R-99-04-22-10D6 - 4/22/1999Mayor
Charles Culpepper
Mayor Pro
Robert Stluka
Connell Members
Earl M. Hairston
Rick Stewart
Earl Palmer
Martha Chavez
Jimmy Joseph
City Manager
Robert L. Bennett, Jr.
City Attorney
Stephan L. Sheets
CITY OF ROUND ROCK
May 6, 1999
RJN Group, Inc.
Attn: Hugh M. Kelso
12160 Abrams Road, #206
Dallas, Texas 75243
Dear Mr. Kelso:
The Round Rock City Council approved Resolution No. R- 99- 04- 22 -10D6 at
their regularly scheduled meeting on April 22, 1999. This resolution approves
the engineering services for a Sanitary Sewer Engineering Study, Phase II.
Enclosed is a copy of the resolution and original agreement for your files. If you
have any questions, please do not hesitate to call.
Sincerely,
Joanne Land
Assistant City Manager/
City Secretary
Enclosures
Fax 512- 218 -7097
1- 800.735.2989TDD 1- 800 - 735-2988 Voice
www.ci.round-rocictx.us
221 East Main Street
Round Rock, Texas 78664
512 - 218 -5100
WHEREAS, the City of Round Rock desires to retain engineering
services for a Sanitary Sewer Engineering Study, Phase II, and
WHEREAS, RJN Group, Inc. has submitted a contract to provide said
services, and
WHEREAS, the City Council desires to enter into said contract
with Rjn Group, Inc., Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the Mayor is hereby authorized and directed to execute on
behalf of the City a contract with RJN Group, Inc., for engineering
services for a Sanitary Sewer Engineering Study, Phase II, a copy of
said contract 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.
ATTEST:
RESOLVED this 22nd day of April, -
\WP DOCS \RESOLUrI \A90422D6.WPD /SC9
E LAND, City Secretary
RESOLUTION NO. R- 99- 04- 22 -10D6
CHARLES CULPEPPER, Mayor
City of Round Rock, Texas
Contract No.
STATE OF TEXAS
COUNTY OF WILLIAMSON
THIS CONTRACT FOR ENGINEERING SERVICES ( "Contract ") is made by and
between the City of Round Rock, 221 E. Main St., Round Rock, Texas 78664, hereinafter
called "City" and KIN 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.
WHEREAS, Government Code, Chapter 2254, Subchapter A, "Professional
Services Procurement Act" provides for the procurement of professional services of
engineers; and
follows:
WITNESSETH
WHEREAS, the City desires to contract for engineering services described as
Sanitary Sewer Engineering Study Phase 11 as more fully described in Attachment B of this
contract.
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
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 shall prepare a schedule of work identified as Attachment C - Work Schedule,
attached hereto and made a part of this Contract. The Work Schedule shall contain a complete
schedule so that the Engineer's Scope of Services under this Contract can be accomplished within the
specified time and contract cost. The Work Schedule will provide specific work sequence and definite
review times by the City and the Engineer of the work performed. If the review time should take longer
than shown on the work schedule, through no fault of the Engineer, additional contract time will be
authorized by the City through a supplemental agreement if requested by a timely written request from
the Engineer and approved by the City.
ARTICLE 3
CONTRACT PERIOD
After execution of this Contract, the Engineer shall not proceed with the work outlined under
Article 2 until authorized in writing by the City to proceed as provided in Article 6. This Contract shall
terminate at the close of business on December 31, 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 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 amount
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 $148,652.00 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.
engcontrc
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 Engineer's
office, the office of the City, or at other locations designated by the City. These meetings, as defined in
Attachment B shall also include evaluation of the Engineer's services and work when requested by the
City.
engconue
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 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 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.
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.
engeanvc.
ARTICLE 9
ADDITIONAL WORK
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
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.
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 furnished the City under this Contract. Release of
information shall be in conformance with the Texas Open Records Act.
engontn.
Page 5 of 12
engconVC.
ARTICLE 13
PERSONNEL, EQUIPMENT AND MATERIAL
The Engineer shall furnish 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 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.
No subcontract relieves the Engineer of any responsibilities under this Contract.
ARTICLE 15
EVALUATION OF WORK
The City and any authorized representatives, shall have the right at all reasonable times to
review or otherwise evaluate the work performed or being performed hereunder and the premises in
which it is being performed. If any review or evaluation is made on the premises of the Engineer or a
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.
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.
Page 6 of 12
Violation of Contract terms or breach of contract by the Engineer shall be grounds for
termination of the Contract and any increased cost arising from the Engineer's default, breach of
contract or violation of contract terms shall be paid by the Engineer.
The Contract may be terminated before the stated termination date by any of the following
conditions.
engcocvc.
ARTICLE 17
VIOLATION OF CONTRACT TERMS/BREACH OF 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.
(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.
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, attomey 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.
engco v .
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.
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.
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.
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.
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.
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.
onc
ARTICLE 30
SEVERABILITY
ARTICLE 31
PRIOR CONTRACT SUPERSEDED
Page 10 of 12
Luc.
City of Round Rock
Attn.: City Manager
221 E. Main St.
Round Rock, TX 78664
with copy to:
Stephan L. Sheets
City Attomey
309 E. Main St.
Round Rock, Texas 78664
ARTICLE 32
NOTICES
All notices to either party by the other required under this Contract shall be personally
delivered or mailed to such party at the following respective address:
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.
THE ENGINEER
By:
encanuc.
Hugh M. Kelso
Printed Name
Regional Vice President
Title
3/23/99
Date
/h 444>
LIST OF ATTACHMENTS
Attachment A
Attachment B
Attachment C
Attachment D
Attachment E
Attachment F
Attachment G
ARTICLE 33
SIGNATORY WARRANTY
Services to be Provided by the City
Services to be Provided by the Engineer
Work Schedule, if applicable
- Fee Schedule
Work Authorizations, if applicable
Supplemental Work Authorizations, if applicable
Certificate of Insurance, if applicable
Page 12 of 12
The City of Round Rock will furnish to the Engineer the following items/information:
1. Water meter and water at no charge for dyed water flooding activities.
2. Assistance in locating and exposing manholes.
EXHIBIT A
$ERVICES TO BE PROVIDED BY THE CITY OF ROUND ROCJ
Phase II
I. Project Administration and Management:
A. Proiect Administration:
Mobilize project team and prepare equipment for field testing.
Attachment B - Scope of Engineering Services
Meet with CITY staff on a periodic basis, to update previous investigative work, to
coordinate upcoming work, and to receive any input from staff. Meetings will be
held at significant project milestones with written documentation of each meeting
provided. A total of four (4) meetings are anticipated.
Perform general consultation with appointed CITY representative on an as- needed
basis. Provide general overview opportunities for CITY personnel for observing
regularly scheduled field inspection and testing activities.
Administer subcontracts for services to include closed- circuit television inspection.
Perform ENGINEER's internal project control procedures on a monthly basis
including schedule and budget control, quality control review, and monthly progress
reports.
B. Data Management:
Review and modify hydraulic network as differences are found during field survey
activities in Basins CC35, BC21, and 0C24. Obtain capacity output reports from
Phase I; review and correct as necessary. Update existing maps as differences are
found in field and as informed by City for Phase I mapping.
C. Public Relations:
ENGINEER will prepare and deliver notices necessary for the performance of smoke
testing. Every reasonable effort will be made to distribute notices two (2) days prior
to smoke testing, however, the CITY will allow the ENGINEER to distribute notices
up to a minimum of one day in advance of smoke testing.
ENGINEER may distribute notices up to a maximum of seven (7) days prior to
smoke testing. If conditions do not allow smoke testing to be performed during this
period, ENGINEER will redistribute notices. If redistribution of smoke notices is
required, testing may be performed within one (1) day of noticing.
RRSCOPE— Phase II -Final B(I)
03/23/99
The Fire Department and Public Works Department will be notified daily of smoke
test locations. The Engineer will also assist the City by providing articles to be
printed in local newspapers to inform the public of testing activities.
II. Field Survey Reconnaissance:
A. Manhole /Visual Pipe Inspection:
1. A comprehensive below ground inspection of manholes and above ground
inspection of cleanouts will be performed at designated manholes in Basins
CC35, BC21, and 0C24 (those not included in Phase I). 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.
2. Perform inspection at manholes and cleanouts and record data on ENGINEER's
forms and input into database for analysis. (15 manholes and cleanouts are
estimated.)
B. Sanitary Sewer Mapping:
1. Make correction to the map as differences are found during field survey
activities in Basins CC35, BC21, and 0C24. 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.
C. 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, if approved by CITY, dyed water flooding using comprehensive
RRSCOPE — Phase II - Final B(2)
03/23i99
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.
If approved by City, inflow sources will also be identified by means of dyed water
flooding of storm sewer sections, stream sections, ditch sections, and ponding areas
that may be contributing to inflow. The test areas will be based on results of the
ENGINEER's smoke testing program. Positive dye tests are quantified for leakage
rate. Field test data are input to the computerized data management system and
analyzed. A water meter and water for dyed water flooding will be provided by
CITY at no charge to ENGINEER.
Specific tasks to be included are the following:
• Perform dual blower smoke testing with partial plugging on adjacent manholes,
secure photographs of defects, and record results on computerized data form.
A total of 54,918 linear feet is anticipated and includes the following
Basins CC35, BC21, and 0C24.
• Perform computerize analysis of smoke testing data and select dyed water
flooding locations and estimate quantity.
• Prepare dyed water testing justification report and submit to City for approval.
• Perform dyed water flooding at selected locations and record data on
computerized data forms and perform computerized analysis of data.
(10 locations are anticipated.)
D. Interim Report /Cleaning and Internal Television (TV) Inspection:
1. Perform analysis of field investigations for TV inspection recommendations.
Prepare a letter report summarizing the justification and location of sewers to be
TV inspected with concurrent dyed water flooding. Submit and discuss the
report with the CITY.
2. Perform cleaning and internal TV inspection of selected sewer lines and record
findings. Sanitary sewer lines will be lightly cleaned in order to view the
condition of the pipe. Light cleaning is defined as up to three passes in each
sewer segment selected for television inspection. Heavy cleaning and root
RRSCOPE —Phase II - Final B(3)
03/23/99
III. Analysis and Report:
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. (13,800 linear feet is anticipated.)
This part of the project includes performing an engineering analysis of Phase I and
Phase II field survey data and developing recommendations for I/I source repairs. A
description of field investigations, engineering analysis, and recommended action to
reduce I/I will be included in the report.
A. Flow Balancing:
1. Compare monitored and source flows by basin using flow monitoring results
and computerized listing of quantified defect flows from Phase I and
Phase II activities.
2. Perform balancing of recorded flows and source flows based on evaluation of
identified I/I flow rates and unaccounted remaining flow by basin. Adjust
assigned rates with distribution by line segment.
B. Data and Cost Analysis:
1. Develop rehabilitation and improvement costs for various types of
infiltration/inflow defect repairs and sewer improvements including, but not
limited to:
a. Main Replacement
b. Point Repair
c. Inversion Lining
d. Expansion Lining
e. Manhole Rehabilitation
f. Manhole Replacement
2. Perform analysis for an infiltration and inflow rehabilitation plan based on data
collected during the Phase I and Phase II field investigations. The rehabilitation
plan will include all defective manholes identified during Phase I and Phase II
activities and pipeline rehabilitation for the area included in the Phase II smoke
testing activities. Also included will be any private sector rehabilitation
identified during the Phase II smoke testing. The rehabilitation plan will
include a list of defects, preliminary repair method, estimated rehabilitation
cost, and estimated I/I reduction. Final engineering design is not included.
RRSCOPE — Phase II - Final B(4)
03/23/99
3. Prepare and submit three (3) copies of a draft report which includes results of
the Phase I and Phase II I/I investigations, findings, cost estimates, and
recommended plan to reduce I /I. The draft report will be presented and
discussed with CITY staff. After comments are received, a final report will be
prepared and submitted to the CITY. ENGINEER will provide five (5) copies
of the final report.
IV. Project Deliverables:
The ENGINEER shall compile all findings, reports and field cataloging into a hard copy
form and computer form. The ENGINEER shall deliver to the CITY, as outlined in the
Scope of Work, all information pertaining to the investigation and final analysis of the
SSES project. Computer data shall be formatted to be compatible with MS Windows
software products coordinated with the CITY prior to delivery. Mapping information will
be provided to the CITY in the same format (Microstation) as provided to the
ENGINEER at project initiation.
All documentation and reports shall be delivered as outlined above and herein to be
accessed with MS Windows 95, Word, Excel, and Access (Specific versions will be
coordinated with CITY prior to delivery.). 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:
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 from Phase I and Phase II 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).
RRSCOPE — Phase II - Final B(5)
03/23/99
ID
Task Name
Apr I May I Jun I Jul I Aug I Sep I Oct I Nov I Dec
1
ADMINISTRATION /MANAGEMENT
•
1
1
1
1
■
111
2
MANHOLENISUAL PIPE INSPECTION
3
PUBLIC RELATIONS
4
SMOKE TESTING
5
MAPPING
6
DYED WATER FLOODING
7
TV INSPECTION
8
ANALYSIS
9
REPORT
10
DATA DELIVERY
PROJECT: I/I REDUCTION
TASK NMI
DATE: 3/23/99
MILESTONE
RJN GROUP, INC.
CONSULTING ENGINEERS
CITY OF ROUND ROCK
III REDUCTION PROGFtAM
PHASE II- PROPOSED IMPLEMEN
C (1)
Compensation to the ENGINEER for "Basic Engineering Services"
follows:
Compensation for Basic Services provided under Attachment B:
Engineering Services" shall be in accordance with the methods in
and the specific amounts as set forth herein.
Compensation for the Basic Engineering Services shall be on the
combination of unit costs and lump sum costs.
A. Budgetary Amount
A budgetary amount for the Basic Services set forth in Attachment B: "Scope of
Engineering Services" is hereby estimated below. It is also understood that the cost
budgets are based upon ENGINEER's best estimate of work and level of effort
required for the proposed scope of services. As the project progresses, it is
possible that the level of effort and/or scope may differ up or down from that
assumed. If there are no scope changes, the ENGINEER shall receive the full
amount shown below. If at any time during the project it appears that the cost may
be exceeded, the ENGINEER will notify the CITY as soon as possible in writing.
B. Cost Break Down
TASK DESCRIPTION
Mobilization and Project
Administration
Data Management Program
Public Relations
ManholeNisual Pipe Inspection
Sewer System Mapping
Smoke Testing
Dyed Water Flooding
Cleaning/TV Inspection/
TV Justification Report
Flow Balancing
Final Data Analysis
Draft/Final Reports
TOTAL
Attachment D - Fee Schedule
UNIT ESTIMATED
UNIT COST QUANTITIES
($)
LS
LS
LS
EA
LS
LF
EA
LF
LS
LS
LS
D(1)
15,584
933
2,270
113.53
650
0.394
368.70
3.32
6,599
34,719
21,635
shall be made as
`Scope of
this attachment
basis of a
TOTAL
COST
($)
1 15,584
1 933
1 2,270
15 1,703
1 650
54,918 21,625
10 3,687
13,800 45,846
1 6,599
1 28,120
1 21.635
148,652
CITY OF ROUND ROCK, TEXAS -1 /1 Evaluation Study
Class
TOTALS
Total
Hours
Labor
Cost
Direct
Costs
Total
Task No TASK DESCRIPTION
PD
PM
PE
CE
DP
FM
FS
FT
OT/CL
PROJECT ADMINISTRATION AND MANAGEMENT
1001. Project Administration/Meetings
Mobilization
4
4
4_
4
0
0
16
16
8
56
$2.940
$500
53.440
Meetings (4)
2
44
34
12
0
0
0
0
8
100
$7,376
$900
$8,276
Consultation
2
8
2
0
0
0
0
0
2
14
$1,156
$0
$1,156
Subcontractor Admin
2
4
8
0
0
0
0
0
4
18
51,266
50
51,266
Project Control
2
4
12
0
0
0
0
0
2
20
51,446
50
51 446
SUBTOTAL
12
64
60
16
0
0
16
16
24
208
914,184
51,400
$15,584
1002. Data Management/Model Update
Hydraulic Network
1
2
4
4
0
0
0
0
4
15
5933
50
$933
SUBTOTAL
1
2
4
4
0
0
0
0
4
15
9933
$0
9933
1003. Public Relations
Prepare/Distribute Notices
0
1
2
4
0
0
0
40
2
49
51,840
5100
$1 940
Citizen Inquires
0
1
2
2
0
0
0
0
0
5
5330
$0
$330
SUBTOTAL
0
2
4
6
0
0
0
40
2
54
52,170
5100
52,270
FIELD SURVEY
1009. Manhole Inspections (15)
1
2
2
0
2
0
10
10
2
29
$1,453
5250
51,703
1010. Mapping
0
1
0
4
4
0
0
0
0
9
5550
5100
$650
1011. Smoke Testing (54,918 11)
2
6
10
24
4
14
112
224
12
408
517,358
$4,267
$21 625
1012. Dyed Water Testing (10 tests)
0
2
10
0
0
4
24
24
2
66
53,162
5525
$3 687
1013. TV Inspection (13,800 If)
1
12
20
26
0
8
150
150
12
379
$17,373
$28,473
545,846
SUBTOTAL
4
23
42
54
10
26
296
408
28
891
539,896
$33,615
573 511
ANALYSIS AND REPORT
1014. Flow Balancing
Compare Flows
1
2
12
8
0
0
0
0
2
25
51,593
$0
51,593
Source Flow Analysis/Balance
2
4
24
40
0
0
0
0
4
74
54,506
$500
55,006
1015. Data Analysis
Develop Rehabilitation Cost
2
4
12
0
0
0
0
0
2
20
51,446
50
51,446
Rehabilitation Analysis
8
56
112
140
0
30
20
0
40
406
$25,474
51,200
$26674
SUBTOTAL
13
66
160
188
0
30
20
0
48
525
533,019
51,700
534719
1016. Draft and Final Report
Draft Report
4
24
60
24
40
0
0
0
40
192
$11,832
$560
$12,392
Report Presentation
8
0
8
0
0
0
0
0
0
16
$1,424
5200
$1 624
Final Report
2
4
24
0
8
0
0
0
12
50
$3,106
51,160
94,266
Map
1
2
16
0
16
0
0
0
0
35
52,293
$200
$2 493
Visual Database
0
2
8
0
0
0
0
0
4
14
5860
$0
$860
SUBTOTAL
15
32
116
24
64
0
0
0
66
307
519,515
62,120
921,635
Total
45
189
386
292
74
66
332
464
162
2000
9109,717
538,935
9148,652
Round Rock Phase 11
DATE: April 16, 1999
SUBJECT: City Council Meeting — April 22, 1999
ITEM: 10.D.6. Consider a resolution authorizing the Mayor to execute an
engineering agreement with RJN Group, Inc. for a Sanitary Sewer
Engineering Study Phase II. This is the second phase of the SSES
project. This phase is to examine the three highest areas of
inflow /infiltration as identified under the Phase I study. The objective is
to investigate the reasons this inflow is entering specific collection areas
and determine an appropriate correction effort. The project will develop
rehabilitation and improvement costs for various possible improvements
including, in- general, main replacement, point repair, intemal lining,
pipe - bursting and manhole rehabilitation. Implementation of the study
will assist the City in eliminating the high inflow and infiltration
occurring in these basins through the development applicable
engineering designs and appropriate repair methods. This contract is for
$148,652.00. Staff Resource Person: Jim Nuse, Public Works Director.
A CITY OF ROUND ROCK
''kiiiAt ll
March 30, 1999
Mayor
Charles Culpepper
Mayor Pro-tem
Robert Stiuka
Connell Members
Earl M. Hairston
Rick Stewart
Earl Palmer
Martha Cha,,ez
Jimmy Joseph
City Manager
Robert L. Bennett, Jr.
City Attorney
Stephan L. Sheets
To: Jim Nuse, P.E.
Public Works Director
From: Steven Miller, P.E. � i
Facilities Engineer l
Subj: Sanitary Sewer Engineering Study (SSES), Phase II
Fax: 512- 218 -7097
1- 800 - 735- 2989TDD 1- 800 - 735 -2988 Voice
www.ei.round-rocicbt.us
221 Past Main Street
Round Rock, Texas 78664
512 - 218 -5400
The second phase of the SSES project is schedule for implementation
upon approval of the City Council. A presentation is planned to explain the
scope of this proposed second phase and a short review the original 1997 -98
engineering study.
This proposed phase is to examine the three highest areas of
inflow /infiltration as identified under the Phase I study. These areas are basins
CC35, BC21 and 0C24 (see Attachment No.1). Each of these basins and their
associated wet weather flow measurements are shown in Attachment No. 2, 3 &
4. The objective of this phase will be to investigate the reasons this inflow is
entering these specific collection areas and determined an appropriate
correction effort. The project shall develop rehabilitation and improvement costs
for various possible improvements including, in- general, main replacement,
point repair, internal lining, pipe- bursting and manhole rehabilitation.
The first SSES phase was completed in late 1998 and from this
extensive flow monitoring, field inspection and wastewater line mapping effort
the overall extent of inflow /infiltration in the city's wastewater collection system
was determined. Through modeling and field observations the entire collection
system experienced surcharges during peak inflow conditions but was within
acceptable design parameters for safe collection of wastewater.
Implementing this proposed contract with RJN Group, Inc. will assist the
city in eliminating the high inflow and infiltration occurring in these basins
through the development applicable engineering designs and appropriate repair
methods. This contract as proposed by RJN Group, Inc. is for the amount of
$148,652.00.
Wastewater Collection Basins
BC21, CC35, 0024
Attachment No. 1
,nd
2.00 -,-
1.50
0.50 -
0.00 '- '' •
12:00 AM 12:00 AM 12:00 AM
1/4/98 1/5/98 1/6/98
Sunday Monday Tuesday
City of Round Rock
Wet Weather Flow
. r , 0.00
12:00 AM 12:00 AM
1/7/98 1/8/98
Wednesday Thursday
DatefTime
Attachment No. 2
Fri Rainfall intensity
RG #3
• Flow
12:00 AM
1/9/98
Friday
12:00 AM
1/10/98
Saturday
Chandler Creek
CC35
T 4.00
3.00
O
t
0
m
c
- 2.00
ce c
C
iq
1.00
of
E
0
LL
0.40
0.20
0.00 I I I I
12:00 AM 12:00 AM 12:00 AM
11/29/97 11/30/97 12/1/97
Saturday Sunday Monday
City of Round Rock
Wet Weather Flow
12:00 AM
12/2/97
Tuesday
Date/Time
12:00 AM
12/3/97
Wednesday
Attachment No. 3
12:00 AM
12/4/97
Thursday
mu Rainfall intensity
RG #5
Flow
12:00 AM
12/5/97
Friday
1.00
0.00
Brushy Creek
BC21
LL
0.80 —
0.60
0.40
0.20
0.00 *— I - 1 • I
12:00 AM 12:00 AM 12:00 AM
1/4/98 1/5/98 1/6/98
Sunday Monday Tuesday
City of Round Rock
Wet Weather Flow
12:00 AM 12:00 AM
1/7/98 1/8198
Wednesday Thursday
Date/Time
Attachment No. 4
12:00 AM
1/9/98
Friday
EM Rainfall intensity
RG #3
Flow
12:00 AM
1/10/98
Saturday
Onion Creek
0C24
5.00
4.00
1.00
0.00
0
N
3.00
1 2.00 C