Loading...
CM-2019-0137 - 5/17/2019CITY OF ROUND ROCK AGREEMENT FOR GEOTECHNICAL ENGINEERING SERVICES WITH RABA KISTNER, INC. THE STATE OF TEXAS § THE CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS COUNTY OF WILLIAMSON § COUNTY OF TRAVIS § THIS AGREEMENT for professional consulting services related, specifically geotechnical engineering services, to be performed for the Brushy Creek Trail Project (the "Agreement") is made by and between the CITY OF ROUND ROCK, a Texas home -rule municipal corporation with offices located at 221 East Main Street, Round Rock, Texas 78664- 5299, (the "City") and RABA KISTNER, INC., located at 8100 Cameron Road, Suite B-150, Austin, Texas 78754 (the "Consultant"). RECITALS: WHEREAS, City has determined that there is a need for geotechnical engineering services related to the City's Brushy Creek Trail Project (the "Project") at the embankment between East Palm Valley Boulevard and Brushy Creek, Round Rock, Texas; and WHEREAS, City desires to contract for such professional services; and WHEREAS, the parties desire to enter into this Agreement to set forth in writing their respective rights, duties and obligations hereunder; NOW, THEREFORE, WITNESSETH: That for and in consideration of the mutual promises contained herein and other good and valuable consideration, the sufficiency and receipt of which are hereby acknowledged, it is mutually agreed between the parties as follows: 1.01 EFFECTIVE DATE, DURATION, AND TERM This Agreement shall be effective on the date this Agreement has been signed by each party hereto, and shall remain in full force and effect unless and until it expires by operation of the term indicated herein, or is terminated or extended as provided herein. The term of this Agreement shall be until full and satisfactory completion of the work specified herein is achieved. AA 4',`-7 0 0 7 004231841ss2 City reserves the right to review the Agreement at any time, and may elect to terminate the Agreement with or without cause or may elect to continue. 2.01 PROPOSAL FOR SERVICES Consultant has issued its proposal for proposal for services being attached hereto as document is incorporated herein for all purposes. 3.01 SCOPE OF SERVICES services for the tasks delineated therein, such Exhibit "A" titled "Scope of Work," which Consultant shall satisfactorily provide all services described herein and as set forth in Exhibit "A." Consultant's undertaking shall be limited to performing services for City and/or advising City concerning those matters on which Consultant has been specifically engaged. Consultant shall perform services in accordance with this Agreement, in accordance with the appended proposal for services, and in a professional and workmanlike manner. 4.01 LIMITATION TO SCOPE OF SERVICES Consultant and City agree that the scope of services to be performed is enumerated in Exhibit "A," and Consultant shall not undertake work that is beyond the Scope of Work set forth in Exhibit "A," however, either party may make written requests for changes to the Scope of Work." To be effective, a change to the Scope of Work must be negotiated and agreed to and must be embodied in a valid Supplemental Agreement as described in 9.01. 5.01 CONTRACT AMOUNT In consideration for the professional consulting services to be performed by Consultant, City agrees to pay Consultant in accordance with Exhibit "A" which in payment for services and the Scope of Services deliverables as delineated in Exhibit "A." Not -to -Exceed Total Payment for Services: Consultant's total compensation for consulting services hereunder shall not exceed Eleven Thousand One Hundred Twenty -Six and 241100 Dollars ($11,126.24). This amount represents the absolute limit of City's liability to Consultant hereunder unless same shall be changed by Supplemental Agreement, and City shall pay, strictly within the not -to -exceed sum recited herein, Consultant's professional fees for work done on behalf of City. Payment for Reimbursable Expenses: There shall be no payments for reimbursable expenses included in this Agreement. 6.01 INVOICE REQUIREMENTS; TERMS OF PAYMENT Invoices: To receive payment, Consultant shall prepare and submit detailed invoices to the City, in accordance with the delineation contained herein, for services rendered. Such invoices for professional services shall track the referenced Scope of Work, and shall detail the services performed, along with documentation for each service performed. Payment to 2 Consultant shall be made on the basis of the invoices submitted by Consultant and approved by the City. Such invoices shall conform to the schedule of services and costs in connection therewith. Should additional backup material be requested by the City relative to service deliverables, Consultant shall comply promptly. In this regard, should the City determine it necessary, Consultant shall make all records and books relating to this Agreement available to the City for inspection and auditing purposes. Payment of Invoices: The City reserves the right to correct any error that may be discovered in any invoice that may have been paid to Consultant and to adjust same to meet the requirements of this Agreement. Following approval of an invoice, the City shall endeavor to pay Consultant promptly, but no later than the time period required under the Texas Prompt Payment Act described in Section 8.01 herein. Under no circumstances shall Consultant be entitled to receive interest on payments which are late because of a good faith dispute between Consultant and the City or because of amounts which the City has a right to withhold under this Agreement or state law. The City shall be responsible for any sales, gross receipts or similar taxes applicable to the services, but not for taxes based upon Consultant's net income. 7.01 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, any payment to be made by the City to Consultant will be made within thirty (30) days of the date the City receives goods under this Agreement, the date the performance of the services under this Agreement are completed, or the date the City receives a correct invoice for the goods or services, whichever is later. Consultant may charge interest on an overdue payment at the "rate in effect' on September 1 of the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas Government Code, Section 2251.025(b). This Prompt Payment Policy does not apply to payments made by the City in the event: (a) There is a bona fide dispute between the City and Consultant, a contractor, subcontractor, or supplier about the goods delivered or the service performed that cause the payment to be late; or (b) There is a bona fide dispute between Consultant and a subcontractor or between a subcontractor and its supplier about the goods delivered or the service performed that causes the payment to be late; or (c) The terms of a federal contract, grant, regulation, or statute prevent the City from making a timely payment with federal funds; or (d) The invoice is not mailed to the City in strict accordance with any instruction on the purchase order relating to the payment. 8.01 NON -APPROPRIATION AND FISCAL FUNDING This Agreement is a commitment of the City's current revenues only. It is understood and agreed that the City shall have the right to terminate this Agreement at the end of any City fiscal year if the governing body of the City does not appropriate funds sufficient to purchase the services as determined by the City's budget for the fiscal year in question. The City may effect such termination by giving Consultant a written notice of termination at the end of its then - current fiscal year. 9.01 SUPPLEMENTAL AGREEMENT The terms of this Agreement may be modified by written Supplemental Agreement hereto, duly authorized by City Council or by the City Manager, if the City determines that there has been a significant change in (1) the scope, complexity, or character of the services to be performed; or (2) the duration of the work. Any such Supplemental Agreement must be executed by both parties within the period specified as the term of this Agreement. Consultant shall not perform any work or incur any additional costs prior to the execution, by both parties, of such Supplemental Agreement. Consultant shall make no claim for extra work done or materials furnished unless and until there is full execution of any Supplemental Agreement, and the City shall not be responsible for actions by Consultant nor for any costs incurred by Consultant relating to additional work not directly authorized by Supplemental Agreement. 10.01 TERMINATION; DEFAULT Termination: It is agreed and understood by Consultant that the City may terminate this Agreement for the convenience of the City, upon thirty (30) days' written notice to Consultant, with the understanding that immediately upon receipt of said notice all work being performed under this Agreement shall cease. Consultant shall invoice the City for work satisfactorily completed and shall be compensated in accordance with the terms hereof for work accomplished prior to the receipt of said notice of termination. Consultant shall not be entitled to any lost or anticipated profits for work terminated under this Agreement. Unless otherwise specified in this Agreement, all data, information, and work product related to this project shall become the property of the City upon termination of this Agreement, and shall be promptly delivered to the City in a reasonably organized form without restriction on future use. Should the City subsequently contract with a new consultant for continuation of service on the project, Consultant shall cooperate in providing information. Termination of this Agreement shall extinguish all rights, duties, and obligations of the City and the terminated party to fulfill contractual obligations. Termination under this section shall not relieve the terminated party of any obligations or liabilities which occurred prior to termination. Nothing contained in this section shall require the City to pay for any work which it deems unsatisfactory or which is not performed in compliance with the terms of this Agreement. 4 Default: Either party may terminate this Agreement, in whole or in part, for default if the Party provides the other Party with written notice of such default and the other fails to satisfactorily cure such default within ten (10) business days of receipt of such notice (or a greater time if agreed upon between the Parties). If default results in termination of this Agreement, then the City shall give consideration to the actual costs incurred by Consultant in performing the work to the date of default. The cost of the work that is useable to the City, the cost to the City of employing another firm to complete the useable work, and other factors will affect the value to the City of the work performed at the time of default. Neither party shall be entitled to any lost or anticipated profits for work terminated for default hereunder. The termination of this Agreement for default shall extinguish all rights, duties, and obligations of the terminating Party and the terminated Party to fulfill contractual obligations. Termination under this section shall not relieve the terminated party of any obligations or liabilities which occurred prior to termination. Nothing contained in this section shall require the City to pay for any work which it deems unsatisfactory, or which is not performed in compliance with the terms of this Agreement. 11.01 NON -SOLICITATION All parties agree that they shall not directly or indirectly solicit for employment, employ, or otherwise retain staff of the other during the term of this Agreement. 12.01 CITY'S RESPONSIBILITIES Consultant's performance requires receipt of all requested information reasonably necessary to provision of services. Consultant agrees, in a timely manner, to provide City with a comprehensive and detailed information request Iist, if any. 13.01 INDEPENDENT CONTRACTOR STATUS Consultant is an independent contractor, and is not the City's employee. Consultant's employees or subcontractors are not the City's employees. This Agreement does not create a partnership, employer-employee, or joint venture relationship. No party has authority to enter into contracts as agent for the other party. Consultant and the City agree to the following rights consistent with an independent contractor relationship: (1) Consultant has the right to perform services for others during the term hereof. (2) Consultant has the sole right to control and direct the means, manner and method by which it performs its services required by this Agreement. (3) Consultant has the right to hire assistants as subcontractors, or to use employees to provide the services required by this Agreement. (4) Consultant or its employees or subcontractors shall perform services required hereunder, and the City shall not hire, supervise, or pay assistants to help Consultant. (5) Neither Consultant nor its employees or subcontractors shall receive training from the City in skills necessary to perform services required by this Agreement. (5) City shall not require Consultant or its employees or subcontractors to devote full time to performing the services required by this Agreement. (7) Neither Consultant nor its employees or subcontractors are eligible to participate in any employee pension, health, vacation pay, sick pay, or other fringe benefit plan of the City. 14.01 CONFIDENTIALITY; MATERIALS OWNERSHIP Any and all programs, data, or other materials furnished by the City for use by Consultant in connection with services to be performed under this Agreement, and any and all data and information gathered by Consultant, shall be held in confidence by Consultant as set forth hereunder. Each party agrees to take reasonable measures to preserve the confidentiality of any proprietary or confidential information relative to this Agreement, and to not make any use thereof other than for the performance of this Agreement, provided that no claim may be made for any failure to protect information that occurs more than three (3) years after the end of this Agreement. The parties recognize and understand that the City is subject to the Texas Public Information Act and its duties run in accordance therewith. All data relating specifically to the City's business and any other information which reasonably should be understood to be confidential to City is confidential information of City. Consultant's proprietary software, tools, methodologies, techniques, ideas, discoveries, inventions, know-how, and any other information which reasonably should be understood to be confidential to Consultant is confidential information of Consultant. The City's confidential information and Consultant's confidential information is collectively referred to as "Confidential Information." Each party shall use Confidential Information of the other party only in furtherance of the purposes of this Agreement and shall not disclose such Confidential Information to any third party without the other party's prior written consent, which consent shall not be unreasonably withheld. Each party agrees to take reasonable measures to protect the confidentiality of the other party's Confidential Information and to advise their employees of the confidential nature of the Confidential Information and of the prohibitions herein. Any and all materials created and developed by Consultant in connection with services performed under this Agreement, including all trademark and copyright rights, shall be the sole property of City at the expiration of this Agreement. 15.01 WARRANTIES Consultant represents that all services performed hereunder shall be performed consistent with generally prevailing professional or industry standards, and shall be performed in a professional and workmanlike manner. Consultant shall re -perform any work no in compliance with this representation. 16.01 LIMITATION OF LIABILITY Should any of ConsuItant's services not conform to the requirements of the City or of this Agreement, then and in that event the City shall give written notification to Consultant; thereafter, (a) Consultant shall either promptly re -perform such services to the City's satisfaction at no additional charge, or (b) if such deficient services cannot be cured within the cure period set forth herein, then this Agreement may be terminated for default. In no event will Consultant be liable for any loss, damage, cost or expense attributable to negligence, willful misconduct or misrepresentations by the City, its directors, employees or agents. In no event shall Consultant be liable to the City, by reason of any act or omission relating to the services provided under this Agreement (including the negligence of Consultant), whether a claim be in tort, contract or otherwise, (a) for any consequential, indirect, lost profit, punitive, special or similar damages relating to or arising from the services, or (b) in any event, in the aggregate, for any amount in excess of the total professional fees paid by the City to Consultant under this Agreement, except to the extent determined to have resulted from Consultant's gross negligence, willful misconduct or fraudulent acts relating to the service provided hereunder. 17.01 INDEMNIFICATION Consultant agrees to hold harmless, exempt, and indemnify City, its officers, agents, directors, servants, representatives and employees, from and against any and all suits, actions, legal proceedings, demands, costs, expenses, losses, damages, fines, penalties, Iiabilities and claims of any character, type, or description, including but not limited to any and all expenses of litigation, court costs, attorneys' fees and all other costs and fees incident to any work done as a result hereof. To the extent allowable by law, City agrees to hold harmless, exempt, and indemnify Consultant, its officers, agents, directors, servants, representatives and employees, from and against any and all suits, actions, legal proceedings, demands, costs, expenses, losses, damages, fines, penalties, liabilities and claims of any character, type, or description, including but not limited to any and all expenses of litigation, court costs, attorneys' fees and all other costs and fees incident to any work done as a result hereof. 18.01 ASSIGNMENT AND DELEGATION The parties each hereby bind themselves, their successors. assigns and legal representatives to each other with respect to the terms of this Agreement. Neither party may assign any rights or delegate any duties under this Agreement without the other party's prior written approval, which approval shall not be unreasonably withheld. 19.01 LOCAL, STATE AND FEDERAL TAXES Consultant shall pay all income taxes, and FICA (Social Security and Medicare taxes) incurred while performing services under this Agreement. The City will not do the following: (1) Withhold FICA from Consultant's payments or make FICA payments on its behalf, (2) Make state and/or federal unemployment compensation contributions on Consultant's behalf, or (3) Withhold state or federal income tax from any of Consultant's payments. If requested, the City shall provide Consultant with a certificate from the Texas State Comptroller indicating that the City is a non-profit corporation and not subject to State of Texas Sales and Use Tax. 20.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES A. Consultant, its consultants, agents, employees and subcontractors shall use best efforts to comply with all applicable federal and state laws, the Charter and Ordinances of the City of Round Rock, as amended, and with all applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies. Consultant shall further obtain all permits, licenses, trademarks, or copyrights, if required in the performance of the services contracted for herein, and same shall belong solely to the City at the expiration of the term of this Agreement. B. Consultant acknowledges and understands that City has adopted a Storm Water Management Program (SWMP) and an Illicit Discharge Ordinance, Sections 14-139 through 14- 152 of the City's Code of Ordinances, to manage the quality of the discharges from its Municipal Separate Storm Sewer System (MS4) and to be in compliance with the requirements of the Texas Commission on Environmental Quality (TCEQ) and the Texas Pollutant Discharge Elimination System (TPDES). The Consultant agrees to perform all operations on City -owned facilities in compliance with the City's IIlicit Discharge Ordinance to minimize the release of pollutants into the MS4. The Consultant agrees to comply with of the City's stormwater control measures, good housekeeping practices and any facility specific stormwater management operating procedures specific to a certain City facility. In addition, the Services Provider agrees to comply with any applicable TCEQ Total Maximum Daily Load (TMDL) Requirements and/or I -Plan requirements. C. In accordance with Chapter 2270, Texas Government Code, a governmental entity may not enter into a contract with a company for goods and services unless the contract contains written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of this contract. The signatory executing this Agreement on behalf of Consultant verifies Consultant does not boycott Israel and will not boycott Israel at any term of this Agreement. 21.01 FINANCIAL INTEREST PROHIBITED Consultant covenants and represents that Consultant, 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 hereunder. 22.01 DESIGNATION OF REPRESENTATIVES The City hereby designates the following representative authorized to act in its behalf with regard to this Agreement: Katie Baker, Park Development Manager Parks and Recreation Department City of Round Rock 301 W. Bagdad Avenue, Suite 250 Round Rock, TX 78664 (512) 341-3355 kbaker{u..roundrocktexas_gm 23.01 NOTICES All notices and other communications in connection with this Agreement shall be in writing and shall be considered given as follows: (1) When delivered personally to recipient's address as stated herein; or (2) Three (3) days after being deposited in the United States mail, with postage prepaid to the recipient's address as stated in this Agreement. Notice to Consultant: Raba Kistner, Inc. 8100 Cameron Road, Suite B-159 Austin, Texas 78754 Notice to City: City Manager, City of Round Rock 221 East Main Street Round Rock, TX 78664 9 AND TO: Stephan L. Sheets, City Attorney 309 East Main Street Round Rock, TX 78664 Nothing contained in this section shall be construed to restrict the transmission of routine communications between representatives of the City and Consultant. 24.01 INSURANCE Consultant shall meet all City of Round Rock Insurance Requirements set forth at: littp://www.roundrocktexas.L,ov/wp-content/uploads 2014,'11: carr insurance 07.201 12. df 25.01 APPLICABLE LAW; ENFORCEMENT AND VENUE This Agreement shall be enforceable in Round Rock, 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 Texas. 26.01 EXCLUSIVE AGREEMENT The terms and conditions of this Agreement, including exhibits, constitute the entire agreement between the parties and supersede all previous communications, representations, and agreements, either written or oral, with respect to the subject matter hereof. The parties expressly agree that, in the event of any conflict between the terms of this Agreement and any other writing, this Agreement shall prevail. No modifications of this Agreement will be binding on any of the parties unless acknowledged in writing by the duly authorized governing body or representative for each party. 27.01 DISPUTE RESOLUTION The City and Consultant hereby expressly agree that no claims or disputes between the parties arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9 USC Section 1-14) or any applicable state arbitration statute. 28.01 SEVERABILITY The invalidity, illegality, or unenforceability of any provision of this Agreement or the occurrence of any event rendering any portion of provision of this Agreement void shall in no way affect the validity or enforceability of any other portion or provision of this Agreement. Any void provision shall be deemed severed from this Agreement, and the balance of this Agreement shall be construed and enforced as if this Agreement did not contain the particular portion of provision held to be void. The parties further agree to amend this Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the 10 stricken provision. The provisions of this Article shall not prevent this entire Agreement from being void should a provision which is of the essence of this Agreement be determined void. 29.01 STANDARD OF CARE Consultant represents that it is specially trained, experienced and competent to perform all of the services, responsibilities and duties specified herein and that such services, responsibilities and duties shall be performed, whether by Consultant or designated subconsultants, in a manner acceptable to the City and according to generally accepted business practices. 30.01 GRATUITIES AND BRIBES City, may by written notice to Consultant, cancel this Agreement without incurring any liability to Consultant if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or otherwise were offered or given by Consultant or its agents or representatives to any City Officer, employee or elected representative with respect to the performance of this Agreement. In addition, Consultant may be subject to penalties stated in Title 8 of the Texas Penal Code. 31.01 RIGHT TO ASSURANCE Whenever either party to this Agreement, in good faith, has reason to question the other party's intent to perform hereunder, then demand may be made to the other party for written assurance of the intent to perform. In the event that no written assurance is given within the reasonable time specified when demand is made, then and in that event the demanding party may treat such failure an anticipatory repudiation of this Agreement. 32.01 MISCELLANEOUS PROVISIONS Time is of the Essence. Consultant agrees that time is of the essence and that any failure of Consultant to complete the services for each phase of this Agreement within the agreed project schedule may constitute a material breach of this Agreement. Consultant shall be fully responsible for its delays or for failures to use reasonable efforts in accordance with the terms of this Agreement. Where damage is caused to City due to ConsuItant's failure to perform in these circumstances, City may withhold, to the extent of such damage, Consultant's payments hereunder without a waiver of any of City's additional legal rights or remedies. City shall render decisions pertaining to Consultant's work promptly to avoid unreasonable delays in the orderly progress of Consultant's work. Force Majeure. Notwithstanding any other provisions hereof to the contrary, no failure, delay or default in performance of any obligation hereunder shall constitute an event of default or breach of this Agreement, only to the extent that such failure to perform, delay or default arises out of causes beyond control and without the fault or negligence of the party otherwise chargeable with failure, delay or default; including but not limited to acts of God, acts of public 11 enemy, civil war, insurrection, riots, fires, floods, explosion, theft, earthquakes, natural disasters or other casualties, strikes or other labor troubles, which in any way restrict the performance under this Agreement by the parties. Section Numbers. The section numbers and headings contained herein are provided for convenience only and shall have no substantive effect on construction of this Agreement. Waiver. No delay or omission by either party in exercising any right or power shall impair such right or power or be construed to be a waiver. A waiver by either party of any of the covenants to be performed by the other or any breach thereof shall not be construed to be a waiver of any succeeding breach or of any other covenant. No waiver of discharge shall be valid unless in writing and signed by an authorized representative of the party against whom such waiver or discharge is sought to be enforced. Multiple Counterparts. This Agreement may be executed in multiple counterparts, which taken together shall be considered one original. The City agrees to provide Consultant with one fully executed original. [Signatures on the following page.] I? IN WITNESS WHEREOF, the parties have executed this Agreement on the dates hereafter indicated. City of Round Rock, Texas By: Prin ed Name: Title: Date Sinned: For City, Attest: Raba steer, Inc. Printed Name: Title: Sen i Date Signed: ] For City, Approved as to Form: By tepha�LSh�s. Cr Attorney 13 riel Ornelas,Jr. 'ice President 8, 2019 Exhibit "A" [Delivery by Email: kbaker@roundrocktexas.lzov ] Proposal No.: PAA19-053-00 April 16, 2019 City of Round Rock - Parks & Recreation 301 West Bagdad Avenue Suite 250 Round Rock, Texas 78664 Attn: Katie Baker, PLA IASIA RE: Proposal for Geotechnical Engineering Consulting Brushy Creek Trail - Slope Stability Concern Embankment between E. Palm Valley Blvd and Brush Creek Round Rock, Texas 1 RABA Ya„psl KISTNER Building Better Tomorrows 8100 Cameron Road Ste. B-150 Austin, Tx 78754 www,rkci,com P 51:.339 1705 F 512,339,6174 TBPF firm r 2757 In accordance with your request, RABA KISTNER Consultants Inc. (RKCI) is pleased to submit this proposal for Geotechnical Engineering Services for the referenced project. The broad objectives of our study will be to evaluate the stability of the slope embankment located downhill from the southern perimeter of the parking lot serving the certified public account's office off of E Palm Valley Blvd. Described in this letter are: • our understanding of currently perceived project characteristics; 0 our proposed scope for field and laboratory study; + our proposed scope for engineering evaluation and reporting; • our tentative project schedule; and our lump sum study cost. Project DescriRtion The scope of services being considered for this project pertain to the undetermined acceptable global stability of an embankment located between Brushy Creek and the south perimeter of a private property located off of E. Palm Valley Drive. The recent concerns regarding the stability of the embankment originate from some localized slope failure triggered by vertical cuts made by construction activities in the general vicinity associated with the construction of the Brushy Creek Trail Improvements. We understand these slope stability failures occurred along the embankment where earthwork excavations were being made to install a cast, in-place culvert crossing between the creek and the toe of the slope located directly south of the private parking lot. It is understood that 8 to 20 ft vertical cuts were made during the excavations at the toe of the embankment. During the weekend of April 6th, 2019, 3 to 6 inches of rainfall occurred in the Round Rock areas. Over that weekend, failures of the slope were noted. This also included many of the larger boulders and loose rocks preexisting on the slope embankment to fall to the toe of the slope, while others still remain awkwardly on the side of the slope. As a result of this recent localized slope failure, the private land owner, is concerned that the stability of the parking lot present along the south property line could be comprised as a result of the localized slope failure. It is noted that the perimeter edge of the parking lot is in line with the vertical face of the outcropping limestone cap rock. San Antonio - Austin - Brownsville - Dallas - Freeport - Houston - McAllen . New Braunfels . Nebraska . Utah . Mexico Exhibit "A" Proposal No.: PAA19-053-00 April 16, 2019 2 Since the localized slope stability failure occurred, the general contractor removed the dislodged and loose material from the toe of the slope. The embankment was then covered with wire mesh held on to the slope with pieces of reinforcing steel bars and then covered with shotcrete. The three main objectives of this scope of work is to: 1. Evaluate the stability of the slope and provide an opinion of whether the parking lot on the private property is safe to park on. At this time, several of the parking spaces have been coned -off to restrict parking. 2. Provide an opinion of whether the most recent shoring/retention system installed by the contractor provides adequate factors of safety to allow safe working areas during the course of the culvert installation. 3. Perform additional analysis in determining whether adequate factors of safety against slope stability failures is present for the final geometric embankment profile upon completion of the culvert installation. Field Study RKCI proposes to drill two (2) borings; one in the parking lot and the second near the toe of the slope. The boring within the parking lot will be drilled to a depth of approximately 50 ft below the parking lot surface. The boring drilled near the toe of the slope will be drilled to a maximum depth of 25 ft or until auger refusal on limestone, whichever is shallower. These borings will also be used to perform global stability analyses for determining the factors of safety of the embankment against of global stability failure. Samples collected by the truck -mounted drill rig will be taken using conventional split -spoon, Shelby -tube sampling or NX rock core sampling techniques. Representative portions of all samples will be sealed and packaged for transportation to our laboratory. Borings will be located in the field utilizing a recreation grade hand-held GPS device. Our scope of service does not include surveying in the boring locations. The borings will be backfilled utilizing auger cuttings generated during drilling activities and bentonite. Glossal Stability Analvses One of the purposes of this scope of work is to evaluate the global stability of the existing embankment profile with the temporary retention/shoring in place to calculate whether the existing embankment structure meets or exceeds the target minimum factor of safety (typically FOS = 1.5). We anticipate on performing an initial global stability analyses based on the critical cross section of the embankment. Additionally, it is being assumed that others will provide the cross-sectional profile(s) for our use in developing the model. We have requested the Client retain a licensed professional land surveyor to collect spot elevations to depict the cross sectional profile of the embankment being considered. A minimum of 4 embankment cross sections are being requested. It is possible that that the calculated factors of safety against global stability may not be acceptable and therefore modifications to the retention systems and/or embankment geometry will be warranted. Following each modification to the embankment stabilization system and geometry, RKCI will be required RA8AI 4, f' Exhibit "A" Proposal No.: PAA19-053-00 April 16, 2019 to perform additional modeling. Since the number of analyses is not known, we will provide a unit cost for each additional reiteration following the initial analyses. Laboratory Study Upon completion of the subsurface exploration, a testing program will be designed to define the strength and classification characteristics of the subsurface conditions. The testing program may include moisture content tests, Atterberg Limits (plasticity tests), grain size analyses, and unconfined compression; however, the type and number of tests will be based on subsurface conditions encountered in the field. Eneineerine Report The field and laboratory phases of the study will be reviewed by our staff of engineers and geologists. The results of our review, together with the supporting field and laboratory data, will be presented in a written, engineering report. Included therein will be our opinions pertaining to the stability of the embankments as well as the parking lot at the top of the embankment. The Geotechnical Engineering Report may include the following information and recommendations, if applicable: A summary of the field and laboratory sampling and testing program, Boring logs and laboratory testing results; • A review of general site conditions, the subsurface stratigraphy, groundwater conditions, and the presence and condition of fill materials, if encountered. • Results of the global stability analyses of the existing embankment profile in consideration of the general contractor's shotcrete application. Results of the global stability analyses of the final embankment profile once construction has been completed. The final report will be reproduced in an electronic PDF that will be delivered via email. Tentative Proiect Schedule As approved by Katie Baker, City of Round Rock's representative, RKCI will mobilize a truck mounted drilling rig to complete the subsurface exploration on Tuesday, April 15, 2019. The field exploration will take 1 business day to complete, while the laboratory testing phase of the study is expected to take approximately 3 to 8 eight working days to complete. Engineering analyses and preparation of the engineering report is expected to take an additional week to complete. We will be pleased to provide the City with our preliminary impressions within a few days of completing the drilling. Project Cost The Cost Plus Not to Exceed cost for the study scope outlined herein is $11,126.24 (Refer to the attached Cost Estimate Spread Sheet). The unit fee to perform each additional Global Stability Analysis will be $1,268.00. RABAT IST [4 Exhibit "A" Proposal No.: PAA19-053-00 April 16, 2019 During our study, if we encounter conditions that require performing more testing or find that additional testing could potentially result in enhancing our recommendations, we will contact you to educate you of the value added potential and receive authorization before proceeding with any additional work. Additional services will be billed on a unit basis in accordance with the negotiated rates in the contract. If available, we request that the Client provide RKCI with a recent plat of the project site, a drawing illustrating existing and proposed construction locations, and site grading plans prior to the start of our field exploration services. Also, it is our understanding that the Client will provide access to all boring locations for a conventional, truck -mounted drilling rig and that the Client will provide underground utility clearance. RKCI will assist in locating underground utilities, provided the Client submits documentation of existing utility locations. RKCI will take all precautions to prevent damage to property; however, RKCI cannot be responsible for tire rutting or damage of landscaping. The CLIENT shall be responsible for providing the location of all underground utilities and other structures in the vicinity of our borings or excavations. RKCI will not accept responsibility and will not be liable for affecting or damaging any underground utility or other subsurface condition not previously identified and located, or properly located, by the CLIENT, a utility, or a utility locating company. RKCI's standard protocol is to assist the Client in placing a request for utility line locators through the TEXAS ONE CALL system and meet with utility line locators to provide them the location of the proposed boring locations, if necessary. However, based on our conversation with Katie Baker, with the City of Round Rock, she does not believe that there are any utility lines in the vicinity of the proposed boring locations. Due to the urgent turnaround in getting this project started and the locations being situated on private property, it is believed that a One Call would not provide underground utility location. CLIENT may provide or direct RKCI to utilize or rely upon certain information in the performance of RKCI's services. RKCI will not conduct an independent evaluation of the accuracy or completeness of such information and shall not be responsible for any errors or omissions in such information. Acceptance We appreciate the opportunity of submitting this contract and look forward to working with you in the development of this project, which will be carried out in accordance with this letter and the Contract for Engineering Services for 2019 On -Call Geotechnical Engineering Services Work Authorization, dated Supplemental Contract 2 between City or Round Rock and Raba Kistner, executed December 18, 2017. Please return one signed copy of this letter proposal to provide written authorization for our firm to complete work on the services outlined herein. Our invoices are due and payable upon receipt at P.O. Box 971037, Dallas, Texas 75397-1037. 12A8AKISTNER Exhibit "A" Proposal No.: PAA19-053-00 April 16, 2019 RKCI considers the data and information contained in this proposal to be proprietary. This statement of qualifications and any information contained herein shall not be disclosed and shall not be duplicated or used in whole or in part of any purpose other than to evaluate this proposal. Very truly yours, RABA KISTNER CONSULTANTS, INC. 6aiLQ Gabriel Ornelas, Jr., P.E., PMP Senior Vice President GO: tic Attachments Cost Estimate Sheet Copies Submitted: Above (1) * Note: If signed by other than addressee, please provide the following information. Company Name Company Address Company City, State & Zip Accepted _ By: Signature See Note Typed or Printed Name Title Date Contact Email Address Company Phone Company Fax RA B A K I STN ER I: Exhibit "A" 2028 City of Round Rock Fee Schedule ESTIMATE WORKSHEETFOR: Brushy Creek Trail -Slope Stability Assessment Motors: Geologic Formation: Buda Umestone and Alluvial Skills SUMIty Anesmlent Geofpgtc Formation Continued. CLIENT: Katie Baker Prepared by: GO One: 4/15/2019 PROPOSAL NO: PAA19-053-00 City of Round Rock 'Aharebw moo I Lag thick W Model 20oa Enterprise Ddw licums 1 SO 5 45 5 45 Round Rock Texas 78664 Bari 1 25 25 25 0 0 0 0 0 0 0 0 v 2 7s 3a1 o Lf FIELD OPERATIONS Mobilization of Drill RIB. Drlil crew & Support Augedng (soil) AugeHng (Soft Rock) Nx Care Drilling- (Soh Rock) Nx Cara Drilling - (Hand Rocki Standard Air Rotary Field Penetrations SPT Shelby Tubes Grout Backfill Orl:ler Standby ConcmterAC Patch OTHER DIRECT EXPENSES Tratftc Ce ntrol - Signs, barricades (Cast • 1Ch} A I other outtide expenses (Cost + Ml STAKINGILOGGING/COORDINATiON Stak ng Logging (Geologist) Lagging (Geotechnical Technician) Lapping (Engineer In Training) Logger Truck (Local) Logger Truck (Mileage) Field Supplies (cost + 10141 LABOAATDey TESTS Atterberg Limits Moisture[onunt let 5 ft intervals) Minus 200 -mesh Sieve Unconfined Compression (Soil) Uneonflned Compresslon (Reck) Sawed Ends Hydrometer Slew Analysis Free Swell Test Pressure SweitlTest Sullate Testing Moisture40ansity Test Only CBR(M•Dwith I Specimen) ENGINEERING AND REPORT Principal Engineer Senior Enginew/Consultant Project Manager Project Engineer Engineer Engineer In Training Geotachnical Technician CADD Operator Clerical Geologist Environmental Scientist Load Tachnklan CMT Technician Archaeologist GIS Form Revised by GO 12/28/2017 2018 City of Round Rork AddhioneLGlesbal Stability IMeration Project Manager Project Engineer Notes CILIA UMMCSICE IM 7D miles $4.16 5291.20 3D 11 $1716 $514.80 0 Lf $20.80 50.00 Lf $34.64 SL567 80 o Lf $45.24 WOO O 11 $22.88 SO.00 12 ea. $23.92 $287.04 COLD 52392 50.00 0 ft $3.64 50.00 1 hrs. $243.36 $24336 Tea, $6916 $09.36 Percent of $22000 1014Markul $0.00 rated OrWhV Subtotal.. 25.7% D east • $0.00 s:) 00 aermat of 0 cost • $0.00 SO.00 rated OtherWrect Eapens S Subtotal: 0.0% 0 hn. $140.40 $0.00 0 hes. $140.40 50.00 0 hrz. 565.00 50.00 S hn. $100.00 $80000 1 day $59.28 559.28 0mile $1.04 so.00 Percent of 0 ea/Iwring $0.00 $0.00 Total lawing$"h otul., 8% 49a. 589.00 $356.00 Des, $14,00 5112.00 Fes. $60.50 $12L00 0 ea. $46.50 $0.00 Too. $55.00 $22000 8 per and $11.95 $9560 Fes. $295.00 SO 00 F ea. 589.00 50.00 des, $169.00 $000 0 Na. $320.00 $o.co 004. 595.00 SOM 0 ea. $269.00 SO.00 0 set 5855.00 50.00 Percesif of rertingSubtotal. 8.1% QUANTITY UNIT PRICE TOTAL 0 hm 5216.00 SOW B hn. 5216.00 51.728.00 6 hts. $189.00 $1,512.00 4 hn. $178.00 3712.00 16 hrs. $308.00 $1,728.00 4 hn. 5100.00 5400.00 0 hn. $65.00 SODO 15 hn. $86.00 $129.00 3 hn. 560.00 SI110.00 0 hrs. $140.00 $0.00 0 hn. 5113.00 50.00 0 hrs. 565.00 50.00 0 hn. woo $0.00 y hn. $119.00 WOO Percent of 0 hn. $97.00 $0.00 Toros Engineering Subtotal:® 57.4% 2 hn. $I89.00 5378.00 5 hes. $178.00 $890.00 Total $1,268.00 R A B A K I S T N E R $14835 per foot City of Round Rock r ROUND ROCK TEXAS Agenda Item Summary Agenda Number: Title: Consider executing a Geotechnical Engineering Services Agreement with Raba Kistner, Inc. for geotechnical services related to the Brushy Creek Trail Project. Type: City Manager Item Governing Body: City Manager Approval Agenda Date: 5/17/2019 Dept Director: Rick Atkins, Director Cost: $11,126.24 Indexes: 2014 General Obligation Bonds Attachments: Agreement BW City of Round Rock & RKCI - Signed by RKCI - Emailed 5-6-2019, LAF - Geotechnical ESC w- Raba Kistner, Inc. - Brushy Creek Trail Slope Issue (00423353xA08F8) Department: Parks and Recreation Department Text of Legislative File CM -2019-0137 This Contract for geotechnical services includes observation, slope stability analysis, and soil boring tests associated with the Brushy Creek Trail - Veterans to Rabb Project. Heavy rains caused a slope failure on a section of this project and it was necessary to obtain a geotechnical report to determine short-term and long-term stability. Cost: $11,126.24 Source of Funds: 2014 General Obligation Bonds City of Round Rock page f Printed on 8MQ/2019