Loading...
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