Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
R-97-09-11-10H - 9/11/1997
WHEREAS, the City of Round Rock desires to retain engineering services for a Sanitary Sewer Evaluation Study, and WHEREAS,RJN Group has submitted a contract to provide said services, and WHEREAS, the City Council desires to enter into said contract with RJN Group, 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 with RJN Group, for a Sanitary Sewer Evaluation Study, a copy of said contract being attached hereto and incorporated herein for all purposes. RESOLVED this llth day of September, 1997. ATTEST: AV IA /L_/ Al d i1_0 E LAND, City Secretary RA\NPOOCS \RRSOLOTI \RS]0911R NPO /ecg RESOLUTION NO. R- 97- 09- 11 -10H CHARLES CUL , Mayor City of Round Rock, Texas STATE OF TEXAS COUNTY OF WILLIAMSON Contract No. THIS CONTRACT FOR ENGINEERING SERVICES ("Contract") is made by and between the City of Round Rock, 221 E. Main St., Round Rock, Texas 78664, hereinafter called "City" and RUN GROUP, INC., having its principal business address at 12160 Abrams Road, Dallas, Texas 75243, hereinafter called "Engineer" for the purpose of contracting for engineering services. WITNESSETH WHEREAS, Government Code, Chapter 2254, Subchapter A, "Professional Services Procurement Act" provides for the procurement of professional services of engineers; and WHEREAS, Resolution No. R- 0 41-O°I-I I -IO tablishes the City's policies and procedures for contracting for engineering services; and WHEREAS,thpCity desires to contract for engineering servi as follows: 4e /in�ifii �P4 ',I-Y /e/ GI 1/10 ed. i A A it cscEcl AGREEMENT NOW, THEREFORE, the City and the Engineer, in consideration of the mutual covenants and agreements herein contained, do hereby mutually agree as follows: ARTICLE 1 SCOPE OF SERVICES TO BE PROVIDED BY City The City will furnish items and perform those services for fulfillment of the Contract as identified in Attachment A - Services to be Provided by the City, attached hereto and made a part of this Contract. Page 1 of 12 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. 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. enscontre ARTICLE 2 SCOPE OF SERVICES TO BE PROVIDED BY ENGINEER 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 C' to proceed as rovided in Article 6. This Contract shall terminate at the close of business on - r7i,a - 6 \ 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 18- 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 unit price and lump sum amounts shown below as full compensation for the engineering services to be performed under this Contract. The unit price and lump sum amounts payable under this Contract without modification of the Contract shall not exceed $ COI , �J3 as shown in Attachment D - Fee Schedule. The 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. Page 2 of 12 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. 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 report, identified as Attachment B. 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 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 Engineers office, the office of the City, or at other locations designated by the City. These meetings (7) as defined in Attachment B shall also include evaluation of the Engineer's services and work when requested by the City. Page 3 of 12 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: (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 lime periods; this disclosure will be accompanied by statement of the action taken, or contemplated, and any City assistance needed to resolve the situation; and 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 maybe 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 will be renegotiated between the City and Engineer and the Contract will be 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. (2) favorable developments or events which enable meeting the work schedule goals sooner than anticipated. ARTICLE 8 SUSPENSION Page 4 of 12 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 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 ENTS 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 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. Prod ARTICLE 12 OWNERSHIP OF DOCUMENTS All reports 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 finnished the City under this Contract Release of information shall be in conformance with the Texas Open Records Act. Page 5 of 12 The Engineer shall fiunish and maintain 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 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 respons under this Contract 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 subcontractor, the Engineer shall provide and require its subcontractors to provide all reasonable facilities and assistance for the safety and convenience of the City representatives in the performance of their duties. 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 13 PERSONNEL, EQUIPMENT AND MATERIAL The Engineer may not change the Project Manager without prior consent of the City. ARTICLE 14 SUBCONTRACTING ARTICLE 15 EVALUATION OF WORK ARTICLE 16 SUBMISSION OF REPORTS Page 6 of 12 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 Engineers 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. (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. Compensation for work at termination will be based on a percentage of the work completed at that time. 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 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 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 7 of 12 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 furnish the City with satisfactory proof of its compliance therewith. 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. The City shall hold harmless the Engineer from any and all expense, including, but not limited to, attorney fees which may be incurred by the Engineer in litigation or otherwise resisting said claim or liabilities which may be imposed on the Engineer as a result from error, omission or negligent act by the City, 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 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. Page 8 of 12 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. The Engineer shall fiunish 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 a ttarhed hereto and identified as Attachment G. ARTICLE 25 INSPECTION OF ENGINEER'S BOOKS AND RECORDS AND AUDIT REQUIREMENTS The City shall have the exclusive right to examine the books and records of the Engineer for the purpose of checking the amount of work performed by the Engineer at the time of contract termination. The Engineer shall maintain all books, documents, papers, accounting records and other evidence pertaining to cost incurred and shall make such materials available at its office during the contract period and for four (4) years from the date of final payment under this Contract or until pending litigation has been completely and fully resolved, whichever occurs last. The City or any of its duly authorized representatives, shall have access to any and all books, documents, papers and records of the Engineer which are directly pertinent to this Contract for the purpose of making audits, examinations, excerpts and transcriptions. ARTICLE 26 DEBARMENT, SUSPENSION AND DISCIPLINARY ACTION The Engineer warrants that the representations included in the Debarment Certification (Negotiated Contracts) submitted with the offer to provide services are current and still valid. ARTICLE 24 INSURANCE Page 9 of 12 Not Applicable. Not Applicable. ARTICLE 27 COPYRIGHTS ARTICLE 28 COMPUTER GRAPHICS FILES 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. 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, legality, or unenforceability shall not affect any other provision thereof and this Contact shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. 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. Page 10 of 12 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: mgccatre. City of Round Rock Attn.: City Manager 221 E. Main St. Round Rock, TX 78664 with copy to: Stephan L. Sheets City Attorney 309 E. Main St. Round Rock, Texas 78664 ARTICLE 32 NOTICES Engineer RJN Group, Inc. Attn.: Hugh M Kelso 12160 Abrams, #206 Dallas, TX 75243 Page 11 of 12 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 Si¢4rahue Hugh M. Kelso Printed Name Regional Vice President Title 5/21x97 Date m 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 12 of 12 EXHIBIT A SERVICES TO BE PROVIDED BY THE CITY OF ROUND ROCK The City ofRound Rock will furnish to the Engineer the following items/information: ergecotrcApcVspzra Project understanding: Attachment B - Scope of Engineering Services The overall program goal is to develop a dynamic I &I reduction program, e.g., a multi -year effort including annual recommendations for on -going investigation. Phase I I Project Administration and Manaeement: A. Project Administration: Prepare final schedule of work activities. Meet with CITY staff on a periodic basis, once every other month, 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. 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. Provide progress schedules and reports detailing project status and coordinate periodic meetings with CITY staff. 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 Manaeement: Perform review of sewer maps to delineate preliminary boundaries of subdrainage basins and locations of flow monitoring sites. CITY will provide maps of the system in Nficrostation format. Develop a numbering system for manholes/cleanouts that is acceptable to the CITY. After approval by CITY stall number all manholes and cleanouts in the system. Prepare preliminary field maps for project use from existing maps provided by the CITY. All drainage areas, sewers, manhole numbers will be shown on the maps. Obtain preliminary sewer segment distances, sewer diameters, and sewer slopes (8 -inch and larger diameter sewers only) for CITY sewers from existing CITY sewer as builts. CITY I &ireducismspecs will be notified of any missing data or questionable data. Obtain hydraulic network reports for mains and collector sewers; review and correct as necessary. As -built slopes will be used for 8 -inch and larger diameter segments. (494,000 linear feet is assumed for the cost proposal.) Minimum slopes will be used for 6 -inch diameter segments. (656,000 linear feet is assumed for the cost proposal.) Review and modify hydraulic network as differences are found during field survey activities. Obtain capacity output reports; review and correct as necessary. Develop a computer model for the entire sewer system using XP SWAM. 11 Preliminary: A. Field Survey Reconnaissance: 1. Collect and review existing information including maps, flow records, and other pertinent information. I &ireduclsmspecs Perform initial field survey and mapping. Perform visual manhole survey and inspection for 1830 access structures as designated by the CITY. Catalog findings into hard copy and computer formats as defined in Task VI. Prepare preliminary field map for project use. All wastewater drainage areas, sewers, and manhole numbering will be shown on the map 2. A comprehensive below ground inspection of manholes and above ground inspection of cleanouts will be performed in the designated areas. All subsurface components from the frame seal, walls, cleanout risers, and inverts are inspected. The rim to invert dimension for all connecting lines in manholes will be recorded. 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. The data management/computer model is used to process and analyze the inspection data. B. Sanitary Sewer Mapping: 1. Establish a layer and manhole/cleanout numbering system as approved by the CITY in preparing the digital files for the sewer system. ENGINEER will provide the numbering system layout in the same electronic format (Mtcrostation) as delivered 2 by the CITY to the ENGINEER at project start-up. 2. Build feature linkages into a CADD sanitary sewer file furnished by the CITY. 3. Supplement the digital file (attributes only) by: I8dreduc/smspecs (1) connecting manholes with their respective sewer lines and labeling the line size, and (2) showing the direction of flow at each segment (3) placing the structure number adjacent to each manhole and cleanout 4. Make correction to the map as differences are found during field survey activities. Provide the corrections to the CITY in both electronic format and hard copy format. 5. 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 provided to the ENGINEER. DI Flow Monitoring: A. Flow Metering: 1. Delineate major and sub - wastewater drainage basins and identify flow monitoring location. 2. Perform field investigations to finalize location of flow meters. Should field investigations determine that locations require cleaning, notify CITY two weeks prior to installation of flow meters. CITY will clean sewer lines as required. Install, service, and calibrate flow meters at an estimated not to exceed 38 total locations in the wastewater collection system for an estimated 60 cumulative days. Flow meters will be serviced weekly and servicing of flow meters will be performed at different times of day to ensure a representative sample of flows and accuracy of data. The CITY reserves the right to adjust, eliminate, modify or otherwise stop the flow metering activity at any time during the SSES program. If adequate flow data is not monitored due to weather conditions, ENGINEER will reinstall the meters when favorable weather conditions are forecasted and as approved by the CITY. Reinstallation will be compensated at the same rate shown in the fee schedule, Attachment D. Servicing of flow meters will be compensated at the cost/meter /day as shown in Attachment D. 3 It is assumed that adequate dry and wet - weather conditions will be observed during the flow monitoring period such that a minimum of six storm events of different rainfall intensities are monitored which do not result in surcharge conditions. Meters shall have a manufacturer's stated accuracy of +0.5% of depth measurement and ±2% of velocity measurement. The meter shall be capable of recording velocities from zero fps to +20 fps and depths from 0 to 95% of pipe diameter in inches. 3. Install and service seven (7) rain gauges with 0.01 inch accuracy in the study area to obtain a continuous record of rainfall conditions during the monitoring period. The ENGINEER will select sites that can be used by the CITY for future installation of permanent rain gauges. B. Data Analysis: 1. Analyze flow data for sub - drainage basins and develop average daily dry weather flow diurnal curves and base flow peaking factors. 2. Analyze and tabulate rainfall data. 3. Develop hydrographs for dry and wet weather flow conditions. 4. Determine peak inflow rate for selected rainfall events and determine corresponding rainfall intensity for areas tributary to all flow monitoring locations. 5. Establish the relationship between peak inflow and rainfall intensity (Q vs 1) for each area tributary to a monitoring location. 6. Determine peak infiltration rates during high groundwater conditions, if possible. 7. Develop a prioritized ranking of each monitored sub -basin based on infiltration rates and inflow rates. 8. Provide a report (three copies) of findings including all flowing monitoring data obtained during the flow monitoring period in both hard copy and electronic format. IV Hydraulic Analysis/Modeling 1. Update flow rates in hydraulic model by load point using measured flows. 2. Perform hydraulic analysis at base flow or dry- weather conditions using SWMM. 3. Perform hydraulic analysis at wet - weather conditions at two (2) storm frequencies for existing conditions (no rehabilitation or relief sewers). Identify sewer segments that are overloaded during wet - weather periods. Provide a listing to the CITY. I &ireduc/snupecs 4 4. Assist the CITY in implementing and running static model (XP SWMM) simulations of specific wastewater collection systems (two eight hour workshops and delivery of the XP SWMM model with license for 3 users will be included). 5. Provide preliminary recommendations to the CITY for use in the CITY's Capital Improvement Program (CIP). V Proiect 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 flow monitoring. Computer data shall be formatted to be compatible with MS Windows software products. Mapping information will be provided to the CITY in the same format (Ivfrcrostation) as provided to the ENGINEER at project initiation. All documentation and reports shall be delivered as outlined above and herein to be access with MS Windows 95 Word v7.0, Excel v7.0, and Access v7.0. Graphical/Mapping computer data shall be compatible with the format provided by the CITY at the start-up of the project Specific deliverables for this project include: • A CADD drawing file (Nfiicrostation 95) with GIS feature linking. • Flow Monitoring Prioritization report. I &iredudsmspecs • All data collected during the investigation will be provided in Microsoft Access and/or Excel with linkage to the CITY's mapping system. Data includes manhole inventory and condition information. Hard copies of the field inspection forms will also be provided. • A calibrated XP SWMM Transport model (static only) data file for the CITY's sewer network (3300 segments are estimated). • XP SWMM Model with license for three (3) users. • Two (2) days of on -site model training for up to three (3) CITY staff members. 5 Phase II It is anticipated that Phase lI activities will be performed beginning in the CITY's fiscal year, 1998 -1999, when the Phase I services are completed. Phase 11 activities will not be initiated until a final scope of services and cost is approved by the CITY in writing. I Project Administration and Management: A. Proiect Administration: Meet with CITY staff on a periodic basis, once every other month, 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. 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. Evaluate the CITY's current in -house 1/I Program to include a review of procedures and products used in the program. Provide progress schedules and reports detailing project status and coordinate periodic meetings with CITY staff. Perform ENGINEER's intemai project control procedures on a monthly basis including schedule and budget control, quality control review, and monthly progress reports. B. Data Management: Prepare preliminary field maps for project use from existing maps provided by the CITY. All drainage areas, sewers, manhole numbers will be shown on the maps. Review and modify hydraulic network as differences are found during field survey activities. Obtain capacity output reports; review and correct as necessary. Modify the computer model for the entire sewer system where' differences are found in the field using XP SWMM. Determine house count by basin from maps or aerial photos. 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 I &ireduc/smspecs 6 smoke testing, however, the CITY will allow the ENGINEER to distribute notices up to a minimum of one day in advance of smoke testing. ENGINEER may distribute notices up to a maximum of fourteen (14) 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. II Preliminary: A. Field Survey Reconnaissance: 1. Collect and review existing information including maps, flow records, and other pertinent information. Perform initial field survey and mapping. Perform visual manhole survey and inspection in areas not previously inspected. Catalog findings into hard copy and computer formats as defined in Task VI. Prepare preliminary field map for project use. All wastewater drainage areas, sewers, and manhole numbering will be shown on the map. Map to be provided by the CITY in electronic format as defined in Task VI. 2. A comprehensive below ground inspection of manholes and above ground inspection of cleanouts will be performed at designated manholes. All subsurface components from the frame seal, walls, cleanout risers, and inverts are inspected. The rim to invert dimension for all connecting lines in manholes will be recorded. 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. The data management/computer model is used to process and analyze the inspection data. 3. Perform inspection at manholes and cleanouts and record data on ENGINEERS forms and input into database. (1470 manholes and cleanouts are estimated.) B. Sanitary Sewer Manhole Survey: 1. Capture of x -y -z coordinates for sanitary sewer manhole and cleanout rims at all connection points along regional wastewater lines and at the intersection of the 7 I &iredudsmspecs railroad with Onion Creek. (30 locations are anticipated.) C. Sanitary Sewer Mapping 1. Make correction to the map as differences are found during field survey activities. Provide the corrections to the CITY in both electronic format and hard copy format. The same format will be used for Phase II, as used in Phase I. 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. III Field Investigation: A. Rainfall Simulation: 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 locations of stormwater transfer into the sanitary sewer system. Work will include smoke testing and dyed water flooding using comprehensive testing techniques developed by ENGINEER for such studies. The areas to be smoke tested will be determined from the results of the flow monitoring A dual blower intensified smoke technique will be utilized to test sewer lines in the selected study areas. 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. Inflow sources will also be identified by means of dyed water flooding of storm sewer sections and suspected overflows, stream sections, ditch sections, and ponding areas that may be contributing to inflow. Some of the test areas are based on results of the ENGINEER's smoke testing program. Positive dye tests are quantified for leakage rate. Field inspection 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. I &ireduc/smspecs 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 (500,000 linear feet is anticipated). 8 • Perform computerize analysis of smoke testing data and select dyed water flooding locations and estimate quantity. • Install cleanout caps at identified inflow defects in the private sector. Cleanout caps will be installed when the missing cap is the only source of inflow or defect and the cleanouts are constructed of 3 or 4-inch PVC pipe with a screw type fitting. (The installation of 520 cleanout caps are anticipated.) 3. Perform dyed water flooding at selected locations and record data on computerized data forms and perform computerized analysis of data. (50 locations are anticipated.) B. Interim Report/Cleanine 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. Heavy cleaning and root cutting is not a part of this contract. During cleaning operations, 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. (50,000 linear feet is anticipated.) IV Analysis and Report: This part of the project includes performing an engineering analysis of field survey data and developing recommendations for cost - effective I/1 source repairs. A description of field investigations, engineering analysis, and recommended action to reduce 1/1 will be included in the report. A. Flow Balancing: 1. Compare monitored and source flows by basin in basins where intensive field investigations were performed using flow monitoring results and computerized listing of quantified defect flows. 2. Perform balancing of recorded flows and source flows based on evaluation of identified I/1 flow rates and unaccounted remaining flow by basin. Adjust assigned rates with distribution by line segment. I&ireduc/smspecs 9 B. Data Analysis: 2. Perform cost - effectiveness analysis for infiltration rehabilitation plan based on applicable rehabilitation method, material, and costs. 3. Perform analysis for inflow rehabilitation at one (1) design storm frequency. Evaluation to be performed at multiple levels of inflow rehabilitation using methodology as determine by the ENGINEER. Downstream transport and treatment costs to be provided by the Alliance, a joint venture between Brazos River Authority and Lower Colorado River Authority. 4. Develop recommendations for cost - effective rehabilitation of both public and private I/1 sources in priority order, cost estimates by individual rehabilitation type, and estimated I/1 reduction as a result of the recommendations. 5. Assist the CITY in the preparation of specification to purchase temporary flow meters and permanent rain gauges and provide recommendations on locations for installation. 6. Prepare and submit three (3) copies of a draft report which includes results of the I/I investigations, findings, cost estimates, recommended plan to reduce I/1, addition relief capacity if required, and an updated preliminary schedule of implementation for sewer rehabilitation (CIP Program recommendations). 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. V Proiect 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 10 I &ireduc/smspecs 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. Chemical Grouting of Joints d. Sliplining e. Inversion Lining f. Expansion Lining g. Access Structure Rehabilitation h. Access Structure Replacement i. Relief Main Construction j. Rerouting Sewage Flows Scope of Work, all information pertaining to the investigation and final analysis of the SSES project. Computer data shall be formatted to be compatible with MS Windows and ArcView software products. Mapping information will be provided to the CITY in the same format (Microstation 95) as provided to the ENGINEER at project initiation. All documentation and reports shall be delivered as outlined above and herein to be access with MS Windows 95 Word v7.0, Excel v7.0, and Access v7.0. Graphical/Mapping computer data shall be compatible with the format provided by the CITY at the start-up of the project. I &ireduc/smspecs • Final Report of findings and recommendations. • All data collected during the investigation will be provided in Microsoft Access and/or Excel with linkage to the CITY's mapping system. Photographs will be provided in an image file and linked to the database. Data includes manhole inventory and condition information, line segment inventory and condition information, and private sector defect identification and location. Hard copies of the field inspection forms will also be provided. • TV inspection data will be provided on video tapes (VHS) format. Still shots of inflow defect locations may be linked to line segment condition. • A CADD drawing file (same format as provided to ENGINEER) with GIS feature linking. • Written evaluation of the current in -house I/I Program including any findings where improvements will assist the CITY forces in a more efficient program. 11 RJN GROUP, INC. CONSULTING ENGINEERS CITY OF ROUND ROCK, TEXAS I/I REDUCTION PROGRAM PHASE I-IMPLEMENTATION SCHEDULE 0 Task Name 1996 Sep 1 Oct 1 Nov 1 Dec Jan 1 Feb I Mar I Apr I May 1 Jun 1 Jul 1 Aug L Sep - 7i ADMINSTRATION/MANAGEMENT [•-,- :.:: , i ... . E.; 7 : : :: : ii .: . : :: . : : : '..•" . : :I.': , i, - ; :1 .... :1 : ... :,, ;.::. ,, -: ...j:,1]..: -. . . 2 FLOW MONITORING" • ; . . • . . . . . . . . . 3 SITE SELECTION 4 FLOW MONITORING i 1:::::::. :': ":1 : : : : : : . . . . . . . . . . . . .• . . . , . 5 FLOW ANALYSIS : 1 i r i'' , I: : i : : I : 6 BASIN PRIORITIZATION/REPORT • • , . . • 1' 7 MANHOLENISUAL PIPE INSPECTION ;:P - 11:;;::::::: .:-:: - s- 1: :i,:;::.:.:,- • . i i :'.: - :---;:-,..::-:- : :;:.;;:-:: ; ; l i ., ,: ' , i 8 MAPPING : : . . : . . ,•!.- -: :•::.,:::_:_:;-;::','- ,; -! , :''''• ::•': 1 : 9 MODELING/ANALYSIS . . . ,.::' 10 TRAINING . . . . . . 11 DATA DELIVERY . . . . . . Project: Date: 8/28/97 111 REDUCTION • DEPENDENT ON SUITABLE WEATHER CONDITIONS - B. Cost Break Down UNIT ESTIMATED TOTAL TASK DESCRIPTION UNIT COST QUANTITIES COST Mobilization and Project Administration LS $29,340 1 $29,340 Data Management Program/ Modeling LS 69,122 1 69,122 Sewer System Mapping EA 7.13 3300 23,526 Flow Monitoring Site Selection meter 306.05 38 11,830 Maintain Meters meter /day 58.49 2280 133,365 Install Meters meter 219.74 38 8,350 Flow Analysis/Interim Report LS 65,084 1 65,084 ManholeNisual Pipe Inspection EA 72.52 1830 132,712 CIP Recommendations LS 5,104 1 5,104 Model Software LS 20,000 1 20,000 Model Training LS 3,500 1 3.500 TOTAL $501,733 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 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. 08/28/97 -10:56 AM RRcmpnstn Attachment D - Fee Schedule ATTACHMENT D HOURLY RATE SCHEDULE ITEM DESCRIPTION RATE 1. Project Director 113 2. Project Manager 90 3. Registered Professional Engineer 65 4. Registered Public Surveyor 65 5. Design Engineer (ie. E.I.T.), Hydrologist 55 6. Director of Survey Parties 65 7. Inspector Supervisor with Vehicle & Equipment 50 8. Field Technician 33 9. Design Technician 55 10. Drafting Personnel 45 11. Clerical, including Word Processor 33 12. Three man survey crew, including truck and all equipment 128 13. Two man survey crew, including truck and all equipment 95 14. Reimbursement for direct non -labor expense and sub - contract expense at invoice cost plus twenty (20 %) percent service charge CITY OF ROUND ROCK, TEXAS, - Ill EVALUATION STUDY Class TOTALS Total Hours Labor Cost Direct Costs Total Task No. TASK DESCRIPTION PD PM RE PE CE DP FM FS FT OT/CL ENGINEERING & FIELD SERVICES 1001. Project Administration/Meetings Mobilization 8 16 0 8 8 0 0 8 8 16 72 $4,496 91,000 $5,496 Reports/Plan Review 2 8 0 8 8 0 0 0 0 0 26 $1,906 $0 $1,906 Meetings (7) 4 80 0 60 20 0 0 0 0 16 180 513,180 51,400 514,580 Final Schedule 2 2 0 2 0 0 0 0 0 4 10 $668 50 5668 Consultation 8 8 0 4 0 0 0 0 0 12 32 52,280 $0 52,280 Project Control 4 24 0 24 0 0 0 0 0 6 58 $4,370 $40 $4,410 SUBTOTAL 28 138 0 106 36 0 0 8 8 54 378 628,900 52,440 929.340 1002. Data Management/Modeling Basin Boundaries 0 8 0 0 12 0 0 0 0 0 20 91,380 9400 51,780 Field Verification 0 4 0 0 14 0 40 40 40 0 138 96,650 51,200 57.850 MH Numbering System 4 8 0 8 24 0 0 0 0 4 48 53,144 5600 53,744 As -Built Research 0 8 0 40 60 0 0 0 0 0 108 56,620 $2,400 59,020 Hydro Network 4 16 0 24 40 0 0 0 0 144 228 510,404 51,000 511,404 Modeling 8 40 0 200 260 0 0 0 0 40 548 $33,124 52,200 $35,324 SUBTOTAL 16 84 0 272 410 0 40 • 40 40 188 1090 661,322 67,800 569,122 1003 Sewer System Mapping Map Corrections 0 8 0 0 16 84 0 0 0 0 108 56,220 91,680 97,900 GIS Preparation 2 48 0 24 24 24 0 0 0 4 126 $8,878 5240 $9,118 Attributes 0 10 0 16 16 40 0 0 0 26 108 55,878 5630 $6,508 SUBTOTAL 2 66 0 40 56 148 0 0 0 30 342 320,976 32,650 523,626 1004. Site Selection(38 meters) le ie mg 0 0 0 O N R N 0 0 0 • 0 0 60 0 m N 168 $9,924 $1,706 $11,630 1005. Maintain Meters(38 meters for 60 days) 410 410 1220 558,100 $76.265 3133,365 1006. Install Meters (38 meters) 76 76 184 38,160 3190 38,350 1007. Flow Data Analysis Rainfall Analysis 4 16 0 16 80 0 0 0 0 40 156 $8,652 51,900 510,552 Flow Analysis 20 64 0 120 256 0 0 0 0 96 556 533,068 91,500 534,568 Q vrs I 8 16 0 22 72 0 0 0 0 0 118 57,734 5200 97,934 Ranking 4 16 0 16 8 0 0 0 0 0 44 $3,372 9200 $3,572 Interim Report 12 16 0 40 34 0 0 0 0 24 126 $8,058 $400 $8,458 SUBTOTAL 48 128 0 214 450 0 0 0 0 160 1000 $60,884 $4.200 665,084 1008. Manhole Inspections (1830) 8 60 0 98 184 0 66 960 960 154 2490 5111,186 321,526 5132,712 1009 CIP Recommendations 8 12 0 48 0 0 0 0 0 0 68 55,104 50 96,104 1010. Model Software 520,000 920,000 1011. Model Training 53,500 53,500 Total Labor 118 562 0 906 1388 148 130 1554 1494 640 6940 3362.556 9139,177 3501,733 rss 8128/97 2 27 PM Julius Moll A Son, Inc. , 6100 N. Cicero Avenue Hilts 506 L1 3 Chicano, IL 60046 -43E3 12 -286 -7737 Do LTA u8EO U8 / 17:77 //J2817/ /81 RJR Group Inc. 200 W. Front Street Wheaton, IL 00187 COLWOICtOLOEN0W LMBILRY O.AILIS MALE © man OWrERS E COMPACTORS PROT AUIOMOILE LIABILITY ANY AVIO ALL OWNED AUTOS SOEOLLED AUTOS MIRED AUTOS NONCOMS° AUroS EXCSSSLIML,TY LAeRELLA torsi O1IIBI THAN ISA U PORE WORMS COMPENSATION AND ■WLOITATLMaARY Mn+ERWESCC RIVE ( !MX OFFICERS ARE EXcl OMR PROFESSIONAL LIAR, City of Round Rock, Texas 1069868968 1068868948 CUP1066968934 EXCESS OVER PRIMARY E 7068827090 AEN113904122 .0W/woof OraAATgeK .ocarionsmouCfepEtuLNrwas • The City of Round Rock Texas is included iewar rehabilitation project. Waiver of insurance is •rimer -" ^'' tu:Y. , ..!+tn � ,. . ,,• • G.`j: . 7A JULIUS MULL PAGE 112 uncommon e THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION RMATION HOLDE ANO BS RT DOES NOT O AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANY A Transportation Ins, Ca. /CNA COWART B Continental Cesualty /CNA COMPANY C - ilFi .trarz .fi y ,, .. • • a = .477 .475tTO7WAPT4Ye7 THISIS TOCERTIFYTHATTHEPOUCIEBOPINSURANCELISTEDRELOWHAVEBEENISSUEDTOTHEMSIIREDNAMEDAEOVE ORTHRPOLICYPERIOO P/DICATED.NOTWITHSTANDINGANYREOUIREMENT.TERMORCONDITIONOFANY CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRRED HERESJ 15 SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONorTioNS OF SUCH POLICIEA LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAMS CE POLICY NIIapiA VOU DAMIDDITO OAT G A0 1A LUAaLIIY ME OP MORAN - OATS (MTAIDDM7 7/01/07 7/01/98 7/01/97 7/01/98 7 /01/97 7/01/98 7/01/97 7/01/98 as additional Insured regarding subrogation Is agreed to; this T.sQ M. OEIERAL AGGREGATE AGGREGATE M uMnS s 4/01/07 4/01/00 $1,000,000 Llmit 1 1000000 $ 1000000 1000000 1000000 • 500000 1 100 1000000 3 ` =r 3000000 600000 500000 0000 a i?�`, �;" +: 0.'CTW :^,:. • ENOIAD ANY or THE ASAYE o0CREIE0 I:TU=0 IS °ARCr11to wont 'HE QPSUTl0N 8A11 T0I*E0P INS IMMO COMPANY WSJ. l]1Oa8088 To mAL 30 DAYS CANKER MOTICETO ITOCIDT IFICATS HOLDEN NAMED To TNELErr, BUT PALMS TO MAL SUCH NOTICE SMALL Wv0$E NO OILLOATION OR LIAILRY OP ANY KM UPON TM COMPANY, ITS AIMS OR REINIEEENTATIYN. AUTHORZEDRiPREEENTATNE 000288000 DATE: September 5, 1997 SUBJECT: City Council Meeting, September 11, 1997 ITEM: 10H. Consider a resolution authorizing the Mayor to execute an engineering services contract with RJN for the Sanitary Sewer Evaluation Study water system improvement. STAFF RESOURCE PERSON: Jim Nuse STAFF RECOMMENDATION: DATE: September 2, 1997 TO: Jim Nuse, P.E. Public Works Director FROM: Steve Miller, P.E. Facilities Engineer SUBJ: SSES, Flow monitoring MEMORANDUM Over the last several months city staff has been negotiating a contract with RJN, Group of Dallas, TX for performing an underground investigation of the city's wastewater collection system. This proposed engineering work was identified soon after the wastewater treatment plants were transferred to the BRA and LCRA alliance partnership. Because the city sewer charge for wastewater treatment is based on flow contribution the reduction of any extraneous flow is necessary to control current and future costs. This proposed engineering investigation will identify potential inflow & infiltration and locate those areas requiring future analyses. The components of the field engineering investigation includes the following: 1) data management program, 2) sewer system mapping, 3) flow monitoring and 4) report compilation. Data management will be the implemented to control and manage the flow of information from the field investigation. This database will be merged into a mapping system as approved and accepted by the city. Flow monitoring will be conducted to record and capture flow data from pre- determined sites to aid in identifying areas of high infiltration. This engineering project as initially proposed encompassed a much larger scope of work and services. However, since the project consisted of different phases of work it seemed appropriate to initiate a flow monitoring phase through fiscal year FY'98 and consider a more field intensive survey in FY'99. This will allow city staff to better manage the project and budget.