R-87-1015 - 6/25/1987TEXAS
ATTEST:
2a/n/rub C cvneoU
Jp�NNE LAND, City Secretary
RESOLUTION NO. /2/57
WHEREAS, the City Council has determined that it would be
beneficial to the City to conduct I & I evaluation of the Sewer
System of the City of Round Rock, and
WHEREAS, Gutierrez, Smouse, Wilmut & Associates, Inc., Civil
Environmental Engineers of Dallas, Texas, have submitted a contract
to conduct this evaluation, and
WHEREAS, the Council desires to enter into said contract
with Gutierrez, Smouse, Wilmut & Associates, Inc., NOW THEREFORE
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK,
That the Mayor is hereby authorized and directed to execute
on behalf of the City a contract for an I & I evaluation of the
Sewer System of the City of Round Rock with Gutierrez, Smouse,
Wilmut & Associates, Inc., a copy of said contract being attached
hereto and incorporated herein for all purposes.
RESOLVED this day of j,/mAL) , 1987.
MIKE ROBINSON, Mayor
City of Round Rock, Texas
4ULau
DATE: June 23, 1987
SUBJECT: Council Agenda, June 25, 1987
ITEM: 9A — Consider a resolution authorizing the Mayor
to enter into a service agreement with Gutierrez,
Smouth & Wilmut for I & I.
Two proposals were received in response to a request for proposals to
provide engineering services for investigation of inflow and infiltration
of three areas of our wastewater collection system. Based on our evalua-
tion of the proposals and our previous experience with Gutierrez, Smouth,
and Wilmut, staff recommends we enter into an agreement with Gutierrez,
Smouth, and Wilmut Associates with a not to exceed amount of $73,888.00.
`l.Ll`l JII GUTIERREZ, SMOUSE, WILMUT 6 ASSOC., INC.
CA Civil I Environmental Engineers
PROPOSAL FOR ENGINEERING SERVICES
DATE: June 18, 1987
FOR: CITY OF ROUND ROCK
214 E. Main Street
Round Rock, Texas 79664
FROM: GUTIERREZ, SMOUSE, WILMUT $ ASSOC., INC.
Civil/Environmental Engineers
11171 Harry Hines Blvd., Suite 113
Dallas, Texas 75229
PROJECT: City of Round Rock, Texas
Sewer System Renovation Program
Phase II
- - - - - - - - - - - - - - - - - - - - - - - - - -
Gutierrez, Smouse, Wilmut & Assoc., Inc. proposes to furnish Engineering
Services to the City of Round Rock, Texas in accordance with the following:
1. ANALYSIS AREA
AREA I: The entire Sanitary Sewer System upstream from Meter Station No.
1 located in MH #925.
AREA II: The entire Sanitary Sewer System tributary to Meter Station No.
2 located at MH #796.
AREA III: The Brushy Creek interceptor from MH #102 upstream to MH #600.
11171 HARRY HINES BLVD. • SUITE 113 DALLAS,TEXAS 75229 PHONE 214/620-1255
PROPOSAL TO: CITY OF ROUND ROCK
PROJECT: Sewer System Renovation Program - Phase II
City of Round Rock, Texas
2. SCOPE OF WORK
AREA I: Conduct a Sewer System Evaluation on entire area tributary to
Meter Station #1. Main Line from MH #925 to MH #969 will be evaluated
using night flow isolation techniques.
AREA II: Conduct a Sewer System Evaluation on the entire tributary area
to Meter Station No. 2. Complete night flow isolation of Onion Creek
Interceptor (including parallel sections) from MH #102 upstream to MH
#735.
AREA III: Flow isolate Brushy Creek Interceptor from MH #102 upstream to
MH #600.
The evaluation survey objectives will be achieved through the performance
of the following tasks:
Task 1 - Preparatory Work.
a. Printing of all field forms to be used in the project.
b. Assist City personnel in delivering flyers used to notify the general
public about the work. Details and final procedures to be
established at the pre-job conference.
C. Preparation of equipment and supplies to be assigned and transported
to the project site.
d. Hold a "Pre Job" conference prior to commencement of any work to
ensure that all work is conducted in the most economic method, proper
liaison with City personnel, priority of tasks, and that all safety
procedures shall be followed.
e. Traffic and pedestrian control shall be the responsibility of GSW and
shall insure public safety and convenience.
Task 2 - Smoke Testing.
The smoke generated by a smoke bomb, which is odorless and harmless, is
blown into the center manhole connecting two sections of line by an air
blower with a minimum capacity of 1500 CFM. Smoke testing is performed
under dry weather conditions to allow the maximum detection of inflow and
rainfall-responsive infiltration sources.
PROPOSAL TO: CITY OF ROUND ROCK
PROJECT: Sewer System Renovation Program - Phase II
City of Round Rock, Texas
This task, as described above, will be employed to the extent that
surcharging or blockage of the sewer lines will permit on the 101,000
Linear Feet (L.F.) of sewer lines in the study area. Above-ground
reconnaissance of the study area to determine proximity of storm sewers,
creek crossings, drainage paths and ponding areas to the sanitary sewer
system will be accomplished concurrently with smoke testing and the visual
line inspection. Polaroid pictures of every smoke leak found will be made
an attached to the field forms.
The unit price for this task is established on a "per linear foot" basis,
the total price for this task will be based on the actual footage of
sewers on which the smoke testing is attempted. This includes lines with
sags or blockages.
Task 3 - Visual Inspection
This task consists of opening key manholes, examining the interior plus
the visual inspection of each sewer line entering and leaving the manhole.
The sewer lines are inspected by either descending into the manhole and
lamping each line or by other means such as use of downhole mirror
designed for inspection of sewer lines from the ground surface.
Information gather during this work is recorded on field forms.
A reasonable attempt (10 minutes per crew per manhole) will be made to
locate manholes assumed to be buried or hidden. If manholes either do not
exist or are buried too deep to locate, the manholes will be passed over
and no compensation will be requested.
The unit price for this task is established on a "per manhole basis" and
the total price for this task will be determined by the actual number of
manholes inspected. The study areas contain approximately 300 manholes.
We anticipate inspecting approximately 130 manholes.
Task 4 - Leak Quantification.
This task consists of quantifying selected collection line, manhole, and
service line leaks, detected from the results of previous tasks including
above ground reconnaissance, above ground dye flooding, storm and sanitary
sewer flooding or evaluation during actual rainfall periods.
The unit price for this is established on a "hourly rate" basis, with the
total price to be determined by the hours expended.
PROPOSAL TO: CITY OF ROUND ROCK
PROJECT: Sewer System Renovation Program - Phase II
City of Round Rock, Texas
Task 5 - Physical Inspection
This task consists of conducting wet weather observations during rainfall
conditions to verify actual hydraulic flow characteristics of the system
and above ground flooding patterns.
The price for this task is established on an "hourly rate" basis with the
total price to be determined by hours expended.
Task 6 - Night Flow Isolation.
This test consists of dividing the trunk lines into segments and taking
weir readings during minimum flow periods (11:00 p.m. - 6:00 a.m.) to
determine if infiltration rates require additional investigation.
The price for this task is established on an "hourly rate" basis with the
total price determined by hours expended.
Task 7 - Preparatory Cleaning.
This task consists of preparing the sewer lines to be internally inspected
by cleaning the pipe walls to provide for unobstructed internal
inspection. The cleaning will be accomplished by use of a hydraulic
cleaning unit (jet truck). All lines to be internally inspected will be
cleaned prior to such internal inspection. The intent of the cleaning is
to remove the sludge, mud, sand, gravel, and other sediment and debris in
order to obtain a good television picture. Protruding taps, dropped
joints, and similar obstructions cannot be removed by conventional
cleaning. It is estimated that about 9,000 L.F. (9 percent) will be
internally inspected and thus this amount is estimated for the preparatory
cleaning task.
When obstructions are encountered, an attempt will be made to flush and
thread the line from both upstream and downstream manholes.
The price for this task is established on a "hourly rate" basis with the
total price to be determined by hours expended.
Task 8 - Internal Inspection.
This task consists of the T.V. inspection (closed-circuit television) of
sewer lines estimated at 9,000 L.F. Polaroid pictures of defects
PROPOSAL TO: CITY OF ROUND ROCK
PROJECT: Sewer System Renovation Program - Phase II
City of Round Rock, Texas
encountered during the T.V. inspection will be made and attached to the
T.V. log sheets. Video tapes will be made of all lines televised. All
lines to be televised will be plugged off to eliminate incoming flows from
upstream collection lines if necessary.
The price for this task is established on "hourly rate" basis and the
total price will be determined by hours expended.
Task 9 - Project Management and Supervision.
This task consists of the direction of field crews, scheduling of these
tasks by the project manager, and the general management and supervision
of project personnel during all phases of the project.
This task will be charged on a lump sum basis, with the total price based
on a percentage of completion.
Task 10 - Engineering Evaluation, Data Analysis, and Report.
This task consists of analyzing collected data and presenting the results
in the form of a report (10 copies) including the following:
a. Description of the type and nature of the problems found in the
system.
b. Computer printout of the problem priorities (rehabilitation ranked by
cost effectiveness to repair).
C. Computer listing of all problems found.
d. Recommend rehabilitation work grouped and tabulated in three (3)
major categories, collection lines, manholes and services lines. The
tables will provide information necessary for the rehabilitation work
to be done either by the City or by a Contractor.
3. INFORMATION AND SERVICES TO BE PROVIDED BY THE ENGINEER
a. Five (5) copies of sewer maps (1" = 200 ft.), showing sewer lines and
manholes.
b. Liaison with City officials to provide effective coordination and
cooperation between the fire, police, engineering, and sewer
departments and GSW, as necessary during execution of field work.
PROPOSAL TO: CITY OF ROUND ROCK
PROJECT: Sewer System Renovation Program - Phase II
City of Round Rock, Texas
C. Access to manholes.
d. Assistance by City personnel, knowledgeable of manhole and cleanout
locations, in locating buried or hidden manholes and cleanouts.
e. Expose for entry, manholes that require excavation, cutting of
pavement, and/or have lids fastened or frozen in place.
f. Water for cleaning unit from the City fire hydrants at no charge
during quantification and T.V. inspection.
g. The necessary equipment and assistance as might be required to remove
the specialized equipment (cleaning nozzle and hose, T.V. camera and
coaxial cable, sewer plugs, etc.) from the sewer should the equipment
become lodged during the course of the work, and to complete line
repair and restoration of the area.
4. COMPENSATION FOR SERVICES AND TERMS OF PAYMENT
The total price of services described under the Scope of Work is estimated
to be SEVENTY THREE THOUSAND EIGHT HUNDRED EIGHTY EIGHT DOLLARS
($73,888.00).
Invoices will be rendered monthly based upon the quantities of work
completed times the unit costs and/or hourly rates times hours expended,
with the lump sum task amounts being established by percent completion.
The price is based on the estimated quantities and hours listed in the
table on the following page. This total price will not be exceeded
without a justifiable increase in scope and approval by the CITY.
5. TIME SCHEDULE
a. The project can be initiated within two weeks. Completion time for
the various phases of field work including Tasks 1 through 8 is
estimated to be four (4) months.
b. The final report will be completed within four (4) weeks after the
field work is completed.
PROPOSAL TO: CITY OF ROUND ROCK
PROJECT: Sewer System Renovation Program - Phase II
City of Round Rock, Texas
6. NOTICE TO PROCEED
The performance of all proposed work shall be contingent upon the
acceptance of this proposal and subsequent Authorization to Proceed by the
City of Round Rock, Texas.
Sincerely,
GUTIERREZ SMOUSE, WI MUT &f ASSOC., I
teven D. Sanders, P: .
Project Manager
Date
APPROVED BY:
� 0--
91—gnature
m.g Yom
Title
6-- 5-00 1
Date
PROPOSAL TO: CITY OF ROUND ROCK
PROJECT: Sewer System Renovation Program - Phase II
City of Round Rock, Texas
TASK ESTIMATED UNIT TOTAL
NO. DESCRIPTION QUANTITIES PRICE PRICE
1. Preparatory work, mobili- 1 $5,000/Lump Sum $ 5,000.00
zation of crews and set up
2. Smoke Testing 101,000 LF $0.12/Linear Foot $12,120.00
3. Visual Inspection 130 MH $36.00/Each $ 4,680.00
4. Quantification 24 Hrs $12.8.00/Hour $ 3,072.00
5. Physical Inspection 20 Hrs $80.00/Hour $ 1,600.00
6. Night Flow Isolation 100 Hrs $101.00/Hour/Crew $10,100.00
7. Preparatory Cleaning 80 Hrs $129.00/Hour $10,320.00
8. Internal (TV) Inspection 96 Hrs $151.00/Hour $14,496.00
9. Project Management and 1 $5,000/Lum Sum $ 59000.00
Supervision
10. Engineering Evaluation Data 1 $7,500/Lump Sum $ 7,500.00
Analysis, and Report
$73.888.00
WHEREAS, the City Council has determined that it would be
beneficial to the City to conduct I & I evaluation of the Sewer
System of the City of Round Rock, and
WHEREAS, Gutierrez, Smouse, Wilmut & Associates, Inc., Civil
Environmental Engineers of Dallas, Texas, have submitted a contract
to conduct this evaluation, and
WHEREAS, the Council desires to enter into said contract
with Gutierrez, Smouse, Wilmut & Associates, Inc., NOW THEREFORE
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK,
TEX
That the Mayor is hereby authorized and directed to execute
on behalf of the City a contract for an I & I evaluation of the
Sewer System of the City of Round Rock with Gutierrez, Smouse,
Wilmut & Associates, Inc., a copy of said contract being attached
hereto and incorporated herein for all purposes.
RESOLVED this ° day of ✓/./YU J , 1987.
ATTEST:
J NNE LAND, City Secretary
RESOLUTION NO._/124___
44-
MIKE ROBINSON, Mayor
City of Round Rock, Texas
�,-/
��
G 'a5-�7
DATE: June 23, 1987
SUBJECT: Council Agenda, June 25, 1987
ITEM: 9A - Consider a resolution authorizing the Mayor
to enter into a service agreement with Gutierrez,
Smouth & Wilmut for I & I.
Two proposals were received in response to a request for proposals to
provide engineering services for investigation of inflow and infiltration
of three areas of our wastewater collection system. Based on our evalua-
tion of the proposals and our previous experience with Gutierrez, Smouth,
and Wi.lmut, staff recommends we enter into an agreement with Gutierrez,
Smouth, and Wilmut Associates with a not to exceed amount of $73,888.00.
GUTIERREZ, SMOUSE, WILMUT & Assoc., INC.
9 are, Civil/Environmental Engineers
PROPOSAL FOR ENGINEERING SERVICES
DATE: June 18, 1987
FOR: CITY OF ROUND ROCK
214 E. Main Street
Round Rock, Texas 79664
FROM: GUTIERREZ, SMOUSE, WILMUT & ASSOC., INC.
Civil/Environmental Engineers
11171 Harry Hines Blvd., Suite 113
Dallas, Texas 75229
PROJECT: City of Round Rock, Texas
Sewer System Renovation Program
Phase II
- - - - - - - - - - - - - - - - - - - - - - - - - -
Gutierrez, Smouse, Wilmut & Assoc., Inc. proposes to furnish Engineering
Services to the City of Round Rock, Texas in accordance with the following:
1. ANALYSIS AREA
AREA I: The entire Sanitary Sewer System upstream from Meter Station No.
1 located in MH #925.
AREA II: The entire Sanitary Sewer System tributary to Meter Station No.
2 located at MH #796.
AREA III: The Brushy Creek interceptor from MH #102 upstream to MH #600.
11171 HARRY HINES BLVD. • SUITE 113 . DALLAS,TEXAS 75229 PHONE 214/820-1255
PROPOSAL TO: CITY OF ROUND ROCK
PROJECT: Sewer System Renovation Program - Phase II
City of Round Rock, Texas
2. SCOPE OF WORK
AREA I: Conduct a Sewer System Evaluation on entire area tributary to
Meter Station #1. Main Line from MH #925 to MH #969 will be evaluated
using night flow isolation techniques.
AREA II: Conduct a Sewer System Evaluation on :the entire tributary area
to Meter Station No. 2. Complete night flow isolation of Onion Creek
Interceptor (including parallel sections) from, MH #102 upstream to MH
#735.
AREA III: Flow isolate Brushy Creek Interceptor from MH #102 upstream to
MH #600.
The evaluation survey objectives will be achieved through the performance
of the following tasks:
Task 1 - Preparatory Work.
a. Printing of all field forms to be used in the project.
b. Assist City personnel in delivering flyers used to notify the general
public about the work. Details and final procedures to be
established at the pre-jab conference.
C. Preparation of equipment and supplies to be assigned and transported
to the project site.
d. Hold a "Pre Job" conference prior to commencement of any work to
ensure that all work is conducted in the most economic method, proper
liaison with City personnel, priority of tasks, and that all safety
procedures shall be followed.
e. Traffic and pedestrian control shall be the responsibility of GSW and
shall insure public safety and convenience..
Task 2 Smoke Testing.
The smoke generated by a smoke bomb, which is odorless and harmless, is
blown into the center manhole connecting two sections of line by an air
blower with a minimum capacity of 1500 CFM. Smoke testing is performed
under dry weather conditions to allow the maximum detection of inflow and
rainfall-responsive infiltration sources.
PROPOSAL TO: CITY OF ROUND ROCK
PROJECT: Sewer System Renovation Program Phase II
City of Round Rock, Texas
This task, as described above, will be employed to the extent that
surcharging or blockage of the sewer lines will permit on the 101,000
Linear Feet (L.F.) of sewer lines in the study area. Above-ground
reconnaissance of the study area to determine proximity of storm sewers,
creek crossings, drainage paths and ponding areas to the sanitary sewer
system will be accomplished concurrently with smoke testing and the visual
line inspection. Polaroid pictures of every smoke leak found will be made
an attached to the field forms.
The unit price for this task is established on la "per linear foot" basis,
the total price for this task will be based ion the actual footage of
sewers on which the smoke testing is attempted.', This includes lines with
sags or blockages.
Task 3 - Visual Inspection
This task consists of opening key manholes, examining the interior plus
the visual inspection of each sewer line entering and leaving the manhole.
The sewer lines are inspected by either descending into the manhole and
lamping each line or by other means such as use of downhole mirror
designed for inspection of sewer lines from the ground surface.
Information gather during this work is recorded,on field forms.
A reasonable attempt (10 minutes per crew per: manhole) will be made to
locate manholes assumed to be buried or hidden. If manholes either do not
exist or are buried too deep to locate, the manholes will be passed over
and no compensation will be requested.
The unit price for this task is established on! a "per manhole basis" and
the total price for this task will be determined by the actual number of
manholes inspected. The study areas contain approximately 300 manholes.
We anticipate inspecting approximately 130 manholes.
Task 4 - Leak Quantification.
This task consists of quantifying selected collection line, manhole, and
service line leaks, detected from the results of previous tasks including
above ground reconnaissance, above ground dye flooding, storm and sanitary
sewer flooding or evaluation during actual rainfall periods.
The unit price for this is established on a "hourly rate" basis, with the
total price to be determined by the hours expended.
PROPOSAL TO: CITY OF ROUND ROCK
PROJECT: Sewer System Renovation Program - Phase II
City of Round Rock, Texas
Task 5 - Physical Inspection
This task consists of conducting wet weather observations during rainfall
conditions to verify actual hydraulic flow characteristics of the system
and above ground flooding patterns.
The price for this task is established on an "hourly rate" basis with the
total price to be determined by hours expended.
Task 6 - Night Flow Isolation.
This test consists of dividing the trunk lines into segments and taking
weir readings during minimum flow periods (11:00 p.m. - 6:00 a.m.) to
determine if infiltration rates require additional investigation.
The price for this task is established on an "hourly rate" basis with the
total price determined by hours expended.
Task 7 - Preparatory Cleaning.
This task consists of preparing the sewer lines to be internally inspected
by cleaning the pipe walls to provide for unobstructed internal
inspection. The cleaning will be accomplished by use of a hydraulic
cleaning unit (jet truck). All lines to be internally inspected will be
cleaned prior to such internal inspection. The intent of the cleaning is
to remove the sludge, mud, sand, gravel, and other sediment and debris in
order to obtain a good television picture. Protruding taps, dropped
joints, and similar obstructions cannot be removed by conventional
cleaning. It is estimated that about 9,000 L.F. (9 percent) will be
internally inspected and thus this amount is estimated for the preparatory
cleaning task.
When obstructions are encountered, an attempt will be made to flush and
thread the line from both upstream and downstream manholes.
The price for this task is established on a "hourly rate" basis with the
total price to be determined by hours expended.
Task 8 - Internal Inspection.
This task consists of the T.V. inspection (closed-circuit television) of
sewer lines estimated at 9,000 L.F. Polaroid pictures of defects
PROPOSAL TO: CITY OF ROUND ROCK
PROJECT: Sewer System Renovation Program - Phase II
City of Round Rock, Texas
encountered during the T.V. inspection will be made and attached to the
T.V. log sheets. Video tapes will be made of all lines televised. All
lines to be televised will be plugged off to eliminate incoming flows from
upstream collection lines if necessary.
The price for this task is established on "hourly rate" basis and the
total price will be determined by hours expended.
Task 9 - Project Management and Supervision.
This task consists of the direction of field crews, scheduling of these
tasks by the project manager, and the general management and supervision
of project personnel during all phases of the project.
This task will be charged on a lump sum basis, with the total price based
on a percentage of completion
Task 10 - Engineering Evaluation, Data Analysis, and Report.
This task consists of analyzing collected data and presenting the results
in the form of a report (10 copies) including the following:
a. Description of the type and nature of the problems found in the
system.
b. Computer printout of the problem priorities (rehabilitation ranked by
cost effectiveness to repair).
C. Computer listing of all problems found.
d. Recommend rehabilitation work grouped and tabulated in three (3)
major categories, collection lines, manholes and services lines. The
tables will provide information necessary for the rehabilitation work
to be done either by the City or by a Contractor.
3. INFORMATION AND SERVICES TO BE PROVIDED BY THE ENGINEER
a. Five (5) copies of sewer maps (1" = 200 ft.), showing sewer lines and
manholes.
b. Liaison with City officials to provide effective coordination and
cooperation between the fire, police, engineering, and sewer
departments and GSW, as necessary during execution of field work.
MAURO,WENDLER,SHEETS,BLUME&GUTOW
ATTORNEYS AT LAW
809 EAST MAIN STREET -
ROUND ROM TEXAS 78684
(512)855-6877