Loading...
R-01-04-26-14E1 - 4/26/2001WHEREAS, the City of Round Rock desires to retain professional engineering services for the design of the 2001 Wastewater Collection System Rehabilitation Project, and WHEREAS, RJN Group, Inc. has submitted a Contract for Engineering Services to provide said services, and WHEREAS, the City Council desires to enter into said contract with RJN Group, Inc., Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City a Contract for Engineering Services with RJN Group, Inc., for professional engineering services for the design of the 2001 Wastewater Collection System Rehabilitation Project, a copy of said agreement being attached hereto 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, and the Act. RESOLVED this 26th day of Ap , 20 ■ 4/ / T � l /N1 _ ROB N A. STLUKA, -v , Mayor City of Round Rock, Texas JO ,J E LAND, City Secretary Oi\ WPDOCS \RESOLDTI \R10416E1.WPD /ec RESOLUTION NO. R- 01- 04- 26 -14E1 STATE OF TEXAS COUNTY OF WILLIAMSON ENGCNmRC MST WITNESSETH Contract No. THIS CONTRACT FOR ENGINEERING SERVICES ("Contract ") is made by and between the City of Round Rock, 221 E. Main St., Round Rock, Texas 78664, hereinafter called "City" and RJN Group, Inc., having its business address at 7801 N. Lamar Blvd, Suite F -5, Austin, Texas 78752, hereinafter called "Engineer" for the purpose of contracting for engineering services. WHEREAS, Government Code, Chapter 2254, Subchapter A, "Professional Services Procurement Act" provides for the procurement of professional services of engineers; and WHEREAS, the City desires to contract for engineering services described as follows: 2001 Wastewater Collection System Rehabilitation Project Basins BC21, 0C24, and CC35 AGREEMENT NOW, THEREFORE, the City and the Engineer, in consideration of the mutual covenants and agreements herein contained, do hereby mutually agree as follows: ARTICLE 1 SCOPE OF SERVICES TO BE PROVIDED BY CITY The City will furnish items and perform those services for fulfillment of the Contract as identified in Attachment A - Services to be Provided by the City, attached hereto and made a part of this Contract. ARTICLE 2 SCOPE OF SERVICES TO BE PROVIDED BY ENGINEER The Engineer shall perform those engineering services for fulfillment of the Contract as identified in Attachment B - Services to be Provided by the Engineer, attached hereto and made a part of this Contract. Page 1 of 11 The Engineer shall prepare a schedule of work identified as Attachment C - Work Schedule, attached hereto and made a part of this Contract. The Work Schedule shall contain a complete schedule so that the Engineer's Scope of Services under this Contract can be accomplished within the specified time and contract cost. The Work Schedule will provide specific work sequence and defmite review times by the City and the Engineer of the work performed. If the review time should take longer than shown on the work schedule, through no fault of the Engineer, additional contract time will be authorized by the City through a supplemental agreement if requested by a timely written request from the Engineer and approved by the City. ARTICLE 3 CONTRACT PERIOD After execution of this Contract, the Engineer shall not proceed with the work outlined under Article 2 until authorized in writing by the City to proceed as provided in Article 6. This Contract shall terminate at the close of business on December 31, 2002 unless extended by written supplemental agreement duly executed by the Engineer and the City prior to the date of termination, as provided in Article 11 - Supplemental Agreements, or otherwise terminated as provided in Article 19 - Termination. Any work performed or cost incurred after the date of termination shall be ineligible for reimbursement. The Engineer shall notify the City in writing as soon as possible if it determines, or reasonably anticipates, that the work under this Contract cannot be completed before the termination date, and the City may, at its sole discretion, extend the contract period by timely supplemental agreement as provided in Article 11- Supplemental Agreements. The Engineer shall allow adequate time for review and approval of the request for time extension by the City prior to expiration of this Contract. ENGCNTRC.MST ARTICLE 4 COMPENSATION The City shall pay and the Engineer agrees to accept the lump sum amount shown below as full compensation for the engineering services to be performed under this Contract. The lump sum amount payable under this Contract without modification of the Contract is $169.395.00 as shown in Attachment D - Fee Schedule. The lump sum amount payable may be revised by supplemental agreement in the event of a change in scope, additional complexity from that originally anticipated or character of work as authorized by the City. The Engineer shall prepare and submit to the City monthly progress reports in sufficient detail to support the progress of the work and in support of invoice requesting monthly payment. Any preferred format will be identified in Attachment B. Satisfactory progress of work shall be maintained as a condition of payment. The fee may be adjusted if additional work is approved by supplemental agreement and performed by the Engineer. Page 2 of 11 ARTICLE 5 METHOD OF PAYMENT Payments to the Engineer for services rendered will be made while work is in progress. The Engineer will prepare and submit to the City, no more frequently than once per month, a progress report stating the percent completion of the work accomplished during the billing period and to date, and one original and one copy of a certified invoice in a form acceptable to the City). The submittal shall also include the progress assessment report, identified as Attachment H -2. Payment of the lump sum fee will be in proportion to the percent completion of the work tasks identified in Attachment D - Fee Schedule. Upon receipt and approval of each statement, the City shall make a good faith effort to pay the amount which is due and payable within thirty (30) days. The City shall reserve the right to withhold payment pending verification of satisfactory work performed. The Engineer must submit adequate proof to the City that the task was completed. The certified statements shall show the total amount earned to the date of submission and the amount due and payable as of the date of the current statement. Final payment does not relieve the Engineer of the responsibility of correcting any errors and /or omissions resulting from its negligence. ARTICLE 6 NOTICE TO PROCEED The City will issue a written authorization to proceed with the work identified in the scope of services. The City shall not be responsible for actions by the Engineer or any costs incurred by the Engineer relating to additional work not included in Attachment B - Services to be Provided by the Engineer. The Engineer shall, from time to time during the progress of the work, confer with the City. The Engineer shall prepare and present such information as may be pertinent and necessary, or as may be requested by the City, in order to evaluate features of the work. At the request of the City or the Engineer, conferences shall be provided at the Engineer's office, the office of the City, or at other locations designated by the City. These conferences shall also include evaluation of the Engineer's services and work when requested by the City. Should the City determine that the progress in production of work does not satisfy the Work Schedule, the City shall review the Work Schedule with the Engineer to determine corrective action needed. The Engineer shall promptly advise the City in writing of events which have a significant impact upon the progress of the work, including: ENGCNTRC.MST ARTICLE 7 PROGRESS Page 3 of 11 ENGCNTRC.MST (1) problems, delays, adverse conditions which will 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; this disclosure will be accompanied by statement of the action taken, or contemplated, and any City assistance needed to resolve the situation; and (2) favorable developments or events which enable meeting the work schedule goals sooner than anticipated. ARTICLE 8 SUSPENSION Should the City desire to suspend the work, but not terminate the Contract, this may be done by thirty (30) calendar days verbal notification followed by written confirmation from the City to that effect. The thirty -day notice may be waived in writing by both parties. The work may be reinstated and resumed in full force and effect within sixty (60) days of receipt of written notice from the City to resume the work. The sixty-day notice may be waived in writing by both parties. If the City suspends the work, the contract period as determined in Article 3 is not affected and the Contract will terminate on the date specified unless the Contract is amended. The City assumes no liability for work performed or costs incurred prior to the date authorized by the City to begin work, during periods when work is suspended, or subsequent to the contract completion date. ARTICLE 9 ADDITIONAL WORK If the Engineer is of the opinion that any work it has been directed to perform is beyond the scope of this Contract and constitutes extra work, it shall promptly notify the City in writing. In the event the City fords that such work does constitute extra work and exceeds the maximum amount payable, the City shall so advise the Engineer and a written supplemental agreement will be executed between the parties as provided in Article 11. The Engineer shall not perform any proposed additional work or incur any additional costs prior to the execution, by both parties, of a supplemental agreement. The City shall not be responsible for actions by the Engineer or any costs incurred by the Engineer relating to additional work not directly associated with the performance of the work authorized in this Contract or as amended. ARTICLE 10 CHANGES IN WORK If the City finds 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 , the Contract, the Engineer shall make such revisions if requested and as directed by the City. This will be considered as additional work and paid for as specified under Article 9 - Additional Work. Page 4 of 11 The Engineer shall make such revisions to the work authorized in this Contract which has been completed as are necessary to correct errors appearing therein, when required to do so by the City. No additional compensation shall be paid for this work. The terms of this Contract may be modified by supplemental agreement if the 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. Additional compensation, if appropriate, shall be identified as provided in Article 4. Any supplemental agreement must be executed by both parties within the contract period specified in Article 3 - Contract Period. It is understood and agreed that no claim for extra work done or materials furnished shall be made by the Engineer until full execution of the supplemental agreement and authorization to proceed is granted by the City. The City reserves the right to withhold payment pending verification of satisfactory work performed. All data, basic sketches, charts, calculations, plans, specifications, and other documents created or collected under the terms of this Contract are the exclusive property of the City and shall be furnished to the City upon request. All documents prepared by the Engineer and all documents furnished to the Engineer by the City shall be delivered to the City upon completion or termination of this Contract. The Engineer, at its own expense, may retain copies of such documents or any other data which it has furnished the City under this Contract. Release of information shall be in conformance with the Texas Open Records Act. The Engineer shall furnish and maintain, at 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 the Engineer shall have such knowledge and experience as will enable them to perform the duties assigned to them. Any employee of the Engineer who, in the opinion of the City, is incompetent, or whose conduct becomes detrimental to the work, shall immediately be removed from association with the project when so instructed by the City. The Engineer certifies that it presently has adequate qualified personnel in its employment for performance of the services required under this Contract, or will be able to obtain such personnel from sources other than the City. ENGCMRC MST ARTICLE 11 SUPPLEMENTAL AGREEMENTS ARTICLE 12 OWNERSFIIP OF DOCUMENTS ARTICLE 13 PERSONNEL, EQUIPMENT AND MATERIAL The Provider may not change the Project Manager without prior consent of the City. Page 5 of 11 The Engineer shall not assign, subcontract or transfer any portion of the work under this Contract without prior written approval from the City. All subcontracts shall include the provisions required in this Contract and shall be approved as to form, in writing, by the City prior to work being performed under the subcontract. ENGCNTAC.MST ARTICLE 14 SUBCONTRACTING No subcontract relieves the Engineer of any responsibilities under this Contract. ARTICLE 15 EVALUATION OF WORK The City and any authorized representatives, shall have the right at all reasonable times to review or otherwise evaluate the work performed or being performed hereunder and the premises in which it is being performed. If any review or evaluation is made on the premises of the Engineer or a subprovider, the Engineer shall provide and require its subproviders to provide all reasonable facilities and assistance for the safety and convenience of the City or USDOT representatives in the performance of their duties. ARTICLE 16 SUBMISSION OF REPORTS All applicable study reports shall be submitted in preliminary form for approval by the City before final report is issued. The City's comments on the Engineer's preliminary report will be addressed in the final report. ARTICLE 17 VIOLATION OF CONTRACT TERMS/BREACH OF CONTRACT Violation of Contract terms or breach of contract by the Engineer shall be grounds for termination of the Contract and any increased cost arising from the Engineer's default, breach of contract or violation of contract terms shall be paid by the Engineer. ARTICLE 18 TERMINATION The Contract 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. Page 6 of 11 (2) By the City by notice in writing to the Engineer as a consequence of failure by the 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 the City for reasons of its own and not subject to the mutual consent of the Engineer upon not less than thirty (30) days written notice to the Engineer. (5) By satisfactory completion of all services and obligations described herein. Should the City terminate this Contract as herein provided, no fees other than fees due and payable at the time of termination shall thereafter be paid to the Engineer. In determining the value of the work performed by the Engineer prior to termination, the 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 the City terminate this Contract under (4) of the paragraph identified above, the amount charged during the thirty (30) day notice period shall not exceed the amount charged during the preceding thirty (30) days. If the Engineer defaults in the performance of this Contract or if the City terminates this Contract for fault on the part of the Engineer, the City will give consideration to the actual costs incurred by the 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 the City, the cost to the 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 the City of the work performed at the time of default. The termination of this Contract and payment of an amount in settlement as prescribed above shall extinguish all rights, duties, and obligations of the City and the Engineer under this Contract, except the obligations set forth in Article 19 of this Contract. If the termination of this Contract is due to the failure of the Engineer to fulfill its contract obligations, the City may take over the project and prosecute the work to completion. In such case, the Engineer shall be liable to the City for any additional cost occasioned the City. The Engineer shall be responsible for the settlement of all contractual and administrative issues arising out of the procurement made by the Engineer in support of the scope of services under this Contract. The Engineer shall comply with all applicable Federal, State and local laws, statutes, codes, ordinances, rules and regulations, and the orders and decrees of any court, or administrative bodies or tribunals in any manner affecting the performance of this Contract, including, without limitation, worker's compensation laws, minimum and maximum salary and wage statutes and regulations, and licensing laws and regulations. When required, the Engineer shall furnish the City with satisfactory proof of its compliance therewith. ENGCNTRC.MST ARTICLE 19 COMPLIANCE WITH LAWS Page 7 of 11 ENGCNTAC MST ARTICLE 20 INDEMNIFICATION ARTICLE 21 ENGINEER'S RESPONSIBILITY ARTICLE 22 ENGINEER'S SEAL ARTICLE 23 NONCOLLUSION ARTICLE 24 INSURANCE Page 8 of 11 The Engineer shall save harmless the City and its officers and employees from all claims and liability due to activities of itself, its agents, or employees, performed under this Contract and which are caused by or result from error, omission, or negligent act of the Engineer or of any person employed by the Engineer. The Engineer shall also save harmless the City from any and all expense, including, but not limited to, attorney fees which may be incurred by the City in litigation or otherwise resisting said claim or liabilities which may be imposed on the City as a result of such activities by the Engineer, its agents, or employees. The Engineer shall be responsible for the accuracy of its work and shall promptly make necessary revisions or corrections resulting from its errors, omissions, or negligent acts without compensation. The Engineer's responsibility for all questions arising from design errors and /or omissions will be determined by the City. The Engineer will not be relieved of the 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. The responsible Engineer shall sign, seal and date all appropriate engineering submissions to the City in accordance with the Texas Engineering Practice Act and the Rules of the State Board of Registration for Professional Engineers. The Engineer warrants that it has not employed or retained any company or persons, other than a bona fide employee working solely for the Engineer, to solicit or secure this Contract and that it has not paid or agreed to pay any company or engineer any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this Contract. For breach or violation of this warranty, the City shall have the right to annul this Contract without liability or, in its discretion, to deduct from the contract price or compensation, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. The Engineer shall furnish the City a properly completed Certificate of Insurance approved by the City prior to beginning work under this Contract and shall maintain such insurance through the contract period. The completed Certificate of Insurance shall be attached hereto and identified as Attachment G. ARTICLE 25 INSPECTION OF ENGINEER'S BOOKS AND RECORDS AND AUDIT REQUIREMENTS The City shall have the exclusive right to examine the books and records of the Engineer for the purpose of checking the amount of work performed by the Engineer at the time of contract termination. The Engineer shall maintain all books, documents, papers, accounting records and other evidence pertaining to cost incurred and shall make such materials available at its office during the contract period and for four (4) years from the date of final payment under this Contract or until pending litigation has been completely and fully resolved, whichever occurs last. The City or any of its duly authorized representatives, shall have access to any and all books, documents, papers and records of the Engineer which are directly pertinent to this Contract for the purpose of making audits, examinations, excerpts and transcriptions. ARTICLE 26 DEBARMENT, SUSPENSION AND DISCIPLINARY ACTION The Engineer warrants that the representations included in the Debarment Certification (Negotiated Contracts) submitted with the offer to provide services are current and still valid. ARTICLE 27 COPYRIGHTS The 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 the Engineer for governmental purposes. The Engineer, and the City, do hereby bind themselves, their successors, executors, administrators and assigns to each other party of this agreement and to the successors, executors, administrators, and assigns of such other party in respect to all covenants of this Contract. The Engineer shall not assign, subcontract or transfer its interest in this Contract without the prior written consent of the City. ARTICLE 28 COMPUTER GRAPHICS FILES The Engineer agrees to comply with the Special Provision "Computer Graphics Files for Document and Information Exchange," if determined by the City to be applicable to this Contract and if so stated in Attachment B and attached hereto. ENGCNiRC.MST ARTICLE 29 SUCCESSORS AND ASSIGNS Page 9 of 11 In the event any one or more of the provisions contained in this Contract shall for any reason, be held to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability shall not affect any other provision thereof and this Contract shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. ENGCNIRCMST with copy to: Stephan L. Sheets City Attorney 309 E. Main St. Round Rock, Texas 78664 ARTICLE 30 SEVERABILITY ARTICLE 31 PRIOR CONTRACT SUPERSEDED This Contract constitutes the sole and only agreement of the parties hereto and supersedes any prior understandings or written or oral contracts between the parties respecting the subject matter defined herein. ARTICLE 32 NOTICES All notices to either party by the other required under this Contract shall be personally delivered or mailed to such party at the following respective address: City of Round Rock Engineer Attn.: City Manager Attn.: Hugh M. Kelso 221 E. Main St. Regional Vice President Round Rock, TX 78664 RJN Group, Inc. 12160 Abrams Road, Suite 206 Dallas, TX 75243 Page 10 of 11 The undersigned signatory or signatories for the Engineer hereby represent and warrant that the signatory is an officer of the organization for which he or she has executed this Contract and that he or she has full and complete authority to enter into this Contract on behalf of the firm. The above - stated representations and warranties are made for the purpose of inducing the City to enter into this Contract. IN WITNESS HEREOF, the City and the Engineer have executed these presents in duplicate. RJN GROUP, INC. THE ENGINEER By: / Sig re ENGCNIRC.MST Hugh M. Kelso Printed Name Regional Vice President Title, tf / Date Robert A. Stluka, Jr., i . yor LIST OF ATTACHMENTS ARTICLE 33 SIGNATORY WARRANTY Attachment A - Services to be Provided by the City Attachment B - Services to be Provided by the Engineer Attachment C - Work Schedule, if applicable Attachment D - Fee Schedule Attachment E - Work Authorizations, if applicable Attachment F - Supplemental Work Authorizations, if applicable Attachment G - Certificate of Insurance, if applicable Page 11 of 11 Attachment A SERVICES TO BE PROVIDED BY THE CITY OF ROUND ROCK City of Round Rock Phase II - Wastewater Collection System Rehabilitation 1. Designate a person to act as the Owner's representative with respect to services to be rendered under this contract. Such person shall have complete authority to transmit instructions, receive information, and interpret and define Owner /s policies and decisions. 2. Provide all criteria and full information as to the Owner's requirements for the project, including design objectives and constraints, space, capacity and performance requirements, and any budgetary limitations; and furnish copies of all design and construction standards to include standards for manhole construction, which Owner will require to be included in the project. 3. Place at the Engineer's disposal all available information including previous reports and any other data relative to design or construction of the project. 4. Arrange for access to and make provisions for Engineer and their Subconsultants to enter upon public and private property as required for Engineer to perform the services under this contract. 5. Examine all studies, reports, sketches, drawings specifications, proposals and other documents presented by the Engineer, and render in writing decisions pertaining thereto within a reasonable time so as not to delay the services of the Engineer. 6. Furnish approvals and permits for all governmental authorities having jurisdiction over the Project and such approvals and consent from others as may be necessary for completion of the project. Pay all fees associated with approvals and permits. 7. Give prompt notice to the Engineer whenever Owner observes or otherwise becomes aware of any development that affects the scope or timing of Engineer's services. 8. Secure easements (using documents prepared by Engineer) as required for construction of the project. A -1 Attachment B SCOPE OF SERVICES CITY OF ROUND ROCK Phase 11 - Basins BC21, 0C24, & CC35 Wastewater Collection System Rehabilitation This scope includes the final design, bidding assistance, and construction administration assistance for rehabilitation of the wastewater collection system in Basins BC21, 0C24, and CC35. The estimated schedule of repairs includes 305 manhole defects, 13 point repairs, and 10,808 linear feet of line replacement/rehabilitation for an estimated construction cost of $1,284,150. A description of the rehabilitation is shown on Table B -1 following this Attachment. Engineering Design, Bidding Assistance and Construction Engineering Assistance Item I. Basic Services A. Project Administration and Management 1. Perform project initiation activities. 2. Perform general administration and project management including meetings with City staff as necessary. 3. Procure subcontractors for such work as topographic surveying and easement document preparation. 4. Obtain right of entry agreements from property owners with wastewater lines requiring replacement located in easements in their rear yards. Right -of -entry agreements will be available in both English and Spanish. B. Preliminary Plan/Plan and Profile Sheets 1. Coordinate with utility companies to have existing utilities located both on the ground and on the design sheets. 2. Perform as -built and right -of -way research for each site. 3. Review the data base provided by the surveyor to ensure standards are met and perform any clean-up that may be required. 4. Prepare preliminary plan sheets for all lines that require point repairs. Walk each point repair to verify all visible improvements were located and are shown on the drawings. B -1 5. Prepare plan and profile sheets for each line segment that requires complete replacement or trenchless rehabilitation. Evaluate pipe repair alternative including pipe replacement and lining options if necessary because of site conditions. Item II. Special Services 6. Walk each line to ensure all visible improvements are shown. 7. Submit preliminary design plans to the City for review. Meet with the City to review the preliminary submittal. C. Final Plans, Specifications, and Estimates 1. Prepare final design plans based on the review of the City and discussions with the Engineer. 2. Review selective computer output reports from the Manhole Inspection Program to determine I/I sources to be rehabilitated. 3. Evaluate site specific manhole repair alternatives including cover type, grade adjustments, sealing techniques, manhole interior repairs, and/or manhole replacement. 4. Using ENGINEER's basic specifications, prepare project specifications which shall include but not be limited to: (1) bidding documents, (2) contractual documents, (3) conditions of the contract, (4) standard project forms, (5) technical specifications, (6) Schedule of Manhole Rehabilitation, (7) Location Map and (8) General Details. 5. Prepare ENGINEER's Opinion of Probable Construction Cost. 6. Submit three (3) copies of the draft specifications to the City for review. 7. Perform final changes to the specifications based on City review. 8. Submit three (3) hard copies and an electronic copy (MicroStation) of the final contract documents to the City. A. Contract Services For the purpose of the cost proposal, it is anticipated that one (1) construction contracts will be bid. The contract bid shall include manhole rehabilitation and sewer line construction and repairs. B -2 1. Assist the City in advertising, obtaining, and evaluating Bid Proposals for the construction contract and awarding thereof. Provide assistance to the City in responding to bidder inquiries during advertisement of the construction contract, and participate in project pre -bid conference. Provide and distribute bidding documents and addendum. Non - refunded bid deposits shall remain the property of the ENGINEER for administrative, printing, and handling cost. 2. Assist the City in reviewing the bids for completeness and accuracy. Develop bid tabulations and submit a written recommendation of contract award to the City along with three (3) copies of the bid tabulations. 3. Consult with and advise the City on the responsibility and responsiveness of contractors, the acceptability of subcontractors, substitute materials, and equipment proposed by the project bidders. 4. Provide the successful bidder(s) with five (5) sets of the contract specifications for execution and the insertion of the required insurance certificates. Provide the successful bidder(s) with five (5) sets of the contract documents for construction purposes. 5. Assist the City in conducting a pre - construction conference with the Contractors by notifying utilities, governmental agencies, and other interested parties, and answer questions at the conference. 6. Review shop drawings, scheduling, test results, and other submittals that the Contractor is required to submit. 7. Provide 12 site visits for observation for sewer rehabilitation and sewer replacement and manhole rehabilitation construction for general conformance to the contract drawings and contract specifications. Times of observation will be coordinated with the City. 8. Review and prepare any change orders proposed by the Contractor and provide recommendations to the City. 9. Provide the City with two (2) sets of black line prints and an electronic copy (MicroStation) of the record drawings. City will provide mark -ups for producing the record drawings. B -3 B. Additional Services 1. Conduct horizontal and vertical control survey necessary for design of the project. 2. Provide the City with the technical information for location of the easements, if any, required for construction of the project. Information will include width and general location of the easements, and distances from the property lines. Property line information shall be obtained from existing maps provided by the City to the ENGINEER. After approval by the City, the ENGINEER will prepare, type, and issue legal description of easements. The City will secure easements as necessary. A maximum of two (2) easements are included. 2. Communicate with TNRCC in accordance with the Edwards Aquifer Rules to include preparing a clarification request exempting the City of Round Rock from preparing a recharge / transition zone plan and permit for wastewater collection system rehabilitation construction. Any fees required by the TNRCC will be the responsibility of the City. If determined by the TNRCC that a plan and permit are required, the ENGINEER and any special services, such as geotechnical, required to complete the plan and permit will be compensated at the rate schedule attached and at a negotiated fee for special services. The Engineer will design the wastewater collections system improvements to meet the requirements found in 30 TAC Chapter 317, "Design Criteria for Sewerage Systems" and the requirements set forth in the Edwards Aquifer Rule (RG -349) Section 3.3.1.2.1. B-4 Description Number of Defects/Repairs Approximate Length Estimated Construction Cost Manhole Defects 305 $ 89,665.00 Point Repairs 13 $ 51,461.54 Line Replacement 28 segments 10,808 $ 1,143,023.29 TOTAL $ 1,284,149.83 Table B -1 Schedule of Repairs B -5 The City and ENGINEER agree that the project is planned for completion according to the schedule below with anticipated Notice to Proceed in April 2001. Maior Tasks Completion Date Draft Plans /Specifications October 2001 Final Plans /Specifications December 2001 Bidding and Award March 2002 Construction Completion October 2002 A more detailed schedule is shown on C -2. The ENGINEER shall employ manpower and other resources and use professional skill and diligence to meet the schedule; however, he shall not be responsible for schedule delays resulting from conditions beyond his control. With mutual agreement, the City and the ENGINEER may modify the project schedule during the course of the project and if such modifications affect the ENGINEER's compensation, it shall be modified accordingly, subject to City approval. 3/29/2001 Attachment C AUTHORIZATION PROGRESS AND COMPLETION C -1 Phase!! ATTACHMENT C - SCHEDULE CITY OF ROUND ROCK Rehabilitation Project - Basins BC21, 0C24, & CC35 Otr2, 2001 Otr3, 3001 00 2001 Otr 1,2002 Ok2.2022 PREPARED BY R3N GROUP, NG Mm 42101- na PM 00.22002 Gtr 4,20 o TNr Wm ,pr I May 1 Jun .la 1 Aug 1 Sao on 1 r... 1 o. 1 Fab 1 Mar 1 nw I May 1 Jun Jul 1 AU0 1 13.0 Oct I 2 3 4 6 6 7 6 9 to NOTICE TO PROCEED MM *GEVEM /ADAVNISTRATION TOPOGRAPHIC SURVEY CR Y tY DESIGN SERVICES CRY REVE REV�w FINAL DEVON SERVICES ADVERTISING, BIDDING, AWARD CONTRACT SERVICES /CONSTRUCTION PERIOD substantial Completion Final Completion (' ., 1 . I '1 1 1- - • • Task 1 - ' -I Mlearee Summary Raew UP Task • Pro8ctSummary RA ............................. Pro0reaa • Rolled Up MOWarw0 1 1 Roiled Up Progress 8-2 Attachment D FEE SCHEDULE City of Round Rock Phase II - Wastewater Collection System Rehabilitation Cost Task Description Unit Cost ($) Basic Services Project Administration/Management LS 11,463 Wastewater Line Design LS 84,702 Manhole Rehabilitation Design LS 11.327 Total Basic Services 107,492 Special Services Contract Services LS 20,446 Other Services Survey Actual Cost 37,801 Easements (2 EA) EA 1,500 TNRCC Requirements (In accordance with Scope Item II.B.2) LS 2,156 Subtotal Special Services 61,903. Total Cost Not -to- Exceed 169,395 3/29/2001 Personnel rates are Project Director ($128 /hr), Project Manager /Senior Engineer ($113/hr), Project Engineer ($85/hr), Draftsperson ($65 /hr), Field Manager ($70 /hr), Office/Clerical ($45/hr). D -1 ACOI p� CERTIFICATE OF LIABILITY INSURANCE 03-2 01 FROOucER Mack and Parker, Inc. 55 E. Jackson Blvd. Chicago, IL 60604 (Barbara Fritz 312-279-4618) THIS cu nFCATE IS ISSUED AS A MATTER OF INFORMATION ONL.Y AND CONFERS NO RIOMTS UPON THE CERTIFICATE H ERnFIGTE DOES NoT AMEND. EKTEND OR Aumn THE COVERAGE AFFORDED BY THE POLICIES BELOW. OLDE . THIS C INSURERS AFFORDING COVERAGE INSURED R J N Group, Inc. 200 W. Front Street Wheaton, IL 60187 Attn: Ms. Katrina Genore ) INSUR ERA: Transcontinental Insurance Co. INSURER lit Continental Casualty Company INSURER C: Transportation Insurance Co. INSURER D:Continental Casualty Co. /CNA INSURERS; COVERAGES THE POLICIES Cf INSURANCE USTED BELOW HAVE BEN ISSUED TO THE INSURED NAME) ABOVE FONTHEPOUCYPESCD INDICATED. NOTWITHSTANDING ANY REOJBIT. TERM CR CCNODICN CF ANY CONTRACT CR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PETOAN, THE INSURANCE AFFORDED BY THE POJCES DESCRIBED HERSN IS SJBJECT TO ALL THE TEYAS. localmaysmo CCNDRKNS Cf SUCH PaJOES AGCAMATELPMTSSHPYN MAY HANE BEEN REDUCED (YPAO CLAMS. LTA TYPEOF INSURANCE POLICY NUMBER PO LICY EP I- EDDY E DATUM MJOOYYR POLICY EKPINATION OAT¢IM me O O/YR LIMITS LIABILITY 2025429480 07/01/00 07/01/01 EACHOCCURRENCE 51,000,000 5 5 00,000 A GENERAL iX COMMERCIALGENEiALLIABILITY CLAIMS MADE © OCCUR FIRE DAMAGEIAny cos Rn) MED DP WY m.PAnm) 510,000 51, 000, 000 PERSONAL INJURY GENERAL AGGREGATE 52,000,000 51,000, 000 I ji GEN ' LAGG5 88AT�E LIMIT APPJ ES PER POLICYIAnjEGT IA1 LDp PRODUCTS •COMP/OPAGO A AUTOMOBILEUABILITY L F SCHEDULEDAUTOS ANY AUTO ALLOWNED AUTOS HIRED AUTOS NON -OWNED AUTOS 2025429530 07/01/00 07/01/01 ( CO:B�INEO SINGLE LIMR s1,000,000 BODILY INJURY 5 BODILY INJURY IPSrwd.nll 5 PREPEUTY A MAG E D IPn Pro g 5 ._ GAR AGE LIABILITY ANY AUTO Not Applicable AUTO ONLY- EA ACCIDENT 5 OTHER THAN EA ACC S AUTO ONLY AGG 5 B EJICESSLIABILITY OCCUR ❑ CLAIMS MADE 2025429544 07/01/00 07/01/01 EACH OCCURRENCE s 3,000,000 AGGREGATE s3,000,000 5 X DEDUCTIBLE RETENTION 51000 5 C WORKERSCAMPENSARONANO EMPLOYERS' LIABILITY 2025429513 07/01/00 07/01/01 X ImA Tivi I I p = EL EACH ACCIDENT 5500,000 EL.DISEASE- EA EMPL7YEE 55 00, 000 EL DISEASE- POLICYLIMIT 5 5 00,000 0 OT pro fessional Liability AEA113964122 07/01/00 07/01/01 $1,000,000 Per Claim $1,000,000 Aggregate $10,000 Deductible D ESCRIPRON OF OPERARONS /IOCARONS/V EHICLESIEKCLUSI0NS *005058 ENDORS EM ENT/SPECIAL PROVISIONS The City of Round Rock is named as Additional Insured on the General Liability but solely as respects work being performed and /or supervised by the Named Insured for the Phase II Waste Water Collection Systems Rehabilitation Design Project CERTIFICATE HOLDER 1 I AD MORAL INSURED:INSURER LETTER CANCELLATION City of Round Rock 2008 Enterprise Drive Round Rock, TX 78664 SHOD I. 0 A/NSFPI EA BOVE MDR BEOPDUGESBEGN CELL ED BEFORETNE DmRATI05 warm EREOF, THE ISSUING INSURER WILL ENDEAVOR N MAICUL_wYSWRNTEN NORCETOTHE CERTIFICATE HOLOERNAMEO TO THE LEFT. BUT FAILURE TOOOSOSMALL IM POSE NO OB LIGATION OR LIABILITY OF ANYKINO UPON THEINSURERITS AG ENTSOR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE '' 4 .ITI4 IFAn _ __ dCAT1M1�6RR •w,v.n ,•rye LTnvu PAGE I AcORD25•S(1I97)1 of 2 #549056/M3829 G -1 $ACIIFAX 0121/1Q1 1010A MACK AN QNARK{:R. INC IMPORTANT If the certificate hdder is an ADDITIONAL INSURED, the policy(Ies) must be endorsed. A statement on this certificate does not confer rights tothe certificate holder in lieu of suds endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder n lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of thisform does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afarded blithe pd'cieslistedthereon. Aco4D25- s(7197)2 of 2 #S49056/M38296 G -2 DATE: April 20, 2001 SUBJECT: City Council Meeting — April 26, 2001 ITEM: * 14.E.1. Consider a resolution authorizing the Mayor to execute a Contract for Engineering Services with RJN Group, Inc. for professional engineering services to design the 2001 Wastewater Collection System Rehabilitation Project. The total fee for these professional services is $169,395.00. Resource: Jim Nuse, Public Works Director Don Rundell, Senior Engineer History: RJN Group, Inc. was retained by the City of Round Rock to conduct a multi-year I &I Reduction Plan. Phase I was completed in August 1998. It included flow monitoring, manhole inspection, and hydraulic modeling of the City's wastewater collection system. Sponsor: " N/A Phase H was an I &I Evaluation Study for Basins BC21, 0C24, and CC35. The scope of services consisted of intensive survey activities including manhole inspection, smoke testing, dyed water flooding, and intemal television inspection, completed July 2000. A recommended plan to reduce I &I during a 5 -year storm event was prepared that include I &I elimination and maintenance repairs within the three (3) basins shown, above. These recommendations are reflected in this project, which consists of developing construction plans for approximately 10,800 linear feet of wastewater main replacement, 13 point repairs and repair of 305 manholes. Approximately 0.41 mgd of infiltration will be eliminated with the completion of this project. The estimated construction cost is $1,476,772.00. Funding: Cost: $169,395.00 Source of funds: Wastewater Utility Fund Outside Resources: RJN Group, Inc. Impact: Elimination of these defects will reduce the I &I entering the system, thereby reducing the City's treatment cost to the Lower Colorado River Authority (LCRA) and Brazos River Authority (BRA). Most importantly we are required under TNRCC, Chapter 2I3- Edwards Aquifer Rules to inspect and test all wastewater collection systems every five -year. The rule provide a maximum of one year to correct any defects found. However, all leaks must be immediately contained to prevent any discharge to water in the state or Edwards Aquifer whether necessary repairs have been completed or not. Benefit: This is a start toward complying with TNRCC rules and these efforts will help to keep our wastewater treatment cost down. However, it should be noted that the City of Round Rock will need to dedicate several million dollars annually to maintain the integrity of our system and comply with current laws. Public Comment: N/A Mayor Robert A. Stluka, Jr Mayor Pro-tem Tom Nielson Council Members Man McGraw Carrie Pitt Earl Palmer Isabel Callahan Gary Coe City Manager RobertL Bennett, Jr. City Attorney Stephan L. Sheets August 15, 2001 Mr. Hugh M. Kelso Regional Vice President RJN Group, Inc. 7801 N. Lamar Blvd. Suite F -5 Austin, TX 78752 Dear Mr. Kelso: The Round Rock City Council approved Resolution No. R- 01- 04 -26- 14E1 at their regularly scheduled meeting on April, 26 2001. This resolution approves a contract for engineering services for the design of the 2001 Wastewater Collection System Rehabilitation Project. Enclosed is a copy of the resolution and original contract for your files. If you have any questions, please do not hesitate to contact Jim Nuse at 218 -5555. Sincerely, OjulatkulYt Christine Martinez Assistant City Secretary Enclosures Fax 512- 218 -7097 1-800-735-2989 TDD 1-800-735-2988 Voice www.ci.round- rock.tx.us 221 East Main Street Round Rock, Texas 78664 512- 218 -5400