R-98-11-24-14C2 - 11/24/1998RESOLUTION NO. R- 98- 11- 24 -14C2
WHEREAS, the City of Round Rock desires to retain engineering
services for several wastewater pipeline rehabilitation projects,
and
WHEREAS,Associated Consulting Engineers, Inc. has submitted
an agreement to provide said services, and
WHEREAS, the City Council desires to enter into said
agreement with Associated Consulting Engineers, 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 an agreement with Associated Consulting
Engineers, Inc., for several wastewater pipeline rehabilitation
projects, a copy of said agreement being attached hereto and
incorporated herein for all purposes.
The City Council hereby finds and declares that written notice
of the date, hour, place and subject of the meeting at which this
Resolution was adopted was posted and that such meeting was open to
the public as required by law at all times during which this
Resolution and the subject matter hereof were discussed, considered
and formally acted upon, all as required by the Open Meetings Act,
Chapter 551, Texas Government Code, as amended, and the Act.
RESOLVED this 24th day of Novembe /, 1998.
LAND, City Secretary
K: \WPDOCS \RBSOLUTI \ &81124C2. WPO /scg
CHARLES CtJLPF PER, Mayor
City of Round Rock, Texas
•
STATE OF TEXAS
COUNTY OF WTI,T.IAMSON
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
"Associated Consulting Engineers, Inc. ", having its principal business address at 901 South
MOPAC Expy, Bldg. Two, Suite 165, Austin, Texas 78746, 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. establishes the City's policies and
procedures for contracting for engineering services; and
WHEREAS, the City desires to contract for engineering services described as follows:
This project will provide for the evaluation of problems with the existing wastewater
collection system. The scope of services will be to conduct a preliminary phase
investigation of the identified problems to evaluate and select alternatives.
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.
Pane 31. of 13
,fL97 -11- /yc,
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.
The Engineer hall 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.
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 March 30, 1999 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.
engconirc.wpJ/spectw
ARTICLE 3
CONTRACT PERIOD
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
$19,790.00 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.
Pane 2 of 13
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 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 eamed 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.
engconmrc.wpd/spectw
ARTICLE 7
PROGRESS
At the request of the City or the Engineer, conferences shall be provided at the Engineer's
Paoe3of13
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:
(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.
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 m this Contract or as amended.
engcontrewpd/spectw
ARTICLE 9
ADDITIONAL WORK
3Eba14e 4 of 13
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
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 tenns 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.
engconvc.wpdispectw
ARTICLE 12
OWNERSHIP OF DOCUMENTS
Paae 5 of 13
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.
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.
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.
engconlrc.wpdispeciw
No subcontract relieves the Engineer of any responsibilities under this Contract.
ARTICLE 15
EVALUATION OF WORK
Pace 6 of 13
engcontrc. wpd/spec[w
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.
(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
pane 7 of 13
City, the cost to the City of employing another firm to complete the work required and the time
required to do so, and other factors which affect the value to the City of the work performed at the
time of default.
The termination of this Contract and payment of an amount in settlement as prescribed
above shall extinguish all rights, duties, and obligations of the City and the Engineer under this
Contract, except the obligations set forth in Article 19 of this Contract. If the termination of this
Contract is due to the failure of the Engineer to fulfill its contract obligations, the City may take
over the project and prosecute the work to completion. In such case, the Engineer shall be liable to
the City for any additional cost occasioned the City.
The Engineer shall be responsible for the settlement of all contractual and administrative
issues arising out of the procurement made by the Engineer in support of the scope of services
under this Contract.
The Engineer shall comply with all applicable Federal, State and local laws, statutes, codes,
ordinances, rules and regulations, and the orders and decrees of any court, or administrative bodies
or tribunals in any manner affecting the performance of this Contract, including, without limitation,
worker's compensation laws, minimum and maximum salary and wage statutes and regulations, and
licensing laws and regulations. When required, the Engineer shall furnish the City with satisfactory
proof of its compliance therewith.
engcontrc.wpd/spectw
ARTICLE 19
COMPLIANCE WITH LAWS
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.
Pa of13
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.
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.
engcontrc.wpdispectw
Pa .xe 9 of 13
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
govenunental 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.
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, 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.
engcontrc.wpd/spectw
' e10of13
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
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:
engco.c.wpd/spectw
Stephan L. Sheets
City Attomey
309 E. Main St.
Round Rock, Texas 78664
ARTICLE 32
NOTICES
City of Round Rock Engineer
Attn.: City Manager Attn.: Mr. Ray Shull, P.E., President
221 E. Main St. Associated Consulting Engineers, Inc.
Round Rock, TX 78664 901 S. MOPAC Expy, Bldg 2, # 165
Austin, TX 78746
with copy to:
Pace 11 of 1a
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.
1N WITNESS HEREOF, the City and the Engineer have executed these presents in duplicate.
THE ENGINEER
Si ature
Ray L. Shull, P.E.
Printed Name
President
Title
N. V 0 1 ?
Date
By:
engeonve.wpd sactw
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
Paine 12 of 10
The City of Round Rock will furnish to the Engineer the following items/information:
Relevant information pertaining to the project in the possession of the City of Round Rock.
engcontrc.wpd/spectw
ATTACHMENT A
fit RVTCFS TO RR PROVTT)PT) RV TAR CITY OF ROTTNI) ROCK
PROJECT DESCRIPTION
This project will provide for the evaluation of problems with the existing wastewater collection
system. The scope of services will be to conduct a preliminary phase investigation of the
identified problems to evaluate and select alternatives for the rehabilitation of certain portions of
the system. Identified areas of the existing wastewater collection system that will be addressed
are as follows:
• Stone Street to Georgetown Street
• Lake Creek at Burnet Avenue
• Florence Street at Blair Street
• F.M. 620 at Lake Creek Shopping Center
• Fannin Avenue to Milam Avenue
• Bellview Lane to Christopher Avenue
• Zephyr Lane to Gattis School Road
PRELIMINARY PHASE SERVICES
ATTACHMENT B
SERVICES TO BE PROVIDED BY THE ENGINEER
SCOPE
Associated Consulting Engineers, Inc. will provide the following services:
1. Attend an initial coordination meeting with City personnel to establish lines of
communication, agree on documentation procedures, transfer available information, develop
procedures for submitting information, and discuss overall priorities for the work.
2. Review videotapes and reports provided by the City. Conduct field reconnaissance of
project sites. Interview appropriate City personnel.
3. Collect all available information regarding existing and proposed utility facilities in the
project area, including water, waster water, telephone, electric, fiber optics, gas, drainage,
traffic signal systems and petroleum pipelines.
engcon[re.wpd/specm
4. Collect available information regarding location of floodplains, Edwards Aquifer
boundaries, sensitive environmental features, and designated cultural resource features.
5. Collect information from the City and other appropriate entities related to planned
expansions of roads, bridges, other utilities, or structures that might impact any proposed
collection system alternatives.
6. For projects that my be located outside established City and State rights -of -way, collect
pertinent available information regarding existing easements and land ownership.
7. Meet with the City's project manager to present and discuss the information compiled above
and to establish project parameters.
8. Obtain limited surveying information for the wastewater collection system necessary to
evaluate feasible alternatives. This is expected to include manhole invert elevations in
locations where shallow grades, small diameter lines, or access - limited lines currently exist.
Adequate survey information is assumed to exist for the F.M. 620 location.
9. Develop conceptual altematives for each site where the optimum solution is not clearly
apparent.
10. Conduct an evaluation of project alternatives including a discussion of the relative merits of
each alternative and a preliminary estimate of construction cost. The evaluation shall
consider alternative construction methods such as spot repairs, removal and replacement,
trenchless rehabilitation and rerouting. The evaluation shall take into consideration the
following items:
• Construction cost
• Construction time
• Traffic and environmental impacts
• Impact on adjacent property
• Easement requirements
11. Prepare a Preliminary Report of the results of the above findings and investigations. Meet
with City Staff to present and discuss the Preliminary Report and to select the preferred
project alternatives, develop a plan for project implementation sequencing, discuss
implementation responsibilities, and develop the subsequent scope of services for the Design
and Construction Phases. Provide three copies of the final Preliminary Report to the City.
engcontrc.wpdispectw
ATTACHMENT D
FEE SCHEDULE
The following items of work and corresponding compensation amounts will be utilized for these
services:
engconlrc.wpd/spectw
Gather and Review Existing Information $4,190
Preliminary Surveying $3,000
Develop and Evaluate Alternatives $5,200
Prepare Draft and Final Report $7,400
Total Cost $19,790
.
Q . -�
PRODUCER
TEXAS ASSOCIATES INSURORS
1114 LOST CREEK BLVD
SUITE 400
AUSTIN, TX 78746 sdo
x« E (MM/OU/YY
, . DATE
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDEFL THIS CERTIFICATE DOES NOT ANIEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANIES AFFOFIDING COVERAGE
COmPANY
ARARTFORD INSURANCE GROUP
INSURED
Assoc. Consulting Engin.*
901 S. Mopac, Bldg. 2
Suite 165
Austin, TX 78746
COMPANY
13 Professional Lines Und. Spec.
COMPANY
c
COMPANY
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE USTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. UMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
u �
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE GAM/DO/YY)
POLICY EXPIRATION
DATE (MN /DD/YY)
LIMITS
A
GENERAL
X
LIABILITY
COMMERCUILGENERALUABIUTY
65SBAGH8322
07/24/98
07/24/99
GENERAL AGGREGATE
S 200000•
PRODUCTS - COMP/OP AGG
$ 200000•
PERSONAL &ADV INJURY
S 100000 •
I CLAIMS MADE I X I OCCUR
EACH OCCURRENCE
•
g 100000
OWNER'S &CONTRACTOR'S PROT
FIRE DAMAGE (Any one fire)
, , • ,
MED EXP (Any one person)
$ 1000'
A
AUTOMOBILE
X
X
LIABIUTY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON .OWNED AUTOS
65SBAGH8322
07/24/98
07/24/99
COMBINED SINGLE LIMIT
$ 1000008
BODILY INJURY
Per person)
$
(Per BODILY accident) INJURY
S
PROPERTY DAMAGE
S
GARAGE
LIABIUTY
ANY AUTO
1AUTO ONLY EA ACCIDENT
$
j OTHER THAN AUTO ONLY
EACH ACCIDENT
S
AGGREGATE
$
EXCESS
UABIUTY
UMBRELLA FORM
OTHER THAN UMBRELLA FORM
EACH OCCURRENCE
$
AGGREGATE
$
$
A
WORKERS COMPENSATION AND
EMPLOYERS' LIABIUTY -
65WECDS1554
07/24/98
07/24/99
X WCSTATIJ OTH-
iORYU N -
EL EACH ACCIDENT
s 100000'
EL DISEASE - POUCYUMR
$ 1000001
THE PROPRIETOR/
PARTNERS/EXECUTIVE
OFFICERS ARE:
-
INCL
EXCL
EL DISEASE EA EMPLOYEE
$ 1000001
B
OTHER
PROFESSIONAL
LIABILITY
A97PL03173
10/09/97
10/09/98
$1,000,000.— OCC /AGG
$ 2,500.— DEDUCTIBLE
DESCRIPTION OF OPERATIONS /LOCATONSNEHICLES/SPECIAL ITEMS
ERT PF. ,HQ R k
CITY OF ROUND ROCK
ATTN: STEPHEN MILLER
221 E MAIN STREET
ROUND ROCK, TX 78664
1 ..,
'CANCELLATION _' , ..., „ . .., ..
SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBUOATION OR LIABILITY
OF ANY KIND UPON THE COMPANY, 175 AGENTS OR REPRESENTATIVES.
AU • RIZED REP • ' EN VE , A • -
/
•
'ATTACHMENT G
DATE: November 20, 1998
SUBJECT: City Council Meeting — November 24, 1998
ITEM: 14.C.2. Consider a resolution authorizing the Mayor to execute an
agreement with Associated Consulting Engineers, Ina for several
wastewater pipeline rehabilitation projects. This firm was selected
through a structured interview /selection process several weeks ago.
The proposed preliminary engineering agreement is valued at
$19,790.00 and the scope of work is outlined in the agreement. Staff
recommends acceptance. Staff Resource Person: Jim Nuse, Public
Works Director.
ACE
November 2, 1998
Mr. Steven Miller, P.E.
Facilities Engineer
Public Works Department
City of Round Rock
2008 Enterprise Drive
Round Rock, Texas 78664
Re: Design Services — Wastewater Rehabilitation Project
Preliminary Phase Services Request
Dear Steve:
Associated Engneers, Inc.
9018 Mopac Eby, BIdg II #165
Austin, TX 78746
Tel: (512) 329 -0006
Fax: (512) 329-0096
Associated Consulting Engineers, Inc. (ACE), is very pleased to have been selected to provide
engineering services to the City of Round Rock related to the development of a
rehabilitation/repair plan and construction documents for various wastewater collection
rehabilitation systems. We appreciate the information you have provided us concerning the
project. We have developed an approach that we believe will successfully resolve the current
problems that the City has experienced with the wastewater collection system at these locations.
We have included a proposed scope of services for the first phase of this project. We propose
that we first accomplish the Preliminary Phase services, which will establish the recommended
rehabilitation method and extent, prior to executing a Design and Construction Phase contract.
We believe this approach will allow the scope of the project to be defined such that the Design
and Construction phase level of effort and budget can be accurately estimated. Currently, the
magnitude of the effort for these phases is very difficult to determine due to the variable nature of
sewer collection system rehabilitation. We have also included a schedule of fees for our services
in this Preliminary Phase of the project and a Work Order to authorize this work.
We sincerely appreciate your selection of our firm for this work and we look forward to assisting
you in this challenging project. If you have any questions related to this information, please do
not hesitate to contact me at your convenience.
Mr. Steven Miller, P.E.
City of Round Rock
November 2, 1998
Page 2
Sincerely,
ASSOCIATED CONSULTING ENGINEERS, INC.
Ray L. Shull. P.E.
President
PROJECT DESCRIPTION
PRELIMINARY PHASE SERVICES
WORK ORDER FOR PROFESSIONAL SERVICES
WASTEWATER COLLECTION SYSTEM REHABILITATION
This work order constitutes authorization by the City of Round Rock (City) for Associated
Consulting Engineers, Inc. (ACE), to proceed with the following scope of services as requested by
the Client:
• Stone Street to Georgetown Street
• Lake Creek at Burnet Avenue
• Florence Street at Blair Street
• F.M. 620 at Lake Creek Shopping Center
• Fannin Avenue to Milam Avenue
• Bellview Lane to Christopher Avenue
• Zephyr Lane to Gattis School Road
SCOPE
This project will provide for the evaluation of problems with the existing wastewater collection
system. The scope of services will be to conduct a preliminary phase investigation of the
identified problems to evaluate and select alternatives for the rehabilitation of certain portions of
the system. Identified areas of the existing wastewater collection system that will be addressed
are as follows:
Associated Consulting Engineers, Inc. will provide the following services:
1. Attend an initial coordination meeting with City personnel to establish lines of
communication, agree on documentation procedures, transfer available information, develop
procedures for submitting information, and discuss overall priorities for the work.
2. Review videotapes and reports provided by the City. Conduct field reconnaissance of
project sites. Interview appropriate City personnel.
3. Collect all available information regarding existing and proposed utility facilities in the
project area, including water, waster water, telephone, electric, fiber optics, gas, drainage,
traffic signal systems and petroleum pipelines.
4. Collect available information regarding location of floodplains, Edwards Aquifer
boundaries, sensitive environmental features, and designated cultural resource features.
5. Collect information from the City and other appropriate entities related to planned
expansions of roads, bridges, other utilities, or structures that might impact any proposed
collection system alternatives.
6. For projects that my be located outside established City and State rights -of -way, collect
pertinent available information regarding existing easements and land ownership.
7. Meet with the City's project manager to present and discuss the information compiled above
and to establish project parameters.
8. Obtain limited surveying information for the wastewater collection system necessary to
evaluate feasible alternatives. This is expected to include manhole invert elevations in
locations where shallow grades, small diameter lines, or access - limited lines currently exist.
Adequate survey information is assumed to exist for the F.M. 620 location.
9. Develop conceptual altematives for each site where the optimum solution is not clearly
apparent.
10. Conduct an evaluation of project alternatives including a discussion of the relative merits of
each alternative and a preliminary estimate of construction cost. The evaluation shall
consider alternative construction methods such as spot repairs, removal and replacement,
trenchless rehabilitation and rerouting. The evaluation shall take into consideration the
following items:
• Construction cost
• Construction time
• Traffic and environmental impacts
• Impact on adjacent property
• Easement requirements
11. Prepare a Preliminary Report of the results of the above findings and investigations. Meet
with City Staff to present and discuss the Preliminary Report and to select the preferred
project alternatives, develop a plan for project implementation sequencing, discuss
implementation responsibilities, and develop the subsequent scope of services for the Design
and Construction Phases. Provide three copies of the final Preliminary Report to the City.
Work shall be performed under the standard terms and conditions dated August 1, 1997 attached as
Exhibit A. Compensation for services described in the scope shall be on a lump 'sum basis. The
cost for this phase was estimated by utilizing a man -hour breakdown for the major tasks and the
rates in the ACE Flat Rate Schedule of Fees dated November 1, 1997 attached as Exhibit B. The
estimated cost for these services is as follows:
Gather and Review Existing Information $4,190
Preliminary Surveying $3,000
Develop and Evaluate Alternatives $5,200
Prepare Draft and Final Report $7,400
Total Estimated Cost $19,790
This work will be accomplished for the lump sum cost of $19,790.00. The work will be invoiced
monthly based upon the percentage of work completed during that month This work is estimated
to be completed within eight weeks from the date of authorization by the City.
APPROVED:
ASSOCIATED CONSULTING
ENGINEERS, INC.
TERMS AND COMPENSATION
APPROVED:
CITY OF ROUND ROCK
Exhibit A
STANDARD TERMS AND CONDITIONS
August 1, 1997
Section 1. Services. The Client hereby agrees to engage Associated Consulting Engineers, Inc. (ACE) and
ACE hereby agrees to perform certain services for the Client as agreed upon from time to time and as may be
hereafter authorized in writing by the Client and accepted by ACE ( "Services ").
Section 2. Client's Responsibilities. The Client agrees to provide ACE with all existing data, plans, and other
information in the Client's possession which are necessary for the performance of Services, as well as right of entry
for ACE's personnel and all necessary equipment to the site(s).
Section 3. Standard of Care and Warranty. ACE agrees that its Services will be performed with that level of
care and skill ordinarily exercised by members of the profession currently practicing under similar conditions and
circumstances. NO OTHER WARRANTY, EXPRESS OR IMPLIED, IS MADE.
Section 4. Safety. ACE is only responsible for the safety on site of its own employees.
Section 5. Time of Performance. ACE shall not be responsible for delays in the work caused by Client or its
agents, consultants, or contractors. Standby or non - productive time for delays in the work caused by Client will be
charged to the Client.
Section 6. Compensation. For ACE's performance and completion of services, Client shall compensate ACE
at the hourly rates and charges as set forth in Exhibit "A ". Such rates include labor, overhead, expenses, and profit.
Subject to agreement by Client, Exhibit "A" may be revised by ACE periodically.
Section 7. Payment. ACE shall invoice Client for Services performed on a monthly basis. Each invoice is
due on presentation, is payable in the Texas County specified for such invoice, and is past due thirty (30) days from
invoice date. Client agrees to pay a finance charge equal to one percent (1%) per month on past due accounts.
Should litigation be required to collect any delinquent accounts, Client further agrees to pay to ACE interest at the
rate of twelve percent (12 %) per annum on all past due balances until paid in full, as well as all collection costs.
Section 8. Cost Estimates. ACE makes no representation concerning the cost estimates made in connection
with maps, plans, specifications, or drawings other than that all cost figures are estimates only and ACE shall not be
responsible for fluctuations in cost factors.
Section 9. Independent Contractor. ACE's relationship with the Client under this Agreement shall be that of
independent contractor. The employees, methods, equipment, and facilities used by ACE shall at all times be under
its exclusive direction and control, and the Client .shall not exercise control over ACE except insofar as may be
necessary to ensure performance and compliance with this Agreement.
Section 10. Indemnification. ACE shall defend, indemnify, and hold the Client harmless from and against any
claim asserted by any person or entity (other than an officer, director, employee or agent of Client) arising out of (i)
ACE's negligence or (ii) ACE's breach of any obligation or responsibility imposed on it by the provisions of this
Agreement, subject to the limitations and exclusions contained herein in Sections 11. Client shall defend, indemnify,
and hold ACE harmless from and against any claim asserted by any person or entity (other than an officer, director,
employee, or subcontractor of ACE) arising out of (1) Client's negligence or (ii) client's breach of any obligation or
responsibility imposed on it by the provisions of this Agreement. Should Client make a claim against ACE for
negligence or breach, but fail to prove such claim, Client shall pay all ACE's costs incurred in defense of such claim.
Section 11. Liability Limitation. ACE's liability to the Client, its employees, officers, directors, agents, and
contractors, for any loss or damage, arising out of or in connection with this Agreement from any cause, including
ACE's professional negligence, errors, or omissions shall not exceed the greater of $50,000 or the compensation
received by ACE hereunder, and Client hereby releases ACE from any liability above such amount. ACE shall not
be liable for special and/or consequential damages.
Section 12. Termination. In the event of termination, ACE shall be paid for services performed prior to the
termination notice date plus reasonable termination expenses, including the cost of completing analyses, records, and
reports necessary to document job status at the time of termination
Section 13. Successors and Assignments. The Client and ACE each binds itself and its successors, executors,
administrators, and assigns to the other party of this Agreement and to the successors, executors, administrators, and
assigns of such other party, in respect to all covenants of this Agreement.
Section 14. Severability. The invalidity or unenforceability of any particular provision of this Agreement shall
not affect the other provisions hereof, and this Agreement shall be construed in all respects as if such invalid or
unenforceable provision were omitted.
Terms
EXHIBIT B
ASSOCIATED CONSULTING ENGINEERS, INC. FLAT RATE FEES
November 1, 1997
The following outlines the flat rate time and materials compensation basis. This schedule is reviewed periodically and may be
revised, subject to approval by the Client.
Labor Technician/Clerk I $35.00/hr
Rates Technician/Clerk Et $45,00/h
Technician/Clerk III $55.00/hr
Graduate Engineer/Environmental Specialist I $50.00/hr
Engineer/Environmental Specialist II $60.00/hr
Engineer/Environmental Specialist III $70.00/hr
Engineer/Environmental Specialist IV $85.00/hr
Engineer/Environmental Specialist V $100.00/hr
Engineer/Environmental Specialist VI $125.00/hr
Expert
Testimony A labor rate surcharge of 50% shall be added for expert testimony time during trials, hearings, and depositions. A
minimum of 8 hours expert testimony time will be billed for each day that a staff member is testifying. Trial,
hearing, and deposition preparation will be billed at normal rates.
Reimbursable
Expenses Car/Truck Mileage $0.40 /mile
Photocopies $0.20 /page
Telecopies $1.50 /page
Standard Facility / Equipment /MateriaUReproduction/Computer /Other Charges available on request
Subcontractors (Consultants, Surveying, Soils, Laboratories, etc.) Cost plus 15 %
Other Out-of-Pocket Expenses (Travel, Telephone, Lodging, Meals, etc.) Cost plus 15 %
Billings are payable upon presentation and are past due 30 days from invoice date. A finance charge of 1% per
month will be added to past due accounts. The amount of any excess, VAT, or gross receipts tax that may be
imposed shall be added to the compensation as determined above.
Wastewater Collection °, < ■_ Rehabilitation Estimated Costs
TASK
Eng V
Eng IV
Eng Ill
Tech II ,
Clerk I
$ TOTAL
Preliminary Phase
Gather Existing Information
2
4
8
8
2
1,530.00
Review Existing Information
8
12
12
2,660.00
Develop and Evaluate Altematives
a
32
24
5,200.00
Draft Preliminary Report
a
24
24
24
8
5,480.00
Final Preliminary Report
4
8
8
8
1,920.00
Expenses:
Preliminary Surveying
(7 sites)
$500/site
3,000.00
TOTAL
26 80
76
32
18
19.790.00
Person I
Rate $Thr
Eng V
Eng IV
I I
Eng III
70
TOTAL: ESTIMATED COST
$19,790.00
Tech 11
45
Clerk I
35
k
City of Round Rock Cost Estimate
Round Rock Prelim Phase Cost Estimate 11 -2 -98 Page 1
Date: November 4, 1998
To: JimNuse
Public Works Director
From: Steven Miller
Facilities Engineer
CITY OF ROUND ROCK
INTEROFFICE MEMORANDUM
Subj: Engineering Service Agreement - Wastewater Rehabilitation Projects
Please find attached a preliminary engineering service agreement as proposed by Associated
Consulting Engineers, Inc.. This firm was selected to produce a rehabilitation plan for several
locations throughout the city which includes service lines and small sewer interceptor pipelines.
The negotiated fcc for this phase is $19,790.00 and is outlined in the attached agreement
form. I recommend the City Council enter into a contract with Associated Consulting Engineers, Inc..
PUBLIC WORKS DEPARTMENT