R-01-11-08-14D2 - 11/8/2001RESOLUTION NO. R- 01- 11- 08 -14D2
WHEREAS, the City of Round Rock desires to retain engineering
services for the 2001 -2002 Wastewater Collection System Inspection
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
the 2001 -2002 Wastewater Collection System Inspection Project, a copy of
said contract being attached hereto as Exhibit "A" and incorporated herein
for all purposes.
The City Council hereby finds and declares that written notice of
the date, hour, place and subject of the meeting at which this
Resolution was adopted was posted and that such meeting was open to the
public as required by law at all times during which this Resolution and
the subject matter hereof were discussed, considered and formally acted
upon, all as required by the Open Meetings Act, Chapter 551, Texas
Government Code, as amended.
RESOLVED this 8th day of November 9 01.
CHRISTINE R. MARTINEZ, City Secrkary
oDMA \wo \O AWOOx \ \xnioenz.WPD /
0
A. STLUKA, ., Mayor
City of Round Rock, Texas
STATE OF TEXAS §
COUNTY OF WILLIAMSON §
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
RR ENG CN7RC 2001 -rev 11 -01-01
WITNESSETH
WHEREAS, the City desires to contract for engineering services described as follows:
2001 - 2002 Wastewater Collection System
Basin OC 31 -Z and CC36 -Z
AGREEMENT
Contract No.
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 13 - Services to be Provided by the Engineer, attached hereto and made a
part of this Contract.
Page 1 of 11
EXHIBIT
1 nAn
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 definite 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.
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
$248,149.00 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.
RR ENG CNTRC 2001
Page 2 of 11
RR ENGCNCRC 2001 (1)
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.
ARTICLE 7
PROGRESS
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:
Page 3 of 11
(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 finds 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.
RR ENGCNTRC2001 (1)
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.
ARTICLE 11
SUPPLEMENTAL AGREEMENTS
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.
RR ENGCMRC 2001 (1)
ARTICLE 12
OWNERSHIP OF DOCUMENTS
All data, basic sketches, charts, calculations, plans, specifications, and other documents
created or collected under the terms of this Contract are the exclusive property of the City and
shall be fumished 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.
ARTICLE 13
PERSONNEL, EQUIPMENT AND MATERIAL
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.
The Provider may not change the Project Manager without prior consent of the City.
Page 5 of 11
ARTICLE 14
SUBCONTRACTING
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.
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.
The Contract may be terminated before the stated termination date by any of the following
conditions.
RR ENG CNIRC 2001 (1)
ARTICLE 18
TERMINATION
(1) By mutual agreement and consent, in writing of both parties.
(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.
Page 6 of 11
(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.
RRENG CNCRC 2001 (1)
ARTICLE 19
COMPLIANCE WITH LAWS
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 fumish the City with satisfactory proof of its compliance therewith.
Page 7 of 11
RR ENGCNPRC2001 (1)
ARTICLE 20
INDEMNIFICATION
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.
ARTICLE 21
ENGINEER'S RESPONSIBILITY
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.
ARTICLE 22
ENGINEER'S SEAL
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.
ARTICLE 23
NONCOLLUSION
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.
ARTICLE 24
INSURANCE
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.
Page 8 of 11
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.
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.
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.
RR ENGCNIBC 2001 (1)
ARTICLE 27
COPYRIGHTS
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.
ARTICLE 29
SUCCESSORS AND ASSIGNS
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.
Page 9 of 11
ARTICLE 30
SEVERABILITY
In the event any one or more of the provisions contained in this Contract shall for any
reason, be held to be invalid, illegal, or unenforceable in any respect, 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.
with copy to:
Stephan L. Sheets
City Attorney
309 E. Main St.
Round Rock, Texas 78664
RR ENG CNCRC 2001 (1)
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:
Sigttture
RR ENG CNTRC 2001
Hugh M. Kelso
Printed Name
Regional Vice President
Title
If I
Date
City of Round Rock
By:
Robert A. Stluka, Jr., Mayor
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
The City of Round Rock will furnish to the Engineer the following items/information:
1. Water Hydrant Meter at no charge.
2. Water for dye flooding / cleaning at no charge.
3. Assistance in gaining access to manholes and cleanouts.
RR ENG CNTRC 2001 (1 )
A -1
PART I - FIELD INVESTIGATION ACTIVITIES
L Project Administration and Management:
A. Project Administration:
Mobilize project team and prepare equipment for field testing.
Meet with CITY staff on a periodic basis, to update previous investigative work, to
coordinate upcoming work, and to receive any input from staff. Meetings will be
held at significant project milestones with written documentation of each meeting
provided. A total of six (6) meetings are anticipated.
Perform general consultation with appointed CITY representative on an as- needed
basis. Provide general overview opportunities for CITY personnel for observing
regularly scheduled field inspection and testing activities.
Administer subcontracts for services to include closed - circuit television inspection.
Perform ENGINEER's internal project control procedures on a monthly basis
including schedule and budget control, quality control review, and monthly progress
reports.
B. Data Management:
1. All forms used in the field will be scanned and the scanned information will be
verified through quality control measures.
Attachment B - Scope of Engineering Services
2001— 2002 Wastewater Collection System
Basins 0C31 -Z and CC36 -Z
2. Provide all information collected during the field inspection in electronic format
(ACCESS Database formatted for ArcView) and hard copy format. All
photographs taken during the field activities will be tied to the field data using
the access structure number or line segment designation. Quality control will be
performed on all data collected.
C. Public Relations:
ENGINEER will prepare and deliver notices necessary for the performance of smoke
testing. Every reasonable effort will be made to distribute notices two (2) days prior
to smoke testing, however, the CITY will allow the ENGINEER to distribute notices
up to a minimum of one day in advance of smoke testing.
SCOPE B(1)
11 /01 /01
ENGINEER may distribute notices up to a maximum of seven (7) days prior to
smoke testing. If conditions do not allow smoke testing to be performed during this
period, ENGINEER will redistribute notices. If redistribution of smoke notices is
required, testing may be performed within one (1) day of noticing.
The Fire Department and Public Works Department will be notified daily of smoke
test locations. The Engineer will also assist the City by providing articles to be
printed in local newspapers to inform the public of testing activities.
II. Field Survey Reconnaissance:
A. Manhole/Visual Pipe Inspection:
1. Perform comprehensive above ground inspection of all manholes and cleanouts
not previously inspected or constructed within the last three years. All
subsurface components from the frame seal, walls, cleanout risers, and bench
are inspected. The rim to invert dimension for the outgoing pipe in each
inspected manhole will be measured from above ground. (1,900 structures are
assumed in the cost proposal)
The ENGINEER shall notify the CITY of any inaccessible or unlocated
manholes. The ENGINEER shall commit a minimum of 15 minutes to
searching for manholes in order for the manhole inspection to be counted for
payment. Once the CITY has located or provided access to these manholes
within 60 days of notification, the ENGINEER will complete all necessary
inspections at no additional cost to the CITY.
B. Sanitary Sewer Mapping:
1. Make correction to the Phase I map as differences are found during scheduled
field survey activities. Provide the corrections to the CITY in both electronic
format and hard copy format. The same format will be used as used in the
Phase I Study.
2. The final digital file will be plotted at a legible scale, and the color plot and an
electronic copy of the digital file will be provided to the CITY in the same
format as used in Phase I.
C. Rainfall Simulation:
Rainfall simulation activities will be performed in Basins 0C31 -Z, and CC36 -Z only
during this study.
This task will specifically identify sections of sewer lines and sources where excessive
infiltration and inflow may be expected to occur during wet - weather periods including
SCOPE B(2)
11101/01
locations of stormwater transfer into the sanitary sewer system. Work will include
smoke testing and, if approved by CITY, dyed water flooding using comprehensive
testing techniques developed by ENGINEER for such studies.
A dual blower intensified smoke technique will be utilized to test sewer lines in the
selected basins. This enhanced method uses two smoke blowers for each test
segment instead of the conventional technique of one blower, and partial plugging of
the segment. The objective is to identify connections from typical sources such as
catch basins, roof leaders, yard drains, area drains, and detectable main line and
lateral defects. Smoke testing will be performed only during dry periods to
maximize the effectiveness of the smoke testing program.
If approved by City, inflow sources will also be identified by means of dyed water
flooding of storm sewer sections, stream sections, ditch sections, and ponding areas
that may be contributing to inflow. The test areas will be based on results of the
ENGINEER's smoke testing program. Positive dye tests are quantified for leakage
rate. Field test data are input to the computerized data management system and
analyzed. A water meter and water for dyed water flooding will be provided by
CITY at no charge to ENGINEER.
Specific tasks to be included are the following
• Perform dual blower smoke testing with partial plugging on adjacent manholes,
secure photographs of defects, and record results on computerized data form.
A total of 65,220 linear feet is anticipated in Basins 0C31 -Z and CC36 -Z.
• Perform computerize analysis of smoke testing data and select dyed water
flooding locations and estimate quantity.
• Prepare dyed water testing justification report and submit to City for approval.
• Perform dyed water flooding at selected locations and record data on
computerized data forms and perform computerized analysis of data.
(12 locations are anticipated.)
D. Interim Report /Cleaning and Internal Television (TV) Inspection:
1. Perform analysis of field investigations for TV inspection recommendations.
Prepare a letter report summarizing the justification and location of sewers to be
TV inspected with concurrent dyed water flooding. Submit and discuss the
report with the CITY.
2. Perform cleaning and internal TV inspection of selected sewer lines and record
findings. Sanitary sewer lines will be lightly cleaned in order to view the
condition of the pipe. Light cleaning is defined as up to three passes in each
sewer segment selected for television inspection. During cleaning operations,
SCOPE B(3)
11/01/01
III. Analysis and Report:
all sludge, debris, etc. shall be removed from the sewer and disposed of
properly. Concurrent dyed water flooding will be performed with TV
inspection to verify locations of inflow defects. (3,200 linear feet is anticipated.)
This part of the project includes performing an engineering analysis of field survey data
and developing recommendations for I/1 source repairs and structural repairs in
accordance with current TNRCC Regulations governing sewers in the Edwards Recharge
Zone. A description of field investigations, engineering analysis, and recommended
action to repair the sewer system will be included in the report.
A. Flow Balancing:
1. Compare monitored and source flows by basin using Phase I flow monitoring
results and computerized listing of quantified defect flows from field activities.
2. Perform balancing of recorded flows and source flows based on evaluation of
identified I/I flow rates and unaccounted remaining flow by basin.
B. Data and Cost Analysis:
1. Develop rehabilitation and improvement costs for various types of
infiltration/inflow defect repairs and sewer improvements including, but not
limited to:
a. Main Replacement
b. Point Repair
c. Inversion Lining
d. Expansion Lining
e. Manhole Rehabilitation
f. Manhole Replacement
2. Perform analysis for an infiltration and inflow rehabilitation plan based on data
collected during field investigations. The rehabilitation plan will include all
defective manholes identified in this study and pipeline rehabilitation for the
area included in the 2001 -2002 study area smoke testing and television
inspection activities. Also included will be any private sector rehabilitation
identified during the smoke testing activities. The rehabilitation plan will
include a list of defects, preliminary repair method, estimated rehabilitation
cost, and estimated I/I reduction. Final engineering design is not included.
3. Prepare and submit three (3) copies of a draft report which includes results of the
field investigations, findings, cost estimates, and recommended plan to reduce
I/I. The draft report will be presented and discussed with CITY staff. After
comments are received, a final report will be prepared and submitted to the
CITY. ENGINEER will provide five (5) copies of the final report.
SCOPE 13(4)
11 /01 /01
It is anticipated that one project report will be prepared that will include the results of
the manhole inspection, smoke testing, and Part I and Part II television inspection
activities. The project report will also include recommendations and estimated
construction cost for repair of all defects identified during the study. A separate
appendix for the manhole inspection results and the internal television inspection will
be provided as part of the project report. The appendices will generally be the same
as previously provided to the City and will be used to document compliance with the
TNRCC Edwards Aquifer regulations.
IV. Project Deliverables:
The ENGINEER shall compile all findings, reports and field cataloging into a hard copy
form and computer form. The ENGINEER shall deliver to the CITY, as outlined in the
Scope of Work, all information pertaining to the investigation and final analysis of the
project. Computer data shall be formatted to be compatible with MS Windows software
products coordinated with the CITY prior to delivery. Mapping information will be
provided to the CITY in the same format (ArcView) as provided to the ENGINEER at
project initiation.
All documentation and reports shall be delivered as outlined above and herein to be
accessed with MS Windows, Word, Excel, and Access (Specific versions will be
coordinated with CITY prior to delivery.). Graphical/Mapping computer data shall be
compatible with the format developed during the Phase I Study by RJN.
PART II — SANITARY SEWER LINE CLEANING AND TV INSPECTION PROGRAM
The scope of services consists of sewer line cleaning and television inspection
program in the City of Round Rock. The program is being performed to meet the
requirements of the TNRCC's rules concerning the Edwards Aquifer and sanitary sewer
systems. This part includes the cleaning, television inspection, and report of findings of
all public sector, 6 -inch diameter and larger sewer lines located in Basins 0C31 -Z and
CC36 -Z (approximately 65,220 if).
A. Project Administration
Provide a management program for cleaning and TV inspection for all main sewer
segments 6 -inch diameter and larger in Basins 0031 -Z and CC36 -Z.
B. Contract Documents
1. Using ENGINEER' s basic specifications, prepare special Contract Documents
for bidding a cleaning and TV inspection contract
2. Submit two (2) copies of the draft specifications to the CITY for review.
SCOPE B(5)
11 /01 /01
3. Perform final changes to Contract Documents.
4. Provide a maximum of twenty (20) sets of contract documents for bidding
purposes. Prepare and distribute contracts and addendums.
C. Bidding Assistance
1. Advertise, obtain, and evaluating Bid Proposals for the cleaning and TV
contract and awarding thereof. Respond to bidder inquires during advertisement
of the Contract and conduct a project pre -bid conference.
2. Review the bids for completeness and accuracy. Develop bid tabulations and
meet with City to review recommendation of Contract Award. 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.
3. Conducting a pre - construction conference with the City and Contractor and
answer questions at the conference. Provide minutes of the meeting.
D. Field Observation
1. Provide periodic observation of the Contractor during the cleaning and TV
inspection. It is not anticipated that observation will be on a full -time basis.
2. Review periodic payment requests from Contractor and make recommendations
for payment.
3. Issue field orders to Contractor after consultation with the CITY. Review any
change orders proposed by the Contractor with the CITY.
4. Review information (logs, tapes, CDs) provided by Contractor to verify the
project is complete.
ENGINEER is not responsible for the means or sequences of the work or the
implementation program for safety of the contractor and subcontractors and will be
stipulated as such in the contract documents.
E. Report
1. Review TV inspection logs and tapes and prepare recommendations for repair of
identified defects to comply with TNRCC regulations concerning the Edwards
Acquifer.
SCOPE B(6)
11/01 /01
A. Budgetary Amount
Attachment D - Fee Schedule
Compensation to the ENGINEER for "Basic Engineering Services" shall be made as
follows:
Compensation for Basic Services provided under Attachment B: "Scope of
Engineering Services" shall be in accordance with the methods in this attachment
and the specific amounts as set forth herein.
Compensation for the Basic Engineering Services shall be on the basis of a
combination of unit costs and lump sum costs.
A budgetary amount for the Basic Services set forth in Attachment B: "Scope of
Engineering Services" is hereby estimated below. It is also understood that the
cost budgets are based upon ENGINEER'S best estimate of work and level of
effort required for the proposed scope of services. As the project progresses, it is
possible that the level of effort and/or scope may differ up or down from that
assumed. If there are no scope changes, the ENGINEER shall receive the full
amount shown below. If at any time during the project it appears that the cost
may be exceeded, the ENGINEER will notify the CITY as soon as possible in
writing.
B. Cost Break Down
TASK DESCRIPTION UNIT UNIT ESTIMATED TOTAL
COST QUATITIES COST
(s) ($)
Part I
Mobilization and Project LS 21,184 1 15,056
Administration
Data Management Program LS 12,824 1 9,618
Public Relations LS 2,695 1 2,695
ManholeNisual Pipe Inspection EA 61.28 1,900 116,432
Sewer System Mapping LS 3,050 1 3050
Smoke Testing LF 0.36 65,220 23,479
Dyed Water Flooding EA 350.00 12 4,200
Cleaning/TV Inspection/ LF 3.25 3,200 10,400
TV Justification Report
Flow Balancing LS 2,465 1 2,465
Final Data Analysis LS 20,668 1 20,668
Draft/Final Reports LS 18,176 1 18,176
SUBTOTAL 226,239
Part II
I. Sewer Line Cleaning and
CCTV Inspection Program
A. Project Administration LS 1,500 1 1,500
B. Prepare Contract Documents LS 7,940 1 7,940
C. Bidding Assistance LS 3,750 1 3,750
D. TV Observation/Tape LS 8,720 1 8,720
Review /Repair Determination
SUBTOTAL 21.910
TOTAL 248,149
D(1)
DATE: November 2, 2001
SUBJECT: City Council Meeting — November 8, 2001
ITEM: 14.D.2. Consider a resolution authorizing the Mayor to execute a Contract
for Engineering Services with RJN Group, Inc. for the 2001 -2002
Wastewater Collection System Inspection Project. The total fee for
these professional services is $248,149.00.
Resource: Jim Nuse, Director of Public Works
Don Rundell, Chief Utility 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. Phase II was completed in
July 2000. The require rehabilitation of wastewater lines and manholes identified
under Phases I & II are scheduled to be completed by the end of 2002.
This project is to provide cleaning, testing, mapping, inspection, analysis, and reports
on 1900 manholes, 122,000 linear feet of our wastewater collection system in three
(3) basins within the Edwards Aquifer Recharge Zone.
Funding:
Cost: $248,149.00
Source of funds: Wastewater Utility Fund
Outside Resources: RJN Group, Inc.
Impact/Beneft: 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).
Public Comment: N/A
Sponsor: N/A
Most importantly we are required under TNRCC, Chapter 213 - Edwards
Aquifer Rules to inspect and test all wastewater collection systems every five -
year. The rule provides 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.
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 would need to dedicate several million dollars
annually to comply with current laws.
STATE OF TEXAS
COUNTY OF WILLIAMSON
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.
RR ENG CN7RC 2001 -rev 11 -01 -01
WITNESSETH
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 - 2002 Wastewater Collection System
Basin OC 31 -Z and CC36 -Z
AGREEMENT
Contract No.
ORIGINAL
k- of-ii-o8- /yoz
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 definite 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.
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
$248,149.00 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.
RR ENG CNTRC 2001
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:
RRENG CNTRC 2001 (1)
ARTICLE 7
PROGRESS
Page 3 of 11
(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 finds 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.
RR ENGCNIRC 2001 (1)
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.
ARTICLE 13
PERSONNEL, EQUIPMENT AND MATERIAL
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.
The Provider may not change the Project Manager without prior consent of the City.
RRENGCNIRC2001 (1)
ARTICLE 11
SUPPLEMENTAL AGREEMENTS
ARTICLE 12
OWNERSHIP OF DOCUMENTS
Page 5 of 11
RR ENGCN RC 21301 (1)
ARTICLE 14
SUBCONTRACTING
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.
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.
(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.
Page 6 of 11
(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.
ARTICLE 19
COMPLIANCE WITII LAWS
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.
RRENGCNrRC 2001 (1)
Page 7 of 11
ARTICLE 20
INDEMNIFICATION
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.
ARTICLE 21
ENGINEER'S RESPONSIBILITY
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.
ARTICLE 22
ENGINEER'S SEAL
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.
RRENG CNTRC 2001 (1)
ARTICLE 23
NONCOLLUSION
ARTICLE 24
INSURANCE
Page 8 of 11
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.
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.
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.
RR ENGCNFRC 2001(1)
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.
with copy to:
Stephan L. Sheets
City Attorney
309 E. Main St.
Round Rock, Texas 78664
RR ENGCN,RC 2001 (1)
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 RIN 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: Nr
Si
RR ENG CNTRC 2001
fri
Hugh M. Kelso
Printed Name
Regional Vice President
Title /
/// //PI
Date
City ' Rock
rt A. Stluka, Jr., Ma
LIST OF ATTACHMENTS
ARTICLE 33
SIGNATORY WARRANTY
r
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
The City of Round Rock will furnish to the Engineer the following items /information:
1. Water Hydrant Meter at no charge.
2. Water for dye flooding / cleaning at no charge.
3. Assistance in gaining access to manholes and cleanouts.
RR ENG CNTRC 2001 (1)
A -1
PART I - FIELD INVESTIGATION ACTIVITIES
I. Project Administration and Management:
A. Project Administration:
Mobilize project team and prepare equipment for field testing.
Attachment B - Scope of Engineering Services
2001 - 2002 Wastewater Collection System
Basins 0C31 -Z and CC36 -Z
Meet with CITY staff on a periodic basis, to update previous investigative work, to
coordinate upcoming work, and to receive any input from staff. Meetings will be
held at significant project milestones with written documentation of each meeting
provided. A total of six (6) meetings are anticipated.
Perform general consultation with appointed CITY representative on an as- needed
basis. Provide general overview opportunities for CITY personnel for observing
regularly scheduled field inspection and testing activities.
Administer subcontracts for services to include closed - circuit television inspection.
Perform ENGINEER's internal project control procedures on a monthly basis
including schedule and budget control, quality control review, and monthly progress
reports.
B. Data Management:
1. All forms used in the field will be scanned and the scanned information will be
verified through quality control measures.
2. Provide all information collected during the field inspection in electronic format
(ACCESS Database formatted for ArcView) and hard copy format. All
photographs taken during the field activities will be tied to the field data using
the access structure number or line segment designation. Quality control will be
performed on all data collected.
C. Public Relations:
ENGINEER will prepare and deliver notices necessary for the performance of smoke
testing. Every reasonable effort will be made to distribute notices two (2) days prior
to smoke testing, however, the CITY will allow the ENGINEER to distribute notices
up to a minimum of one day in advance of smoke testing.
SCOPE B(1)
11/01/01
ENGINEER may distribute notices up to a maximum of seven (7) days prior to
smoke testing. If conditions do not allow smoke testing to be performed during this
period, ENGINEER will redistribute notices. If redistribution of smoke notices is
required, testing may be performed within one (1) day of noticing.
The Fire Department and Public Works Department will be notified daily of smoke
test locations. The Engineer will also assist the City by providing articles to be
printed in local newspapers to inform the public of testing activities.
II. Field Survey Reconnaissance:
A. Manhole/Visual Pipe Inspection:
1. Perform comprehensive above ground inspection of all manholes and cleanouts
not previously inspected or constructed within the last three years. All
subsurface components from the frame seal, walls, cleanout risers, and bench
are inspected. The rim to invert dimension for the outgoing pipe in each
inspected manhole will be measured from above ground. (1,900 structures are
assumed in the cost proposal)
The ENGINEER shall notify the CITY of any inaccessible or unlocated
manholes. The ENGINEER shall commit a minimum of 15 minutes to
searching for manholes in order for the manhole inspection to be counted for
payment. Once the CITY has located or provided access to these manholes
within 60 days of notification, the ENGINEER will complete all necessary
inspections at no additional cost to the CITY.
B. Sanitary Sewer Mapping:
1. Make correction to the Phase I map as differences are found during scheduled
field survey activities. Provide the corrections to the CITY in both electronic
format and hard copy format. The same format will be used as used in the
Phase I Study.
2. The final digital file will be plotted at a legible scale, and the color plot and an
electronic copy of the digital file will be provided to the CITY in the same
format as used in Phase I.
C. Rainfall Simulation:
Rainfall simulation activities will be performed in Basins 0C31 -Z, and CC36 -Z only
during this study.
This task will specifically identify sections of sewer lines and sources where excessive
infiltration and inflow may be expected to occur during wet - weather periods including
SCOPE B(2)
11/01/01
locations of stormwater transfer into the sanitary sewer system. Work will include
smoke testing and, if approved by CITY, dyed water flooding using comprehensive
testing techniques developed by ENGINEER for such studies.
A dual blower intensified smoke technique will be utilized to test sewer lines in the
selected basins. This enhanced method uses two smoke blowers for each test
segment instead of the conventional technique of one blower, and partial plugging of
the segment. The objective is to identify connections from typical sources such as
catch basins, roof leaders, yard drains, area drains, and detectable main line and
lateral defects. Smoke testing will be performed only during dry periods to
maximize the effectiveness of the smoke testing program.
If approved by City, inflow sources will also be identified by means of dyed water
flooding of storm sewer sections, stream sections, ditch sections, and ponding areas
that may be contributing to inflow. The test areas will be based on results of the
ENGINEER'S smoke testing program. Positive dye tests are quantified for leakage
rate. Field test data are input to the computerized data management system and
analyzed. A water meter and water for dyed water flooding will be provided by
CITY at no charge to ENGINEER.
Specific tasks to be included are the following;
• Perform dual blower smoke testing with partial plugging on adjacent manholes,
secure photographs of defects, and record results on computerized data form.
A total of 65,220 linear feet is anticipated in Basins 0C31 -Z and CC36 -Z.
• Perform computerize analysis of smoke testing data and select dyed water
flooding locations and estimate quantity.
• Prepare dyed water testing justification report and submit to City for approval.
• Perform dyed water flooding at selected locations and record data on
computerized data forms and perform computerized analysis of data.
(12 locations are anticipated.)
D. Interim Report /Cleaning and Internal Television (TV) Inspection:
1. Perform analysis of field investigations for TV inspection recommendations.
Prepare a letter report summarizing the justification and location of sewers to be
TV inspected with concurrent dyed water flooding. Submit and discuss the
report with the CITY.
2. Perform cleaning and internal TV inspection of selected sewer lines and record
findings. Sanitary sewer lines will be lightly cleaned in order to view the
condition of the pipe. Light cleaning is defined as up to three passes in each
sewer segment selected for television inspection. During cleaning operations,
SCOPE B(3)
11/01 /01
III. Analysis and Report:
all sludge, debris, etc. shall be removed from the sewer and disposed of
properly. Concurrent dyed water flooding will be performed with TV
inspection to verify locations of inflow defects. (3,200 linear feet is anticipated.)
This part of the project includes performing an engineering analysis of field survey data
and developing recommendations for I/I source repairs and structural repairs in
accordance with current TNRCC Regulations governing sewers in the Edwards Recharge
Zone. A description of field investigations, engineering analysis, and recommended
action to repair the sewer system will be included in the report.
A. Flow Balancing:
1. Compare monitored and source flows by basin using Phase I flow monitoring
results and computerized listing of quantified defect flows from field activities.
2. Perform balancing of recorded flows and source flows based on evaluation of
identified I/I flow rates and unaccounted remaining flow by basin.
B. Data and Cost Analysis:
1. Develop rehabilitation and improvement costs for various types of
infiltration/inflow defect repairs and sewer improvements including, but not
limited to:
a. Main Replacement
b. Point Repair
c. Inversion Lining
d. Expansion Lining
e. Manhole Rehabilitation
f. Manhole Replacement
2. Perform analysis for an infiltration and inflow rehabilitation plan based on data
collected during field investigations. The rehabilitation plan will include all
defective manholes identified in this study and pipeline rehabilitation for the
area included in the 2001 -2002 study area smoke testing and television
inspection activities. Also included will be any private sector rehabilitation
identified during the smoke testing activities. The rehabilitation plan will
include a list of defects, preliminary repair method, estimated rehabilitation
cost, and estimated I/I reduction. Final engineering design is not included.
3. Prepare and submit three (3) copies of a draft report which includes results of the
field investigations, findings, cost estimates, and recommended plan to reduce
I /I. The draft report will be presented and discussed with CITY staff. After
comments are received, a final report will be prepared and submitted to the
CITY. ENGINEER will provide five (5) copies of the final report.
SCOPE B(4)
11 /01/01
It is anticipated that one project report will be prepared that will include the results of
the manhole inspection, smoke testing, and Part I and Part II television inspection
activities. The project report will also include recommendations and estimated
construction cost for repair of all defects identified during the study. A separate
appendix for the manhole inspection results and the internal television inspection will
be provided as part of the project report. The appendices will generally be the same
as previously provided to the City and will be used to document compliance with the
TNRCC Edwards Aquifer regulations.
IV. Project Deliverables:
The ENGINEER shall compile all findings, reports and field cataloging into a hard copy
form and computer form. The ENGINEER shall deliver to the CITY, as outlined in the
Scope of Work, all information pertaining to the investigation and final analysis of the
project. Computer data shall be formatted to be compatible with MS Windows software
products coordinated with the CITY prior to delivery. Mapping information will be
provided to the CITY in the same format (ArcView) as provided to the ENGINEER at
project initiation.
All documentation and reports shall be delivered as outlined above and herein to be
accessed with MS Windows, Word, Excel, and Access (Specific versions will be
coordinated with CITY prior to delivery.). Graphical /Mapping computer data shall be
compatible with the format developed during the Phase I Study by RJN.
PART II — SANITARY SEWER LINE CLEANING AND TV INSPECTION PROGRAM
The scope of services consists of sewer line cleaning and television inspection
program in the City of Round Rock. The program is being performed to meet the
requirements of the TNRCC's rules concerning the Edwards Aquifer and sanitary sewer
systems. This part includes the cleaning, television inspection, and report of findings of
all public sector, 6 -inch diameter and larger sewer lines located in Basins 0C31 -Z and
CC36 -Z (approximately 65,220 10.
A. Project Administration
Provide a management program for cleaning and TV inspection for all main sewer
segments 6 -inch diameter and larger in Basins 0C31 -Z and CC36 -Z.
B. Contract Documents
1. Using ENGINEER's basic specifications, prepare special Contract Documents
for bidding a cleaning and TV inspection contract
2. Submit two (2) copies of the draft specifications to the CITY for review.
SCOPE B(5)
11/01/01
3. Perform Final changes to Contract Documents.
4. Provide a maximum of twenty (20) sets of contract documents for bidding
purposes. Prepare and distribute contracts and addendums.
C. Bidding Assistance
1. Advertise, obtain, and evaluating Bid Proposals for the cleaning and TV
contract and awarding thereof. Respond to bidder inquires during advertisement
of the Contract and conduct a project pre -bid conference.
2. Review the bids for completeness and accuracy. Develop bid tabulations and
meet with City to review recommendation of Contract Award. 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.
3. Conducting a pre - construction conference with the City and Contractor and
answer questions at the conference. Provide minutes of the meeting.
D. Field Observation
1. Provide periodic observation of the Contractor during the cleaning and TV
inspection. It is not anticipated that observation will be on a full -time basis.
2. Review periodic payment requests from Contractor and make recommendations
for payment.
3. Issue field orders to Contractor after consultation with the CITY. Review any
change orders proposed by the Contractor with the CITY.
4. Review information (logs, tapes, CDs) provided by Contractor to verify the
project is complete.
ENGINEER is not responsible for the means or sequences of the work or the
implementation program for safety of the contractor and subcontractors and will be
stipulated as such in the contract documents.
E. Report
1. Review TV inspection logs and tapes and prepare recommendations for repair of
identified defects to comply with TNRCC regulations concerning the Edwards
Acquifer.
SCOPE B(6)
11/01/01
Compensation to the ENGINEER for "Basic Engineering Services" shall be made as
follows:
Attachment D - Fee Schedule
Compensation for Basic Services provided under Attachment B: "Scope of
Engineering Services" shall be in accordance with the methods in this attachment
and the specific amounts as set forth herein.
Compensation for the Basic Engineering Services shall be on the basis of a
combination of unit costs and lump sum costs.
A. Budgetary Amount
A budgetary amount for the Basic Services set forth in Attachment B: "Scope of
Engineering Services" is hereby estimated below. It is also understood that the
cost budgets are based upon ENGINEER's best estimate of work and level of
effort required for the proposed scope of services. As the project progresses, it is
possible that the level of effort and/or scope may differ up or down from that
assumed. If there are no scope changes, the ENGINEER shall receive the full
amount shown below. If at any time during the project it appears that the cost
may be exceeded, the ENGINEER will notify the CITY as soon as possible in
writing.
B. Cost Break Down
TASK DESCRIPTION UNIT UNIT ESTIMATED TOTAL
COST QUATITIES COST
(a) ($)
Part 1
Mobilization and Project LS 21,184 1 15,056
Administration
Data Management Program LS 12,824 1 9,618
Public Relations LS 2,685 1 2,695
ManholeNisual Pipe Inspection EA 61.28 1,900 116,432
Sewer System Mapping LS 3,050 1 3050
Smoke Testing LF 0.36 65,220 23,479
Dyed Water Flooding EA 350.00 12 4,200
Cleaning/TV Inspection/ LF 3.25 3,200 10,400
TV Justification Report
Flow Balancing LS 2,465 1 2,465
Final Data Analysis LS 20,668 1 20,668
Draft/Final Reports LS 18,176 1 18,176
SUBTOTAL 226,239
Part II
I. Sewer Line Cleaning and
CCTV Inspection Program
A. Project Administration LS 1,500 1 1,500
B. Prepare Contract Documents LS 7,940 1 7,940
C. Bidding Assistance LS 3,750 1 3,750
D. TV Observation/Tape LS 8,720 1 8.720
Review /Repair Determination
SUBTOTAL 2•1
TOTAL 248,149
D(1)
tt tlNNi
A( CITY OF ROUND ROCK
% aieeA t t
Mayor
Robert A. Stlaka, Jr
Mayor Pro -tem
Tom Nielson
Coundl Members
Alan McGraw
Carrie Pitt
Earl Palmer
Isabel Galiahan
Gary Coe
City Manager
Robert L Sennett, Jr
City Attorney
Stephan L Sheets
February 14, 2002
Mr. Hugh M. Kelso
Regional Vice President
RJN Group, Inc.
12160 Abrams Road, Suite 206
Dallas, TX 75243
Dear Mr. Kelso:
221 Fast Main Street
Round Rock, Texas 78664
512 - 218 -5400
The Round Rock City Council approved Resolution No. R- 01- 11 -08-
14D2 at their regularly scheduled meeting on November 8, 2001. This
resolution approves the contract to provide engineering services for the
2001 -2002 Wastewater Collection System Inspection Project.
Enclosed is a copy of the resolution and agreement for your files. If you
have any questions, please do not hesitate to contact Jim Nuse at 218-
5555.
ncerely, n y ,
afi,2
Christine R. Martinez
City Secretary
Enclosures
Fax: 512 -218 -7097
1 -800- 735 -2989 TDD 1- 800 -735 -2988 Voice
www.ci.round-rock.tx_us