediately be removed from association with
Rev. 4/1/03
7
the project when so instructed by City. Engineer certifies that he/she/it presently has adequate qualified
personnel in his/her/its employment for performance of the services required under this Agreement, 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 work under this Agreement
without prior written approval from City. All subcontracts shall include the provisions required in this
Agreement and shall be approved as to form, in writing, by City prior to work being performed under
the subcontract. No subcontract shall relieve Engineer of any responsibilities under this Agreement.
ARTICLE 17
EVALUATION OF WORK
City, or any authorized representatives of it, shall have the right at all reasonable times to review
or otherwise evaluate the work 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 Agreement, 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 Agreement may be terminated before the stated termination date by any of the following
conditions.
(1) By mutual agreement and consent, in writing, of both parties.
Rev. 4/1 /03
8
(2) By City, by notice in writing to Engineer, as a consequence of failure by Engineer to
perform the 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 services and obligations described herein.
Should City terminate this Agreement 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
work performed by Engineer prior to termination, City shall be the sole judge. Compensation for work
at termination will be based on a percentage of the work completed at that time. Should City terminate
this Agreement 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 Agreement or if City terminates this Agreement
for fault on the part of Engineer, then City shall give consideration to the actual costs incurred by
Engineer in performing the work to the date of default, the amount of work required which was
satisfactorily completed to date of default, the value of the work which is usable to City, the cost to City
of employing another firm to complete the work required and the time required to do so, and other
factors which affect the value to City of the work performed at the time of default.
The termination of this Agreement and payment of an amount in settlement as prescribed above
shall extinguish all rights, duties, and obligations of City and Engineer under this Agreement, except
the obligations set forth herein in Article 21 entitled "Compliance with Laws." If the termination of this
Agreement is due to the failure of Engineer to fulfill his/her/its contractual obligations, then City may
take over the project and prosecute the work to completion. In such case, Engineer shall be liable to
City for any additional 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 scope of services under this
Agreement.
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 Agreement,
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.
Rev. 4/1/03
9
Engineer shall further obtain all permits and licenses required in the performance of the
professional services contracted for herein.
(2) Taxes. Engineer will pay all taxes, if any, required by law arising by virtue of the 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
Agreement, which are caused by or which result from error, omission, or negligent act of Engineer or of
any person employed by Engineer or under Engineer's direction or control.
Engineer shall also save and hold City harmless from any and all expenses, including but not
limited to attorneys fees which may be incurred by City in litigation or otherwise defending claims or
liabilities which may be imposed on City as a result of such activities by Engineer, its agents, or
employees.
ARTICLE 23
ENGINEER'S RESPONSIBILITIES
Engineer shall be responsible for the accuracy of his/her/its work and shall promptly make
necessary revisions or corrections 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 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 solicitor secure this
Agreement, 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
Rev. 4/1/03
10
from the award or making of this Agreement. For breach or violation of this warranty, City reserves and
shall have the right to annul this Agreement 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 Agreement 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
acceptable to City.
(2) Subconsultant Insurance. Without limiting any of the other obligations or liabilities of
Engineer, Engineer shall require each subconsultant performing work under this Agreement to maintain
during the term of this Agreement, 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 Agreement, 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:
1. Each policy shall require that thirty (30) days prior to the expiration, cancellation, non-
renewal or any change in the limit or scope of coverage, 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
Engineer shall also notify City, within 24 hours of receipt, of any notices of expiration,
cancellation, non -renewal, or material change in coverage it receives from its insurer.
2. Companies issuing the insurance policies shall have no recourse against City for payment
of any premiums or assessments for any deductibles which are the sole responsibility of
and at the sole risk of Engineer.
Rev. 4/1/03
11
3. The term "City" or "City of Round Rock" shall include all authorities, boards,
commissions, departments, and officers of City and the individual members and
employees thereof in their official capacities, and/or while acting on behalf of the City of
Round Rock.
4. The policy clause "Other Insurance" shall not apply to any insurance coverage currently
held by City, to any such future coverage, or to City's Self -Insured Retentions of
whatever nature.
(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 F herein
entitled "Certificates of Insurance."
ARTICLE 27
COPYRIGHTS
City shall have the royalty -free, nonexclusive and irrevocable right to reproduce, publish or
otherwise use, and to authorize others to use, any reports developed by Engineer for governmental
purposes.
ARTICLE 28
SUCCESSORS AND ASSIGNS
This Agreement 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 Agreement, 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 Agreement 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 Agreement shall be construed as if
such invalid, illegal or unenforceable provision had never been contained herein.
ARTICLE 30
PRIOR AGREEMENTS SUPERSEDED
This Agreement 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 Agreement may only be amended or supplemented by mutual agreement of the parties
hereto in writing.
Rev. 4/1/03
12
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 Agreement.
ARTICLE 32
NOTICES
All notices to either party by the other required under this Agreement 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
and to:
Stephan L. Sheets
City Attorney
309 East Main Street
Round Rock, TX 78664
Engineer:
Brian K. Reis, P.E.
Managing Engineer
Espey Consultants, Inc.
3809 South 2nd Street, Ste. B-300
Austin, TX -78704
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 services for each phase of this Agreement within the agreed
Work Schedule may constitute a material breach of this Agreement. Engineer shall be fully responsible
for his/her/its delays or for failures to use his/her/its best efforts in accordance with the terms of this
Agreement. Where damage is caused to City due to Engineer's failure to perform in these
circumstances, City may withhold, to the extent of such damage, Engineer's payments hereunder
without waiver of any of City's additional legal rights or remedies.
Rev. 4/1/03
13
(2) Force Majeure. Neither City nor Engineer shall be deemed in violation of this Agreement
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 Agreement 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 Agreement shall be governed by and construed in accordance with the
laws and court decisions of the State of Texas.
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 Agreement and that he/she has full and
complete authority to enter into this Agreement on behalf of the firm. The above -stated representations
and warranties are made for the purpose of inducing City to enter into this Agreement.
IN WITNESS WHEREOF, the City of Round Rock has caused this Agreement to be signed in
its corporate name by its Mayor, duly authorized to execute the same on its behalf by Resolution No.
, approved by the City Council on the day of the month of
, 2003, and Engineer, Espey Consultants, Inc., signing by and through
his/her/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:
By
Nyle Maxwell, Mayor
ATTEST:
By:
Christine R. Martinez, City Secretary
ENGINEER:
By:
Si ature of ' cipal
Printed Name: Brian K. Reis, P.E.
14
Rev. 4/1 /03
LIST OF EXHIBITS ATTACHED
(1) Exhibit A "Services to be Performed by City"
(2) Exhibit B "Services to be Performed by Engineer"
(3) Exhibit C "Work Schedule"
(4) Exhibit D "Fee Schedule"
(5) Exhibit E "Certificates of Insurance"
Rev. 4/1/03
15
South Creek Channel Improvements — Design Phase
Contract Agreement
EXHIBIT A
"Services to be Performed by City"
The Scope of Services to be performed by the City is to facilitate the engineering, permitting and design
of channel improvements described in Exhibit B, by administering this contract and reviewing the work
performed by the engineer. The City shall:
1. provide to the engineer, without charge, copies as needed of all available maps, plans, as -built
drawings and any other information relevant to the project.
2. provide "Right of Entry" (landowner permission) if necessary for the engineer or his
subconsultants to access private property in order to perform the work.
3. shall meet with the engineer on a periodic basis to review the progress of the work, to answer
questions from the engineer, and for the purpose of commenting on the work.
M:lactive103P073 South Creek Design Phaselcontract attachments.doc August 20, 2003
South Creek Channel Improvements — Design Phase
Contract Agreement
EXHIBIT B
"Services to be Performed by the Engineer"
The South Creek Subdivision in Round Rock, Texas
includes approximately 256 acres of single family and
multi -family development east of A. W. Grimes
Boulevard and west of Dry Branch. It lies south of
Brushy Creek and north of Gattis School Road, and
was platted in the 1980's. Dry Branch Creek
approximately marks the eastern boundary, and Dry
Branch Tributary Number 1 approximately bisects the
northern and southern half of the development. Dry
Branch Tributary Number 1 extends westerly and
southwesterly crossing A. W. Grimes Boulevard,
Green Slopes Park, Gattis School Road and Louis
Henna Boulevard, and includes a total drainage area of
2.055 square miles. The scope of the improvements to
be designed for this project is divided into three areas
along Dry Branch Tributary No. 1. Each of these
projects as shown on Figure 1 are described in detail
under the following task descriptions.
0 SOUTH CREEK/v//`
CHANNEL �i
4, IMPROVEMENTS ,
ce' 001
DRAINAGE '
IMPROVEMENTS NEAR
OREENSLOPES PARK
GREENSLOPES
SUBDIVISION
CHANNEL
IMPROVEMENTS AT
OATTIS SCHOOL RD.
REENLANM PLACE
SUBDIVISION \
SOUTHCREEK
SUBDIVISION
LGATTIS SCHOOL RD.
N.T.S.
Figure 1: Project Location Map
Task A: Dry Branch Tributary No. 1 Improvements
The scope of this project includes the design of channel improvements at two separate locations along
Dry Branch Tributary No. 1. These improvements will occur through the South Creek Subdivision and
just upstream and downstream of Gattis School Road.
South Creek Channel Improvements — Constitutes the primary focus of the project that includes the large
channel extending through the South Creek
Subdivision starting at the South Creek detention pond
outfall and extending upstream to the A.W. Grimes
road crossing. These improvements will improve
channel conveyance, maintainability, and the overall
appearance of the drainage way. These improvements
will also include extending the proposed channel
section upstream along Dry Branch Creek to the
Mimosa Drive culvert crossing. Improvements
include the re -shaping of the existing cross section, the
installation of a pilot channel, modification of existing
concrete box culverts (Dry Branch Tributary No. 1),
utility adjustments, installation of maintenance access
point(s), and re -vegetation. The proposed channel
cross section will require the following utility
adjustments to be made due to routing conflicts as part
of the improvements:
Figure 2: South Creek looking downstream from
Logan St.
• 24" Wastewater Line @ confluence of Dry Branch Main and Dry Branch Tributary No. 1 —
Because downstream portions of this line can not be lowered, a 24" new gravity line will be
M.:Iactive103P073 South Creek Design Phaselcontract attachments.doc August 20, 2003
•
South Creek Channel Improvements — Design Phase
Contract Agreement
routed north to the area of the abandoned South Creek Lift Station within the abandoned MoKan
right-of-way for additional line depth. This design will include approximately 3,800 ft of 24"
wastewater line with associated appurtenances.
• Logan Dr. 8" Wastewater Line — Record as -built information suggest that the lowering of the two
middle box culverts will not impact this line. However in the event that it is impacted, this 8" line
will be re-routed along the south bank of Tributary No. 1 and outfall into the new 24" gravity line
described above.
• Logan Dr. 12" Waterline — This existing line will likely need to be adjusted with the lowering of
the two middle box culverts at Logan Dr. No re-routing of the waterline will be necessary as part
of these improvements.
Channel Improvements at Gattis School Road - In
the upper reach of Dry Branch Tributary No. 1, dry
rock riprap placed immediately upstream and
downstream of Gattis School Road has been dislodged
due to shear forces incurred during significant flood
events. While some of the material is still in place,
some areas do not adequately serve to protect the
channel banks in critical areas including bends.
Erosion of the limestone bed and the channel side
slope toe threatens channel stability and maintenance
is problematic. The limits of these improvements
includes the removal of the original rock stabilization
measure, placement of an erosion control mat on
grassy side slopes, the creation of a pilot channel in
the native bedrock, the installation of rock toe walls in
selected reaches, and the integration of a series of
riffles and pools.
Figure 3: Dry Trib. No. 1 at Gattis School Rd: Looking
upstream toward Gattis School Road (western bank).
Work Breakdown Structure - The scope of this project includes the development of construction plans
for the South Creek Channel Improvements and the Channel Improvements at Gattis School Rd.
Al. Project Management - EC will act as the main point of contact for the City of Round Rock and
coordinate and participate in four (4) regularly scheduled monthly progress meetings for the
purpose of discussing progress, status of project and addressing comments. EC will also manage,
review, and coordinate all work performed by subcontractors. A project work schedule will be
created and maintained through the duration of the project in a City approved format.
A2. Route Study of New Wastewater Line — EC will coordinate with the City of Round Rock staff
and attend meetings as necessary to conclude the exact alignment of the proposed 24" WW line.
EC will work with a surveyor to obtain the necessary field survey information related to the
proposed route and identify a shorter tie-in location, other utility conflicts and adjacent property
lines and ROW limits.
A3. Coordination with USACE and Notification — EC will coordinate the proposed improvements
with the USACE for compliance with Section 404 of the Clean Water Act. At this time it is
anticipated that an individual permit for the proposed activity will be required. An individual
M:lactive103P073 South Creek Design Phaselcontract attachments.doc August 20, 2003
South Creek Channel Improvements — Design Phase
Contract Agreement
permit will require 90 to 120 days for review / approval assuming there are no major adjustments
or alternative request made by the USACE.
A4. Preparation of Construction Plans — Based on cost, input from the City of Round Rock, utility
conflict alternatives, geotechnical findings, USACE, availability of materials, etc., EC will adjust
the proposed design as necessary and develop construction plans of the proposed improvements.
Construction plans will include appropriate general notes to contractor, erosion / sedimentation
control measures, provisions for securing existing utilities (manholes, wastewater laterals, etc.),
plan and profiles of the channel, plan and profile of new 24" wastewater line, necessary cross-
sections, general details, structural details, landscape details, etc. as required for construction by
the contractor. EC will coordinate with utility companies; however, no major alignment
adjustments are anticipated other than those described in this scope. EC will prepare one draft set
construction plans and one final set of construction plans with incorporated draft comments.
A5. Preparation of Contract Documents and Specifications — EC will prepare contract documents and
technical specifications using format and standard documents provided by the City of Round
Rock. A construction cost estimate of the engineers opinion of probable cost will also be provided
for the draft submittal and then updated for the final submittal.
A6. Bid Phase Services — EC will provide a master copy of the bid documents for reproduction at the
City of Round Rock's expense. EC will provide assistance at a pre-bid conference, the bid
opening, tabulation of bids, and will make a recommendation of award following review of bid
results.
A7. Stormwater Pollution Prevention Plan — The Texas Pollutant Discharge Elimination System
(TPDES) regulations require that a Stormwater Pollution Prevention Plan (SWPPP) be prepared
for construction activities that exceed one acre in size. EC will prepare the Stormwater Pollution
Prevention Plan (SWPPP) in accordance with TPDES Permit No. TX150000 and include it within
the project manual.
Task B: Drainage Improvements Near Greenslopes Park
The street drainage and storm sewer collection system
near the intersection of Greenlawn Boulevard and
Parkside Drive that outfalls into Dry Branch Tributary
No. 1 routinely experiences ponding/flooding during
storm events. The scope of this task includes
constructing an additional 6' x 3' (width x height) box
culvert and incorporating two 2 curb cuts (flume) to
intercept street drainage coming down Greenlawn
Blvd. The addition of the 6'x 3' box culvert will result
in lowering the flowline of the Greenlawn Blvd.
outfall channel by one foot and making the necessary
grade transitions. Channel grading, a stream bank
breach, and bank stabilization measures along the
bank of Dry Branch Tributary No. 1 will also be
needed to provide the small Greenlawn Blvd. drainage
channel a direct outfall as opposed to its existing route
that runs behind private residence along side of Dry
Branch Tributary No. 1 before out falling downstream.
Figure 4: Near Greenslopes Park looking upstream at
Greenlawn Blvd
M:lactive103P073 South Creek Design Phaselcontract attachments.doc
August 20, 2003
South Creek Channel Improvements — Design Phase
Contract Agreement
Work Breakdown Structure - The scope of this project includes the development of construction plans
for the Drainage Improvements near Greenslopes Park.
B 1. Project Management - EC will act as main point of contact for the City of Round Rock and
coordinate and participate in four (4) regularly scheduled monthly progress meetings for the
purpose of discussing progress, status of project and addressing comments. EC will also manage,
review, and coordinate all work performed by subcontractors. A project work schedule will be
created and maintained through the duration of the project in a City approved format.
B2. Preparation of Construction Plans - EC will prepare construction plans of the proposed channel
improvements. Construction plans will include appropriate general notes to contractor, erosion /
sedimentation control measures, provisions for securing existing utilities (manholes, wastewater
laterals, etc.), plan and profiles of the box culvert and channel, necessary cross-sections, details,
re -grading of unnamed tributary, etc. as required for construction by the contractor. EC will
coordinate with utility companies; however, no major alignment adjustments are anticipated. EC
will prepare one draft set construction plans and one final set of construction plans with
incorporated draft comments.
B3. Preparation of Contract Documents and Specifications - EC will prepare contract documents and
technical specifications using format and standard documents provided by the City of Round
Rock.
B4. Bid Phase Services - EC will provide a master copy of the bid documents for reproduction at the
City of Round Rock's expense. EC will provide assistance at a pre-bid conference, the bid
opening, tabulation of bids, and will make a recommendation of award following review of bid
results.
B5. Stormwater Pollution Prevention Plan - The Texas Pollutant Discharge Elimination System
(TPDES) regulations require that a Stormwater Pollution Prevention Plan (SWPPP) be prepared
for construction activities that exceed one acre in size. EC will prepare the Stormwater Pollution
Prevention Plan (SWPPP) in accordance with TPDES Permit No. TX150000 and include it within
the project manual.
General Understanding of Work
1. Design surveys will be needed for the 24" wastewater line, channel improvements at Gattis
School Rd., and the channel work related to the unnamed tributary downstream of Greenlawn
Blvd. All other surveys and the design survey for the portion of Dry Branch Tributary No. 1 just
downstream of A.W. Grimes will be provided by others and are not included in this scope.
2. Utility adjustments or relocations outside of those identified in the above-described scope are not
included.
3. Public coordination of meetings or presentations are not included.
4. Submittals to FEMA and the TCEQ are not included.
5. Environmental or architectural assessments or surveys are not included.
6. Construction phase services are not included.
M: active103P073 South Creek Design Phaselcontract attachments.doc August 20, 2003
South Creek Channel Improvements — Design Phase
Contract Agreement
EXHIBIT C
"Work Schedule"
The following schedule is the time required upon receipt of all field survey information:
Analysis / Design / Draft Construction Plans 5 months
Preparation of Final Construction Plans and Contract Documents 1 month
(includes approximately 5 working day review from CORR)
The "typical" time required for a nationwide permit is 120 days from the time complete documentation is
submitted for review and approved by the Corps. For scheduling purposes, it is assumed that this time
period would begin once the plans have been finalized. However, coordination with the US Army Corps
of Engineers would begin immediately upon notice to proceed. 4 months
Total Project Duration 5 months
M:Iactive103P073 South Creek Design Phaselcontract attachments.doc August 20, 2003
South Creek Channel Improvements - Design Phase
Contract Agreement
EXHIBIT D
"Fee Schedule"
LABOR COST DETAIL
Description
Man -Hour Estimate by Labor Classification
Subtotals
Time Cost
(hrs) ($)
Principal
Engineering
Proj. Man. Staff Technician Clerical
Task A: Dry Branch Trib #1
Al Project Management
28 80 12
120 $ 2,974
A2 Route Study of 24" WW Line
2
12 36 16
66 $ 1,640
A3 Coordination with USACE
4
44 36 16 10
110 $ 2,965
A4 Preparation of Construction Plans
24" South Creek Wastewater Line
3
36 124 196
359 $ 7,519
Channel Improvements
AW Grimes to SC (1,600 ft)
4
60 154 200
418 $ 9,131
SC to SC Detention & Mimosa (2,400 ft)
5
90 232 396
723 $ 15,231
U/S & D/S of Gattis School Rd
1
16 40 80
137 $ 2,845
A5 Preparation of Contract Documents
4
20 60 8 30
122 $ 2,939
A6 Bid Phase Services
1
16 24 16 24
81 $ 1,785
A7 SWPPP
1
8 30 8 16
63 $ 1,414
Task A Subtotal
25
330 816 948 80
2079 $ 48,443
Task B: Improvements Near Geenslopes Park
B1 Project Management
12 22 12
46 $ 1,099
B2 Preparation of Construction Plans
1
12 34 72
119 $ 2,444
B3 Preparation of Contract Documents
1
8 30 12
51 $ 1,232
B4 Bid Phase Services
1
8 16 8
33 $ 837
B5 SWPPP
1
4 16 4
25 $ 643
Task B Subtotal
4
44 118 108 0
274 $ 6,255
A & B subtotals:
29
374 934 1056 80
2353 $ 54,698
average raw labor rate:
$ 73.00
$ 32.00 $ 23.50 $ 16.50 $ 15.50
subtotal by labor classification:
$ 2,117
$ 11,968 $ 21,949 $ 17,424 $ 1,240
Direct Labor Overhead Rate (Fringe Benefit) 31% x Labor $ 16,956
General and Administrative Overhead Rate 138% x Labor $ 75,483
profit (12% of total labor cost) $ 17,657
SUMMARY
Labor: $ 164,794
mileage: $ 800
courier: $ 500
reproduction: $ 2,500
subconsultant (geotechnical services): $ 2,400
subconsultant (structural services): $ 2,500
subconsultant (landscape architectural services): $ 4,000
subconsuhant (surveying services): $ 10,000
TOTAL $ 187,494
M:Iactive103P073 South Creek Design Phaselcontract attachments.doc August 20, 2003
South Creek Channel Improvements — Design Phase
Contract Agreement
EXHIBIT E
"Certificate of Insurance"
(Behind this page)
C:IMYDOCUMENTSIDHIscreek channel imp new -8 -03 -contract attachments.doc August 20, 2003
nun.. rwriva drown, /1t --JK, GISK At: 1 exas Associates Insurors FaxlD: (512)327-8337 To: Latha Kumar
CERTIFICATE OF LIABILITY INSURANCE
PROFESSIONAL SERVICES
Date: 6/23/2003 09:58 AM Page: 2 of 2
Date: 6-23-03
PRODUCER COMPANIES AFFORDING COVERAGE
Texas Associates Insurors
1120 Capt of TX Hwy So A CNA Continental Casualty Co.
Bldg 3 Ste 300, Austin, TX 78746
B
INSURED
Espey Consultants, Inc.
3809 S. 2nd, #B-300
Austin, TX 78704
C
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
PROFESSIONAL LIABILI+Y
N) #PRA113965755 4/16/03 to 4/16/04 $1,000,000 limit per occurrence
DESCRIPTION OF SPECIAL ITEMS/EXCEPTIONS
Shoul
d 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
2/10/03 - Professional Liability Certificate.doc
SIGNATURE OF AUTHORIZED REPRESENTATIVE
•
4,.Af Y .0.Ff�t.i •.1 t�T'ji�
Gary Grissom
Typed Name:
Title:
Agent 6/23/03
06/23/2003 MON 08:54 [TX/RX NO 9309] a002
• • 1,
6.
Lmiumit Aw AdlAir, ,,.--Ape 0.
ir Ititieriszaawag=--4:Woomwrrirriv, 40011
A. _ - -VAS' �1 Vi i..�
0
AN
bounw
odd:•gill ana SON
Southcreek Channel Improvements
ROUND ROCK. TEXAS
{M.: RIYI\I IT1.t()1. PIlOSI,. k111
DATE:
September 5, 2003
SUBJECT: City Council Meeting - September 11, 2003
ITEM:
Resource:
History:
10.E.1.
Consider a resolution authorizing the Mayor to execute an Agreement
for Engineering Services with Espey Consultants, Inc. for the South
Creek Channel Improvements Project.
Tom Word, Chief of Public Works Operations
Danny Halden, City Engineer
The scope of this project is to develop construction plans for: Dry Branch Tributary No. 1
channel through South Creek subdivision up to A.W. Grimes Blvd., Dry Branch channel
in South Creek subdivision from Mimosa Drive to its confluence with Dry Branch
Tributary No. 1, new slope stabilization for Dry Branch Tributary No. 1 near its
intersection with Gattis School Road just west of the Clay Madsen Rec. Center, and
drainage improvements on Greenlawn Blvd. just north of its northern intersection with
Parkside Circle to help alleviate inundation of the area during intense rainfall events.
Dry Branch Tributary No. 1 channel traversing through South Creek subdivision is
difficult to maintain and is critical for carrying flood waters safely through the
subdivision. This same channel is experiencing stabilization problems near its
intersection with Gattis School Road. Also, there have been flooding problems in the
Greenslopes Subdivision just west of Dry Branch Tributary No. 1 near the northern
intersection of Greenlawn Blvd. and Parkside Circle. An agreement for preliminary
engineering study of these drainage concerns was previously approved and has expired.
This new agreement will provide design of channel improvements that will increase
channel capacity and improve the appearance and maintainability of Dry Branch
Tributary No. 1. The City also has committed to constructing the portion of Dry Branch
Tributary No. 1 from A.W. Grimes to South Creek in conjunction with the A.W. Grimes
project, and the design of this portion is included in this engineering agreement. This
engineering agreement will provide design engineering to address the
stability/maintenance problems with the stone side slope armoring in the vicinity of
Gattis School Road. This agreement includes services required to coordinate with the
U.S. Army Corps of Engineers regarding any of the areas included in the agreement.
Lastly, in the area of Greenslopes abutting the western side of Dry Branch Tributary No.
1, this agreement will provide design of corrective drainage improvements. In
November, 2001, voters approved the issuance of bonds for the engineering and
construction of most of the noted improvements. The portion of Dry Branch Tributary No.
1 from South Creek to A.W. Grimes will be funded by funds identified by the Chief of
Operations.
Funding:
Cost: $187,494.00
Source of funds: Capital Project Funds (GO Bond 2001), TCIP
Outside Resources: Espey Consultants, Inc.
Impact/Benefit: Design improvements to channel and drainage systems in the interest of flood
control, appearance and to facilitate maintenance.
Public Comment: N/A
Sponsor:
N/A
EXECUTED
DOCUMENT
FOLLOWS
•
ROUND ROCK, TEXAS
weir.••r.. ,sic+ ra!61-1.1u;r
CITY OF ROUND ROCK AGREEMENT
FOR ENGINEERING SERVICES WITH
ESPEY CONSULTANTS, INC. FOR
G. O. BOND 2002—SOUTH CREEK CHANNEL IMPROVEMENTS
THE STATE OF TEXAS
COUNTY OF WILLIAMSON
THIS AGRMENT FOR ENGINNERING SERVICES ("Agreement") is made and entered
into on this the 1 I- day of the month of E E fYI3E,P, , 200 3 , by and between the CITY OF
ROUND ROCK, a Texas home -rule municipa corporation, whose offices are located at 221 East Main
Street, Round Rock, Texas 78664-5299, (hereinafter referred to as "City"), and Espey Consultants, Inc.,
whose principal place of business is located at 3809 South 2nd Street, Suite B-300, Austin, TX., 78704,
(hereinafter called "Engineer"), and such Agreement 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:
CONTRACT DOCUMENTS
The Contract Documents consist of this Agreement and any exhibits attached hereto (which
exhibits are hereby incorporated into and made a part of this Agreement) and all Supplemental
Agreements (as defined herein in Article 13) which are subsequently issued. These form the entire
contract, and all are as fully a part of this Agreement as if attached to this Agreement or repeated herein.
k -C3- 11-/ i
Engineering Sery Agreement -4-2 03
File name:screek channel imp- new 8-03-602002-espey(00054288).doc Rev.4/1/03
1
ARTICLE 1
SCOPE OF SERVICES TO BE PERFORMED BY CITY
City shall perform or provide services as identified in Exhibit A entitled "Services to be
Performed by City."
ARTICLE 2
SCOPE OF SERVICES TO BE PERFORMED BY ENGINEER
Engineer shall perform engineering services as identified in Exhibit B entitled "Services to be
Performed by Engineer."
Engineer shall develop a mutually acceptable schedule of work as identified in Exhibit C entitled
"Work Schedule." Such Work Schedule shall contain a complete schedule so that the Engineer's Scope
of Services under this Agreement 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 work performed. Should the review times take longer than shown on the Work Schedule,
through no fault of Engineer, additional time may be authorized by City through a written Supplemental
Agreement only if same is requested by a timely written request from Engineer which is approved by
City.
ARTICLE 3
CONTRACT TERM
(1) Term. This Agreement shall be from the date hereof and shall terminate at the close of
business on the 11`h day of the month of March, 2004, unless extended by written Supplemental
Agreement executed by Engineer and City prior to the date of termination, or as otherwise terminated as
provided in Article 20 entitled "Termination." Any work 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 work under this Agreement will not be completed before the termination date. In
that event City may, at its sole discretion, extend the contract term by timely written Supplemental
Agreement. Engineer shall allow adequate time for review and approval of his/her/its request for time
extension by City prior to expiration of this Agreement.
(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 services required herein so
that construction of the project will be commenced and completed as scheduled. In this regard, Engineer
shall proceed with sufficient qualified personnel and consultants necessary to fully and timely
accomplish all services required under this Agreement in the highest professional manner.
(3) Notice to Proceed. After execution of this Agreement, Engineer shall not proceed with work
delineated in Article 2 entitled "Scope of Services to be Performed by Engineer" and in Exhibit B
Rev. 4/1 /03
2
entitled "Services to be Performed by Engineer" until authorized in writing by City to proceed as
provided in Article 7 entitled "Notice to Proceed."
ARTICLE 4
COMPENSATION
City shall pay and Engineer agrees to accept the amount shown below as full compensation for
all engineering services performed and to be performed under this Agreement.
The amount payable under this Agreement, without modification of the Agreement as provided
herein, is the sum of One Hundred Eighty-seven Thousand Four Hundred Ninety-four ($187,494.00) as
shown in Exhibit D entitled "Fee Schedule." The lump sum amount payable may be revised only by
written Supplemental Agreement in the event of a change in scope, additional complexity from that
originally anticipated, or change in character of work as authorized by City.
Engineer shall prepare and submit to City monthly progress reports in sufficient detail to support
the progress of the work and to support invoices requesting monthly payment. Any preferred format of
City for such monthly progress reports shall be identified in Exhibit B entitled "Services to be
Performed by Engineer." Satisfactory progress of work shall be maintained as an absolute condition of
payment.
The fee herein referenced may be adjusted for additional work requested and performed only if
approved by written Supplemental Agreement.
ARTICLE 5
METHOD OF PAYMENT
Payments to Engineer for services rendered shall be made while work is 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 work
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 work tasks
identified in Exhibit D entitled "Fee Schedule." Progress payments shall be made by City based upon
work actually provided and performed. Upon timely receipt and approval of each statement, City shall
make a good faith effort to pay the amount which, notwithstanding anything herein to the contrary, is
due and payable within thirty (30) days. City reserves the right to withhold payment pending verification
of satisfactory work performed. Engineer has the responsibility to submit proof to City, adequate and
sufficient in its determination, that tasks were completed.
Rev. 4/1 /03
3
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.
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 City receives the supplies, materials,
equipment, or 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 the supplies, materials,
equipment, or 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 to payments made by City 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 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 Agreement 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
City shall issue a written authorization to proceed with work identified in the Scope of Services.
City shall not be responsible for actions by Engineer or any costs incurred by Engineer relating to
additional work not included in Exhibit B entitled "Services to be Performed by Engineer."
Rev. 4/1/03
4
ARTICLE 8
PROJECT TEAM
City's Designated Representative for purposes of this Agreement is as follows:
Daniel Halden, P.E.
City Engineer
2008 Enterprise Drive
Round Rock, Texas 78664
Telephone Number: (512) 218-5555
Fax Number: (512) 218-5563
Email Address: dhalden@round-rock.tx.us
City's Designated Representative shall be authorized to act on City's behalf with respect to this
project. 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 Engineer's services.
Engineer's Designated Representative for purposes of this Agreement is as follows:
Brian Reis, P.E.
Project Manager
3809 S. 2nd St., Suite B-300
Austin, TX 78704
Telephone Number: (512) 326-5659
Fax Number: (512) 326-5723
Email Address: breis@espeyconsultants.com
ARTICLE 9
PROGRESS EVALUATION
Engineer shall, from time to time during the progress of the work, 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 work. 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
Engineer's services and work.
Should City determine that the progress in production of work 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 work, including but not limited to the following:
Rev. 4/ 1 /03
5
(1) Problems, delays, adverse conditions which may materially affect the ability to attain
program objectives, prevent the meeting of time schedules and goals, or preclude the
attainment of project work units by established time periods; and such disclosure shall be
accompanied by statement of actions taken or contemplated, and City assistance needed to
resolve the situation, if any; and
(2) Favorable developments or events which enable meeting the work schedule goals sooner
than anticipated.
ARTICLE 10
SUSPENSION
Should City desire to suspend the work, but not to terminate this Agreement, 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 work may be reinstated and resumed in full force and
effect within sixty (60) days of receipt of written notice from City to resume the work. Such sixty-day
notice may be waived in writing by agreement and signature of both parties.
If City suspends the work, the contract period as determined in Article 3 is not affected and this
Agreement will terminate on the date specified unless this Agreement is amended indicating otherwise.
City assumes no liability for work performed or costs incurred prior to the date authorized by
City for Engineer to begin work, and/or during periods when work is suspended, and/or subsequent to
the contract completion date.
ARTICLE 11
ADDITIONAL WORK
If Engineer forms a reasonable opinion that any work he/she/it has been directed to perform is
beyond the scope of this Agreement 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 Agreement will
be executed between the parties as provided in Article 13 entitled "Supplemental Agreements."
Engineer shall not perform any proposed additional work nor incur any additional costs prior to the
execution, by both parties, of a written Supplemental Agreement. 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 work authorized in this Agreement or any amendments thereto.
ARTICLE 12
CHANGES IN WORK
If City deems it necessary to request changes to previously satisfactorily completed work or
parts thereof which involve changes to the original scope of services or character of work under this
Agreement, then Engineer shall make such revisions as requested and as directed by City. Such
Rev. 4/1 /03
6
revisions shall be considered as additional work and paid for as specified under Article 11 entitled
"Additional Work."
Engineer shall make revisions to work 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
work.
ARTICLE 13
SUPPLEMENTAL AGREEMENTS
The terms of this Agreement may be modified by written Supplemental Agreement if City
determines that there has been a significant change in (1) the scope, complexity or character of the
service to be performed, or (2) the duration of the work. Any such Supplemental Agreement must be
duly authorized by City Council Resolution. Where such City Council authorization is required,
Engineer shall not proceed until the appropriate Resolution has been adopted. Additional
compensation, if appropriate, shall be identified as provided in Article 4 entitled "Compensation."
Both parties must execute any written Supplemental Agreement within the contract period
specified in Article 3 entitled "Contract Term."
It is understood and agreed by and between both parties that Engineer shall make no claim for
extra work done or materials furnished until City grants full execution of the written Supplemental
Agreement and authorization to proceed. City reserves the right to withhold payment pending
verification of satisfactory work 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 Agreement 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 Agreement. Engineer, at
his/her/its own expense, may retain copies of such documents or any other data which he/she/it has
furnished City under this Agreement. Any release of information shall be in conformance with
requirements of the Texas Open Records Act.
ARTICLE 15
PERSONNEL, EQUIPMENT AND MATERIAL
Engineer shall furnish and maintain, at his/her/its own expense, quarters for the performance of
all services, and adequate and sufficient personnel and equipment to perform the 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 work shall immediately be removed from association with
Rev. 4/1 /03
7
the project when so instructed by City. Engineer certifies that he/she/it presently has adequate qualified
personnel in his/her/its employment for performance of the services required under this Agreement, 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 work under this Agreement
without prior written approval from City. All subcontracts shall include the provisions required in this
Agreement and shall be approved as to form, in writing, by City prior to work being performed under
the subcontract. No subcontract shall relieve Engineer of any responsibilities under this Agreement.
ARTICLE 17
EVALUATION OF WORK
City, or any authorized representatives of it, shall have the right at all reasonable times to review
or otherwise evaluate the work 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 Agreement, 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 Agreement may be terminated before the stated termination date by any of the following
conditions.
(1) By mutual agreement and consent, in writing, of both parties.
Rev. 4/1 /03
8
(2) By City, by notice in writing to Engineer, as a consequence of failure by Engineer to
perform the 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 services and obligations described herein.
Should City terminate this Agreement 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
work performed by Engineer prior to termination, City shall be the sole judge. Compensation for work
at termination will be based on a percentage of the work completed at that time. Should City terminate
this Agreement 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 Agreement or if City terminates this Agreement
for fault on the part of Engineer, then City shall give consideration to the actual costs incurred by
Engineer in performing the work to the date of default, the amount of work required which was
satisfactorily completed to date of default, the value of the work which is usable to City, the cost to City
of employing another firm to complete the work required and the time required to do so, and other
factors which affect the value to City of the work performed at the time of default.
The termination of this Agreement and payment of an amount in settlement as prescribed above
shall extinguish all rights, duties, and obligations of City and Engineer under this Agreement, except
the obligations set forth herein in Article 21 entitled "Compliance with Laws." If the termination of this
Agreement is due to the failure of Engineer to fulfill his/her/its contractual obligations, then City may
take over the project and prosecute the work to completion. In such case, Engineer shall be liable to
City for any additional 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 scope of services under this
Agreement.
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 Agreement,
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.
Rev. 4/1 /03
9
Engineer shall further obtain all permits and licenses required in the performance of the
professional services contracted for herein.
(2) Taxes. Engineer will pay all taxes, if any, required by law arising by virtue of the 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
Agreement, which are caused by or which result from error, omission, or negligent act of Engineer or of
any person employed by Engineer or under Engineer's direction or control.
Engineer shall also save and hold City harmless from any and all expenses, including but not
limited to attorneys fees which may be incurred by City in litigation or otherwise defending claims or
liabilities which may be imposed on City as a result of such activities by Engineer, its agents, or
employees.
ARTICLE 23
ENGINEER'S RESPONSIBILITIES
Engineer shall be responsible for the accuracy of his/her/its work and shall promptly make
necessary revisions or corrections 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 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
Agreement, 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
Rev. 4/ 1 /03
10
from the award or making of this Agreement. For breach or violation of this warranty, City reserves and
shall have the right to annul this Agreement 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 Agreement 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
acceptable to City.
(2) Subconsultant Insurance. Without limiting any of the other obligations or liabilities of
Engineer, Engineer shall require each subconsultant performing work under this Agreement to maintain
during the term of this Agreement, 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 Agreement, 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:
1. Each policy shall require that thirty (30) days prior to the expiration, cancellation, non-
renewal or any change in the limit or scope of coverage, 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
Engineer shall also notify City, within 24 hours of receipt, of any notices of expiration,
cancellation, non -renewal, or material change in coverage it receives from its insurer.
2. Companies issuing the insurance policies shall have no recourse against City for payment
of any premiums or assessments for any deductibles which are the sole responsibility of
and at the sole risk of Engineer.
Rev. 4/1 /03
11
3. The term "City" or "City of Round Rock" shall include all authorities, boards,
commissions, departments, and officers of City and the individual members and
employees thereof in their official capacities, and/or while acting on behalf of the City of
Round Rock.
4. The policy clause "Other Insurance" shall not apply to any insurance coverage currently
held by City, to any such future coverage, or to City's Self -Insured Retentions of
whatever nature.
(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 F herein
entitled "Certificates of Insurance."
ARTICLE 27
COPYRIGHTS
City shall have the royalty -free, nonexclusive and irrevocable right to reproduce, publish or
otherwise use, and to authorize others to use, any reports developed by Engineer for governmental
purposes.
ARTICLE 28
SUCCESSORS AND ASSIGNS
This Agreement 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 Agreement, 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 Agreement 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 Agreement shall be construed as if
such invalid, illegal or unenforceable provision had never been contained herein.
ARTICLE 30
PRIOR AGREEMENTS SUPERSEDED
This Agreement 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 Agreement may only be amended or supplemented by mutual agreement of the parties
hereto in writing.
Rev. 4/1/03
12
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 Agreement.
ARTICLE 32
NOTICES
All notices to either party by the other required under this Agreement 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
and to:
Stephan L. Sheets
City Attorney
309 East Main Street
Round Rock, TX 78664
Engineer:
Brian K. Reis, P.E.
Managing Engineer
Espey Consultants, Inc.
3809 South 2nd Street, Ste. B-300
Austin, TX -78704
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 services for each phase of this Agreement within the agreed
Work Schedule may constitute a material breach of this Agreement. Engineer shall be fully responsible
for his/her/its delays or for failures to use his/her/its best efforts in accordance with the terms of this
Agreement. Where damage is caused to City due to Engineer's failure to perform in these
circumstances, City may withhold, to the extent of such damage, Engineer's payments hereunder
without waiver of any of City's additional legal rights or remedies.
Rev. 4/ 1 /03
13
(2) Force Majeure. Neither City nor Engineer shall be deemed in violation of this Agreement
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 Agreement 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 Agreement shall be governed by and construed in accordance with the
laws and court decisions of the State of Texas.
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 Agreement and that he/she has full and
complete authority to enter into this Agreement on behalf of the firm. The above -stated representations
and warranties are made for the purpose of inducing City to enter into this Agreement.
IN WITNESS WHEREOF, the City of Round Rock has caused this Agreement to be signed in
its/co orate name by its Mayor, duly authorized to execute the same on itskhalf by Resolution No.
K-03-09-//- 10E/ , approved by the City Council on the 11 — day of the month of
SE-pra 13E . , 2003, and Engineer, Espey Consultants, Inc., signing by and through
his/her/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, TE
ayor
ATTF T:
By: I /U
Christine R. Martinez, City Secretary
ENGINEER:
By: . %�.,C2
S'gnature of rincipal
Printed Name: Brian K. Reis, P.E.
14
Rev. 4/1 /03
LIST OF EXHIBITS ATTACHED
(1) Exhibit A "Services to be Performed by City"
(2) Exhibit B "Services to be Performed by Engineer"
(3) Exhibit C "Work Schedule"
(4) Exhibit D "Fee Schedule"
(5) Exhibit E "Certificates of Insurance"
Rev. 4/1/03
15
South Creek Channel Improvements — Design Phase
Contract Agreement
EXHIBIT A
"Services to be Performed by City"
The Scope of Services to be performed by the City is to facilitate the engineering, permitting and design
of channel improvements described in Exhibit B, by administering this contract and reviewing the work
performed by the engineer. The City shall:
1. provide to the engineer, without charge, copies as needed of all available maps, plans, as -built
drawings and any other information relevant to the project.
2. provide "Right of Entry" (landowner permission) if necessary for the engineer or his
subconsultants to access private property in order to perform the work.
3. shall meet with the engineer on a periodic basis to review the progress of the work, to answer
questions from the engineer, and for the purpose of commenting on the work.
M: Iactive103P073 South Creek Design Phaselcontract attachments.doc August 20, 2003
South Creek Channel Improvements — Design Phase
Contract Agreement
EXHIBIT B
"Services to be Performed by the Engineer"
The South Creek Subdivision in Round Rock, Texas
includes approximately 256 acres of single family and
multi -family development east of A. W. Grimes
Boulevard and west of Dry Branch. It lies south of
Brushy Creek and north of Gattis School Road, and
was platted in the 1980's. Dry Branch Creek
approximately marks the eastern boundary, and Dry
Branch Tributary Number 1 approximately bisects the
northern and southern half of the development. Dry
Branch Tributary Number 1 extends westerly and
southwesterly crossing A. W. Grimes Boulevard,
Green Slopes Park, Gattis School Road and Louis
Henna Boulevard, and includes a total drainage area of
2.055 square miles. The scope of the improvements to
be designed for this project is divided into three areas
along Dry Branch Tributary No. 1. Each of these
projects as shown on Figure 1 are described in detail
under the following task descriptions.
Task A: Dry Branch Tributary No. 1 Improvements
GREENSLOPES
SUBDIVISION
SOUTH CREEK
CHANNEL
IMPROVEMENTS
DRAINAGE '
IMPROVEMENTS NEAR
OREENSLOPES PARK
CHANNEL
IMPROVEMENTS AT
GATTIS SCHOOL RD.
GREENLAWN PLACE
SUBDIVISION
GA TTIS
SCHOOI
SOUTHCREEK
SUBDIVISION
RD.
N.T.S.
Figure 1: Project Location Map
The scope of this project includes the design of channel improvements at two separate locations along
Dry Branch Tributary No. 1. These improvements will occur through the South Creek Subdivision and
just upstream and downstream of Gattis School Road.
South Creek Channel Improvements — Constitutes the primary focus of the project that includes the large
channel extending through the South Creek
Subdivision starting at the South Creek detention pond
outfall and extending upstream to the A.W. Grimes
road crossing. These improvements will improve
channel conveyance, maintainability, and the overall
appearance of the drainage way. These improvements
will also include extending the proposed channel
section upstream along Dry Branch Creek to the
Mimosa Drive culvert crossing. Improvements
include the re -shaping of the existing cross section, the
installation of a pilot channel, modification of existing
concrete box culverts (Dry Branch Tributary No. 1),
utility adjustments, installation of maintenance access
point(s), and re -vegetation. The proposed channel
cross section will require the following utility
adjustments to be made due to routing conflicts as part
of the improvements:
Figure 2:
Logan St .
South Creek looking downstream from
• 24" Wastewater Line @ confluence of Dry Branch Main and Dry Branch Tributary No. 1 —
Because downstream portions of this line can not be lowered, a 24" new gravity line will be
M: Iactive1O3PO73 South Creek Design Phaselcontract attachments.doc August 20, 2003
South Creek Channel Improvements — Design Phase
Contract Agreement
routed north to the area of the abandoned South Creek Lift Station within the abandoned MoKan
right-of-way for additional line depth. This design will include approximately 3,800 ft of 24"
wastewater line with associated appurtenances.
• Logan Dr. 8" Wastewater Line — Record as -built information suggest that the lowering of the two
middle box culverts will not impact this line. However in the event that it is impacted, this 8" line
will be re-routed along the south bank of Tributary No. 1 and outfall into the new 24" gravity line
described above.
• Logan Dr. 12" Waterline — This existing line will likely need to be adjusted with the lowering of
the two middle box culverts at Logan Dr. No re-routing of the waterline will be necessary as part
of these improvements.
Channel Improvements at Gattis School Road - In
the upper reach of Dry Branch Tributary No. 1, dry
rock riprap placed immediately upstream and
downstream of Gattis School Road has been dislodged
due to shear forces incurred during significant flood
events. While some of the material is still in place,
some areas do not adequately serve to protect the
channel banks in critical areas including bends.
Erosion of the limestone bed and the channel side
slope toe threatens channel stability and maintenance
is problematic. The limits of these improvements
includes the removal of the original rock stabilization
measure, placement of an erosion control mat on
grassy side slopes, the creation of a pilot channel in
the native bedrock, the installation of rock toe walls in
selected reaches, and the integration of a series of
riffles and pools.
Figure 3: Dry Trib. No. 1 at Gattis School Rd:
Looking
upstream toward Gattis School Road (western bank).
Work Breakdown Structure - The scope of this project includes the development of construction plans
for the South Creek Channel Improvements and the Channel Improvements at Gattis School Rd.
A1. Project Management - EC will act as the main point of contact for the City of Round Rock and
coordinate and participate in four (4) regularly scheduled monthly progress meetings for the
purpose of discussing progress, status of project and addressing comments. EC will also manage,
review, and coordinate all work performed by subcontractors. A project work schedule will be
created and maintained through the duration of the project in a City approved format.
A2. Route Study of New Wastewater Line — EC will coordinate with the City of Round Rock staff
and attend meetings as necessary to conclude the exact alignment of the proposed 24" WW line.
EC will work with a surveyor to obtain the necessary field survey information related to the
proposed route and identify a shorter tie-in location, other utility conflicts and adjacent property
lines and ROW limits.
A3. Coordination with USACE and Notification — EC will coordinate the proposed improvements
with the USACE for compliance with Section 404 of the Clean Water Act. At this time it is
anticipated that an individual permit for the proposed activity will be required. An individual
M: Iactive103P073 South Creek Design Phaselcontract attachments.doc August 20, 2003
South Creek Channel Improvements — Design Phase
Contract Agreement
permit will require 90 to 120 days for review / approval assuming there are no major adjustments
or alternative request made by the USACE.
A4. Preparation of Construction Plans — Based on cost, input from the City of Round Rock, utility
conflict alternatives, geotechnical findings, USACE, availability of materials, etc., EC will adjust
the proposed design as necessary and develop construction plans of the proposed improvements.
Construction plans will include appropriate general notes to contractor, erosion / sedimentation
control measures, provisions for securing existing utilities (manholes, wastewater laterals, etc.),
plan and profiles of the channel, plan and profile of new 24" wastewater line, necessary cross-
sections, general details, structural details, landscape details, etc. as required for construction by
the contractor. EC will coordinate with utility companies; however, no major alignment
adjustments are anticipated other than those described in this scope. EC will prepare one draft set
construction plans and one final set of construction plans with incorporated draft comments.
A5. Preparation of Contract Documents and Specifications — EC will prepare contract documents and
technical specifications using format and standard documents provided by the City of Round
Rock. A construction cost estimate of the engineers opinion of probable cost will also be provided
for the draft submittal and then updated for the final submittal.
A6. Bid Phase Services — EC will provide a master copy of the bid documents for reproduction at the
City of Round Rock's expense. EC will provide assistance at a pre-bid conference, the bid
opening, tabulation of bids, and will make a recommendation of award following review of bid
results.
A7. Stormwater Pollution Prevention Plan — The Texas Pollutant Discharge Elimination System
(TPDES) regulations require that a Stormwater Pollution Prevention Plan (SWPPP) be prepared
for construction activities that exceed one acre in size. EC will prepare the Stormwater Pollution
Prevention Plan (SWPPP) in accordance with TPDES Permit No. TX150000 and include it within
the project manual.
Task B: Drainage Improvements Near Greenslopes Park
The street drainage and storm sewer collection system
near the intersection of Greenlawn Boulevard and
Parkside Drive that outfalls into Dry Branch Tributary
No. 1 routinely experiences ponding/flooding during
storm events. The scope of this task includes
constructing an additional 6' x 3' (width x height) box
culvert and incorporating two 2 curb cuts (flume) to
intercept street drainage coming down Greenlawn
Blvd. The addition of the 6'x 3' box culvert will result
in lowering the flowline of the Greenlawn Blvd.
outfall channel by one foot and making the necessary
grade transitions. Channel grading, a stream bank
breach, and bank stabilization measures along the
bank of Dry Branch Tributary No. 1 will also be
needed to provide the small Greenlawn Blvd. drainage
channel a direct outfall as opposed to its existing route
that runs behind private residence along side of Dry
Branch Tributary No. 1 before out falling downstream.
Figure 4: Near Greenslopes Park looking upstream at
Greenlawn Blvd.
M: Iactive103P073 South Creek Design Phaselcontract attachments.doc August 20, 2003
South Creek Channel Improvements — Design Phase
Contract Agreement
Work Breakdown Structure - The scope of this project includes the development of construction plans
for the Drainage Improvements near Greenslopes Park.
B 1. Project Management - EC will act as main point of contact for the City of Round Rock and
coordinate and participate in four (4) regularly scheduled monthly progress meetings for the
purpose of discussing progress, status of project and addressing comments. EC will also manage,
review, and coordinate all work performed by subcontractors. A project work schedule will be
created and maintained through the duration of the project in a City approved format.
B2. Preparation of Construction Plans — EC will prepare construction plans of the proposed channel
improvements. Construction plans will include appropriate general notes to contractor, erosion /
sedimentation control measures, provisions for securing existing utilities (manholes, wastewater
laterals, etc.), plan and profiles of the box culvert and channel, necessary cross-sections, details,
re -grading of unnamed tributary, etc. as required for construction by the contractor. EC will
coordinate with utility companies; however, no major alignment adjustments are anticipated. EC
will prepare one draft set construction plans and one final set of construction plans with
incorporated draft comments.
B3. Preparation of Contract Documents and Specifications — EC will prepare contract documents and
technical specifications using format and standard documents provided by the City of Round
Rock.
B4. Bid Phase Services — EC will provide a master copy of the bid documents for reproduction at the
City of Round Rock's expense. EC will provide assistance at a pre-bid conference, the bid
opening, tabulation of bids, and will make a recommendation of award following review of bid
results.
B5. Stormwater Pollution Prevention Plan — The Texas Pollutant Discharge Elimination System
(TPDES) regulations require that a Stormwater Pollution Prevention Plan (SWPPP) be prepared
for construction activities that exceed one acre in size. EC will prepare the Stormwater Pollution
Prevention Plan (SWPPP) in accordance with TPDES Permit No. TX150000 and include it within
the project manual.
General Understanding of Work
1. Design surveys will be needed for the 24" wastewater line, channel improvements at Gattis
School Rd., and the channel work related to the unnamed tributary downstream of Greenlawn
Blvd. All other surveys and the design survey for the portion of Dry Branch Tributary No. 1 just
downstream of A.W. Grimes will be provided by others and are not included in this scope.
2. Utility adjustments or relocations outside of those identified in the above-described scope are not
included.
3. Public coordination of meetings or presentations are not included.
4. Submittals to FEMA and the TCEQ are not included.
5. Environmental or architectural assessments or surveys are not included.
6. Construction phase services are not included.
M:Iactive103P073 South Creek Design Phaselcontract attachments.doc August 20, 2003
South Creek Channel Improvements — Design Phase
Contract Agreement
EXHIBIT C
"Work Schedule"
The following schedule is the time required upon receipt of all field survey information:
Analysis / Design / Draft Construction Plans 5 months
Preparation of Final Construction Plans and Contract Documents 1 month
(includes approximately 5 working day review from CORR)
The "typical" time required for a nationwide permit is 120 days from the time complete documentation is
submitted for review and approved by the Corps. For scheduling purposes, it is assumed that this time
period would begin once the plans have been finalized. However, coordination with the US Army Corps
of Engineers would begin immediately upon notice to proceed. 4 months
Total Project Duration 5 months
M: Iactive103P073 South Creek Design Phaselcontract attachments.doc August 20, 2003
South Creek Channel Improvements - Design Phase
Contract Agreement
EXHIBIT D
"Fee Schedule"
LABOR COSI' DETAIL
Description
Man -Hour Estimate by Labor Classification
Subtotals
Time Cost
(hrs) ($)
Principal
Engineering
Proj. Man. Staff Technician Clerical
Task A: Dry Branch Trib #1
Al Project Management
28 80 12
120 $ 2,974
A2 Route Study of 24" WW Line
2
12 36 16
66 $ 1,640
A3 Coordination with USACE
4
44 36 16 10
110 $ 2,965
A4 Preparation of Construction Plans
24" South Creek Wastewater Line
3
36 124 196
359 $ 7,519
Channel Improvements
AW Grimes to SC (1,600 ft)
4
60 154 200
418 $ 9,131
SC to SC Detention & Mimosa (2,400 ft)
5
90 232 396
723 $ 15,231
U/S & D/S of Gattis School Rd
1
16 40 80
137 $ 2,845
A5 Preparation of Contract Documents
4
20 60 8 30
122 $ 2,939
A6 Bid Phase Services
1
16 24 16 24
81 $ 1,785
A7 SWPPP
1
8 30 8 16
63 $ 1,414
Task A Subtotal
25
330 816 948 80
2079 $ 48,443
Task B: Improvements Near Geenslopes Park
B1 Project Management
12 22 12
46 $ 1,099
B2 Preparation of Construction Plans
1
12 34 72
119 $ 2,444
B3 Preparation of Contract Documents
1
8 30 12
51 $ 1,232
B4 Bid Phase Services
1
8 16 8
33 $ 837
B5 SWPPP
1
4 16 4
25 $ 643
Task B Subtotal
4
44 118 108 0
274 $ 6,255
A & B subtotals:
29
374 934 1056 80
2353 $ 54,698
average raw labor rate:
$ 73.00
$ 32.00 $ 23.50 $ 16.50 $ 15.50
subtotal by labor classification:
$ 2,117
$ 11,968 $ 21,949 $ 17,424 $ 1,240
Direct Labor Overhead Rate (Fringe Benefit) 31% x Labor $ 16,956
General and Administrative Overhead Rate 138% x Labor $ 75,483
profit (12% of total labor cost) $ 17,657
SUMMARY
Labor: $ 164,794
mileage: $ 800
courier: $ 500
reproduction: $ 2,500
subconsultant (geotechnical services): $ 2,400
subconsultant (structural services): $ 2,500
subconsultant (landscape architectural services): $ 4,000
subconsultant (surveying services): $ 10,000
TOTAL $ 187,494
M: Iactive103P073 South Creek Design Phaselcontract attachments.doc August 20, 2003
South Creek Channel Improvements — Design Phase
Contract Agreement
EXHIBIT E
"Certificate of Insurance"
(Behind this page)
C: IMYDOCUMENTSIDHIscreek channel imp new -8 -03 -contract attachments.doc August 20, 2003
From: Ronda Brown, ACSR, CISR At: Texas Associates Insurors FaxID: (512)327-8337 To: Laths Kumar
Date: 6232003 09:58 AM Page: 2 of 2
CERTIFICATE OF LIABILITY INSURANCE
PROFESSIONAL SERVICES
PRODUCER
Texas Associates Insurors
1120 Capt of TX Hwy So
Bldg 3 Ste 300, Austin, TX 78746
INSURED
Espey Consultants, Inc.
3809 S. 2nd, #B-300
Austin, TX 78704
THIS TS TO CERTIFY THAT the Insured named above is
the business operations hereinafter described, for the types
the standard policies used by the companies, and further
noted below.
Date: 6-23-03
COMPANIES AFFORDING COVERAGE
A CNA Continental Casualty Co.
B
C
D
insured by the Companies listed above with respect to
of insurance and in accordance with the provisions of
hereinafter described. Exceptions to the policies are
CO TYPE OF INSURANCE POLICY EFFECTIVE
LTR NUMBER
DATE
EXPIRATION LIMITS
DATE
PROFESSIONAL LIABILITY
1) #PRA113965755 4/16/03 to 4/16/04 $1,000,000 limit per occurrence
DESCRIPTION OF SPECIAL ITEMS/EXCEPTIONS
Shoul
d 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.
CER I h'1CATE HOLDER: City of Round Rock
221 E. Main Street
Round Rock, Texas 78664
attn: Christine Martinez, City Secretary
r'd 2/10/03 - Professional Liability Certificate.doc
SIGNATURE OF AUTHORIZED REPRESENTATIVE
•
Typed Name: Gary Grissom
Title: Agent 6/23/03
06/23/2003 MON 08:54 [TX/RX NO 9309] a002