Loading...
CM-04-09-033Request for City Council/City Manager Action Please submit this form when placing items on the council agenda or when submitting an item to the City Manager for approval. Department: Engineering & Development Services Project Manager/Resource: Michael Thane Contact Person: Latha/Laura Council Meeting Date: N/A Project Name: South Creek Channel Improvements Funding Source: Capital Project Funds (GO 2001) ContractorNendor Name: Espey Consultants, Inc. Assigned Attomey: Steve Sheets Amount: $12,754.00 (contract, agreement,amendment,change order, purchase order,etc.) Is Funding Required? Yes Council Agenda Item Yes Submission to City Manager - Yes XX XX No E ()it. t_ ✓ A.A.A f"` ; Non No RECEIVED SEP 0 9 2004 (see required signatures below before submission to the City Manager) Initial Construction Contract ▪ Construction Contract Amendment # Change Order Q Change in Quantity Q Unforeseen Circumstances CInitial Professional Services Agreement ❑ Supplemental Professional Svcs. Agr. ❑ Purchasing/Service Agreement ElPurchase Order Item(s) to be purchased: Amount $12,754.00 ▪ Other (Please clearly identify action on lines below) Agenda Wording: Consider a resolution authorizing the City Manager to execute an Engineering Contract with Espey Consultants Inc. for the South Creek Channel Improvements Comments: The original contract expired. We are renewing the contract without any additional funding request For Submission to City Manaq Onl Project Mgr. Signature: %.. 0......1/20......1/2Date: 9 9 at/ Dept. Director Signature: 7(.� sh +-941.u.,., /a pate: City Attomey Signature: `�.� Date: 41,01/ City Manager Signature:t Date: - • " L : r al A • proval Is required for all items requesting City Manager's approval. Finance Approval X❑ Finance -Date and Signature: 09-08-04 L.Olsen ▪ Purchasing -Date and Signature: n/a Howard Baker g/administration/cmgr-council action.xls 7-14-04 DATE: SUBJECT: ITEM: September 10, 2004 City Manager Approval Consider an action by the City Manager to execute a Contract for Engineering Services with Espey Consultants, Inc. for the South Creek Channel Improvement Project. Department: Engineering and Development Services Staff Person: Michael Thane, Sr. Engineer/Engineering Manager Justification: Renew the expired contract with Espey Consultants, Inc. for the design improvements to channel and drainage systems in the interest of flood control, appearance and to facilitate maintenance. The scope of this project is to develop construction plans for: Dry Branch Tributary No. 1 channel through South Creek subdivision up to A.W. Grimes Blvd., Dry Branch channel in South Creek subdivision from Mimosa Drive to its confluence with Dry Branch Tributary No. 1, new slope stabilization for Dry Branch Tributary No. 1 near its intersection with Gattis School Road just west of the Clay Madsen Rec. Center, and drainage improvements on Greenlawn Blvd. just north of its northern intersection with Parkside Circle to help alleviate inundation of the area during intense rainfall events. Funding: Cost: $12,754.00 Source of funds: Capital Project Funds (GO Bond 2001) Outside Resources: Espey Consultants, Inc. Background Information: Dry Branch Tributary No. 1 channel traversing through South Creek subdivision is difficult to maintain and is critical for carrying flood waters safely through the subdivision. This same channel is experiencing stabilization problems near its intersection with Gattis School Road. Also, there have been flooding problems in the Greenslopes Subdivision just west of Dry Branch Tributary No. 1 near the northern intersection of Greenlawn Blvd. and Parkside Circle. This new agreement will provide design of channel improvements that will increase channel capacity and improve the appearance and maintainability of Dry Branch Tributary No. 1. The City Council approved the original agreement with Espey Consultants, Inc. on September 11, 2003. The contract has expired and it is necessary to prepare a new contract in order to continue the services. There is no additional funding involved with this new contract. Public Comment: N/A "ROUND ROCK, TEXAS vU RI'()SE. InsSION PIU19'EAIIT CITY OF ROUND ROCK CONTRACT FOR ENGINEERING SERVICES FIRM ESPEY CONSULTANTS, INC. ADDRESS: 3809 S. 2nd Street, Ste. B-300, Austin, TX 78704 PROJECT: SOUTH CREEK CHANNEL IMPROVEMENTS ("Engineer") THE STATE OF TEXAS COUNTY OF WILLIAMSON T I CON CT FOR ENGINEERING SERVICES ("Contract") is made and entered into on this the y of , 2004 by and between the CITY OF ROUND ROCK, a Texas home - rule municipal corporation, whose offices are located at 221 East Main Street, Round Rock, Texas 78664-5299, (hereinafter referred to as "City"), and Engineer, and such Contract is for the purpose of contracting for professional engineering services. RECITALS: WHEREAS, V.T.C.A., Government Code §2254.002(2)(A)(vii) under Subchapter A entitled "Professional Services Procurement Act" provides for the procurement by municipalities of services of professional engineers; and WHEREAS, City and Engineer desire to contract for such professional engineering services; and WHEREAS, City and Engineer wish to document their agreement concerning the requirements and respective obligations of the parties; NOW, THEREFORE, WITNESSETH: That for and in consideration of the mutual promises contained herein and other good and valuable considerations, and the covenants and agreements hereinafter contained to be kept and performed by the respective parties hereto, it is agreed as follows: Engineering Services Contract File Name: espey-screek channel imp; 72328 1 Rev. 09/07/04 00064494 CONTRACT DOCUMENTS The Contract Documents consist of this Contract and any exhibits attached hereto (which exhibits are hereby incorporated into and made a part of this Contract) and all Supplemental Contracts (as defined herein in Article 13) which are subsequently issued. These form the entire contract, and all are as fully a part of this Contract as if attached to this Contract or repeated herein. ARTICLE 1 CITY SERVICES City shall perform or provide services as identified in Exhibit A entitled "City Services." ARTICLE 2 ENGINEERING SERVICES Engineer shall perform Engineering Services as identified in Exhibit B entitled "Engineering Services." Engineer shall perform the Engineering Services in accordance with the Work Schedule as identified in Exhibit C entitled "Work Schedule." Such Work Schedule shall contain a complete schedule so that the Engineering Services under this Contract may be accomplished within the specified time and at the specified cost. The Work Schedule shall provide specific work sequences and definite review times by City and Engineer of all Engineering Services. Should the review times or Engineering Services take longer than shown on the Work Schedule, through no fault of Engineer, Engineer may submit a timely written request for additional time, which shall be subject to the approval of the City Manager. ARTICLE 3 CONTRACT TERM (1) Term. The Engineer is expected to complete the Engineering Services described herein in accordance with the above described Work Schedule. If Engineer does not performed the Engineering Services in accordance with the Work Schedule, then City shall have the right to terminate this Contract as set forth below in Article 20. So long as the City elects not to terminate this Contract, it shall continue from day to day until such time as the Engineering Services are completed. Any Engineering Services performed or costs incurred after the date of termination shall not be eligible for reimbursement. Engineer shall notify City in writing as soon as possible if he/she/it determines, or reasonably anticipates, that the Engineering Services will not be completed in accordance with the Work Schedule. (2) Work Schedule. Engineer acknowledges that the Work Schedule is of critical importance, and agrees to undertake all necessary efforts to expedite the performance of Engineering Services required herein so that construction of the project will be commenced and completed as scheduled. In this regard, and subject to adjustments in the Work Schedule as provided in Article 2 herein, Engineer shall proceed with sufficient qualified personnel and consultants necessary to fully and timely accomplish all Engineering Services required under this Contract in a professional manner. 2 (3) Notice to Proceed. After execution of this Contract, Engineer shall not proceed with Engineering Services until authorized in writing by City to proceed as provided in Article 7. ARTICLE 4 COMPENSATION City shall pay and Engineer agrees to accept the amount shown below as full compensation for the Engineering Services performed and to be performed under this Contract. The amount payable under this Contract, without modification of the Contract as provided herein, is the sum of Twelve Thousand Seven Hundred Fifty -Four & No/100 Dollars ($ 12,754.00 ) as shown in Exhibit D. The lump sum amount payable shall be revised equitably only by written Supplemental Contract in the event of a change in Engineering Services as authorized by City. Engineer shall prepare and submit to City monthly progress reports in sufficient detail to support the progress of the Engineering Services and to support invoices requesting monthly payment. Any preferred format of City for such monthly progress reports shall be identified in Exhibit B. Satisfactory progress of Engineering Services shall be an absolute condition of payment. The fee herein referenced may be adjusted for additional Engineering Services requested and performed only if approved by written Supplemental Contract. ARTICLE 5 METHOD OF PAYMENT Payments to Engineer shall be made while Engineering Services are in progress. Engineer shall prepare and submit to City, not more frequently than once per month, a progress report as referenced in Article 4 above. Such progress report shall state the percentage of completion of Engineering Services accomplished during that billing period and to date. Simultaneous with submission of such progress report, Engineer shall prepare and submit one (1) original and one (1) copy of a certified invoice in a form acceptable to City. This submittal shall also include a progress assessment report in a form acceptable to City. Progress payments shall be made in proportion to the percentage of completion of Engineering Services identified in Exhibit D. Progress payments shall be made by City based upon Engineering Services actually provided and performed. Upon timely receipt and approval of each statement, City shall make a good faith effort to pay the amount which is due and payable within thirty (30) days. City reserves the right to withhold payment pending verification of satisfactory Engineering Services performed. Engineer has the responsibility to submit proof to City, adequate and sufficient in its determination, that tasks were completed. The certified statements shall show the total amount earned to the date of submission and shall show the amount due and payable as of the date of the current statement. Final payment does not relieve Engineer of the responsibility of correcting any errors and/or omissions resulting from his/her/its negligence. 3 ARTICLE 6 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Engineer will be made within thirty (30) days of the day on which the performance of services was complete, or within thirty (30) days of the day on which City receives a correct invoice for services, whichever is later. Engineer may charge a late fee (fee shall not be greater than that which is permitted by Texas law) for payments not made in accordance with this prompt payment policy; however, this policy does not apply in the event: A. There is a bona fide dispute between City and Engineer concerning the supplies, materials, or equipment delivered or the services performed that causes the payment to be late; or B. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or C. There is a bona fide dispute between Engineer and a subcontractor or between a subcontractor and its supplier concerning supplies, materials, or equipment delivered or the Engineering Services performed which causes the payment to be late; or D. The invoice is not mailed to City in strict accordance with instructions, if any, on the purchase order, or this Contract or other such contractual agreement. City shall document to Engineer the issues related to disputed invoices within ten (10) calendar days of receipt of such invoice. Any non -disputed invoices shall be considered correct and payable per the terms of Chapter 2251, V.T.C.A., Texas Government Code. ARTICLE 7 NOTICE TO PROCEED The Engineer shall not proceed with any task listed on Exhibit B until the City has issued a written Notice to Proceed regarding such task. The City shall not be responsible for work performed or costs incurred by Engineer related to any task for which a Notice to Proceed has not been issued. ARTICLE 8 PROJECT TEAM City's Designated Representative for purposes of this Contract is as follows: Michael Thane, P.E. Senior Engineer/Engineering Manager 2008 Enterprise Drive Round Rock, Texas 78664 Telephone Number (512) 218-3236 Fax Number (512) 218-5563 Email Address mthane(a,round-rock.tx.us 4 City's Designated Representative shall be authorized to act on City's behalf with respect to this Contract. City or City's Designated Representative shall render decisions in a timely manner pertaining to documents submitted by Engineer in order to avoid unreasonable delay in the orderly and sequential progress of Engineering Services. Engineer's Designated Representative for purposes of this Contract is as follows: Brian K. Ries, P.E. Vice President 3809 S. 2nd Street, Ste. B-300 Austin, TX 78704 Telephone Number (512) 326-5659 Fax Number (512) 326-5723 Email Address dgray(aespeyconsultants.com ARTICLE 9 PROGRESS EVALUATION Engineer shall, from time to time during the progress of the Engineering Services, confer with City at City's election. Engineer shall prepare and present such information as may be pertinent and necessary, or as may be requested by City, in order for City to evaluate features of the Engineering Services. At the request of City or Engineer, conferences shall be provided at Engineer's office, the offices of City, or at other locations designated by City. When requested by City, such conferences shall also include evaluation of the Engineering Services. Should City determine that the progress in Engineering Services does not satisfy the Work Schedule, then City shall review the Work Schedule with Engineer to determine corrective action required. Engineer shall promptly advise City in writing of events which have or may have a significant impact upon the progress of the Engineering Services, including but not limited to the following: (1) Problems, delays, adverse conditions which may materially affect the ability to meet the objectives of the Work Schedule, or preclude the attainment of project Engineering Services units by established time periods; and such disclosure shall be accompanied by statement of actions taken or contemplated, and City assistance needed to resolve the situation, if any; and (2) Favorable developments or events which enable meeting the Work Schedule goals sooner than anticipated. 5 ARTICLE 10 SUSPENSION Should City desire to suspend the Engineering Services, but not to terminate this Contract, then such suspension may be effected by City giving Engineer thirty (30) calendar days' verbal notification followed by written confirmation to that effect. Such thirty -day notice may be waived in writing by agreement and signature of both parties. The Engineering Services may be reinstated and resumed in full force and effect within sixty (60) days of receipt of written notice from City to resume the Engineering Services. Such sixty-day notice may be waived in writing by agreement and signature of both parties. If this Contract is suspended for more than thirty (30) days, Engineer shall have the option of terminating this Contract. If City suspends the Engineering Services, the contract period as determined in Article 3, and the Work Schedule, shall be extended for a time period equal to the suspension period. City assumes no liability for Engineering Services performed or costs incurred prior to the date authorized by City for Engineer to begin Engineering Services, and/or during periods when Engineering Services is suspended, and/or subsequent to the contract completion date. ARTICLE 11 ADDITIONAL ENGINEERING SERVICES If Engineer forms a reasonable opinion that any work he/she/it has been directed to perform is beyond the scope of this Contract and as such constitutes extra work, he/she/it shall promptly notify City in writing. In the event City finds that such work does constitute extra work and exceeds the maximum amount payable, City shall so advise Engineer and a written Supplemental Contract will be executed between the parties as provided in Article 13. Engineer shall not perform any proposed additional work nor incur any additional costs prior to the execution, by both parties, of a written Supplemental Contract. City shall not be responsible for actions by Engineer nor for any costs incurred by Engineer relating to additional work not directly associated with the performance of the Engineering Services authorized in this Contract or any amendments thereto. ARTICLE 12 CHANGES IN ENGINEERING SERVICES If City deems it necessary to request changes to previously satisfactorily completed Engineering Services or parts thereof which involve changes to the original Engineering Services or character of Engineering Services under this Contract, then Engineer shall make such revisions as requested and as directed by City. Such revisions shall be considered as additional Engineering Services and paid for as specified under Article 11. Engineer shall make revisions to Engineering Services authorized hereunder as are necessary to correct errors appearing therein, when required to do so by City. No additional compensation shall be due for such Engineering Services. 6 ARTICLE 13 SUPPLEMENTAL CONTRACTS The terms of this Contract may be modified by written Supplemental Contract if City determines that there has been a significant change in (1) the scope, complexity or character of the Engineering Services, or (2) the duration of the Engineering Services. Any such Supplemental Contract must be duly authorized by the City. Engineer shall not proceed until the Supplemental Contract has been executed. Additional compensation, if appropriate, shall be identified as provided in Article 4. It is understood and agreed by and between both parties that Engineer shall make no claim for extra work done or materials furnished until the City authorizes full execution of the written Supplemental Contract and authorization to proceed. City reserves the right to withhold payment pending verification of satisfactory Engineering Services performed. ARTICLE 14 OWNERSHIP OF DOCUMENTS All data, basic sketches, charts, calculations, plans, specifications, and other documents created or collected under the terms of this Contract are the exclusive property of City and shall be furnished to City upon request. All documents prepared by Engineer and all documents furnished to Engineer by City shall be delivered to City upon completion or termination of this Contract. Engineer, at its own expense, may retain copies of such documents or any other data which it has furnished City under this Contract. ARTICLE 15 PERSONNEL, EQUIPMENT AND MATERIAL Engineer shall furnish and maintain, at its own expense, quarters for the performance of all Engineering Services, and adequate and sufficient personnel and equipment to perform the Engineering Services as required. All employees of Engineer shall have such knowledge and experience as will enable them to perform the duties assigned to them. Any employee of Engineer who, in the opinion of City, is incompetent or whose conduct becomes detrimental to the Engineering Services shall immediately be removed from association with the project when so instructed by City. Engineer certifies that it presently has adequate qualified personnel in its employment for performance of the Engineering Services required under this Contract, or will obtain such personnel from sources other than City. Engineer may not change the Project Manager without prior written consent of City. ARTICLE 16 SUBCONTRACTING Engineer shall not assign, subcontract or transfer any portion of the Engineering Services under this Contract without prior written approval from City. All subcontracts shall include the provisions required in this Contract and shall be approved as to form, in writing, by City prior to Engineering Services being performed under the subcontract. No subcontract shall relieve Engineer of any responsibilities under this Contract. 7 ARTICLE 17 EVALUATION OF ENGINEERING SERVICES City, or any authorized representatives of it, shall have the right at all reasonable times to review or otherwise evaluate the Engineering Services performed or being performed hereunder and the premises on which it is being performed. If any review or evaluation is made on the premises of Engineer or a subcontractor, then Engineer shall provide and require its subcontractors to provide all reasonable facilities and assistance for the safety and convenience of City or other representatives in the performance of their duties. ARTICLE 18 SUBMISSION OF REPORTS All applicable study reports shall be submitted in preliminary form for approval by City before any final report is issued. City's comments on Engineer's preliminary reports shall be addressed in any final report. ARTICLE 19 VIOLATION OF CONTRACT TERMS/BREACH OF CONTRACT Violation of contract terms or breach of contract by Engineer shall be grounds for termination of this Contract, and any increased costs arising from Engineer's default, breach of contract, or violation of contract terms shall be paid by Engineer. ARTICLE 20 TERMINATION This Contract may be terminated as set forth below. (1) By mutual agreement and consent, in writing, of both parties. (2) By City, by notice in writing to Engineer, as a consequence of failure by Engineer to perform the Engineering 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 City, for reasons of its own and not subject to the mutual consent of Engineer, upon not less than thirty (30) days' written notice to Engineer. (5) By satisfactory completion of all Engineering Services and obligations described herein. Should 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 Engineer. In determining the value of the Engineering Services performed by Engineer prior to termination, City shall be the sole judge. Compensation for Engineering Services at termination will be based on a percentage of the Engineering 8 Services completed at that time. Should City terminate this Contract under Subsection (4) immediately above, then the amount charged during the thirty -day notice period shall not exceed the amount charged during the preceding thirty (30) days. If Engineer defaults in the performance of this Contract or if City terminates this Contract for fault on the part of Engineer, then City shall give consideration to the actual costs incurred by Engineer in performing the Engineering Services to the date of default, the amount of Engineering Services required which was satisfactorily completed to date of default, the value of the Engineering Services which are usable to City, the cost to City of employing another firm to complete the Engineering Services required and the time required to do so, and other factors which affect the value to City of the Engineering Services 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 City and Engineer under this Contract, except the obligations set forth herein in Article 21 entitled "Compliance with Laws." If the termination of this Contract is due to the failure of Engineer to fulfill his/her/its contractual obligations, then City may take over the project and prosecute the Engineering Services to completion. In such case, Engineer shall be liable to City for any additional and reasonable costs incurred by City. Engineer shall be responsible for the settlement of all contractual and administrative issues arising out of any procurements made by Engineer in support of the Engineering Services under this Contract. ARTICLE 21 COMPLIANCE WITH LAWS (1) Compliance. 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, minimum/maximum salary and wage statutes and regulations, and licensing laws and regulations. Engineer shall furnish City with satisfactory proof of his/her/its compliance. Engineer shall further obtain all permits and licenses required in the performance of the Engineering Services contracted for herein. (2) Taxes. Engineer will pay all taxes, if any, required by law arising by virtue of the Engineering Services performed hereunder. City is qualified for exemption pursuant to the provisions of Section 151.309 of the Texas Limited Sales, Excise, and Use Tax Act. ARTICLE 22 INDEMNIFICATION Engineer shall save and hold harmless City and its officers and employees from all claims and liabilities due to activities of his/her/itself and his/her/its agents or employees, performed under this Contract, which are caused by or which result from the negligent error, omission, or negligent act of Engineer or of any person employed by Engineer or under Engineer's direction or control. 9 Engineer shall also save and hold City harmless from any and all expenses, including but not limited to attorneys fees which may be incurred by City in litigation or otherwise defending claims or liabilities which may be imposed on City as a result of such activities by Engineer, its agents, or employees. ARTICLE 23 ENGINEER'S RESPONSIBILITIES Engineer shall be responsible for the accuracy of his/her/its Engineering Services and shall promptly make necessary revisions or corrections to its work product resulting from errors, omissions, or negligent acts, and same shall be done without compensation. City shall determine Engineer's responsibilities for all questions arising from design errors and/or omissions. Engineer shall not be relieved of responsibility for subsequent correction of any such errors or omissions in its work product, or for clarification of any ambiguities until after the construction phase of the project has been completed. ARTICLE 24 ENGINEER'S SEAL The responsible engineer shall sign, seal and date all appropriate engineering submissions to City in accordance with the Texas Engineering Practice Act and the rules of the State Board of Registration for Professional Engineers. ARTICLE 25 NON -COLLUSION, FINANCIAL INTEREST PROHIBITED (1) Non -collusion. Engineer warrants that he/she/it has not employed or retained any company or persons, other than a bona fide employee working solely for Engineer, to solicit or secure this Contract, and that he/she/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, City reserves and shall have the right to annul this Contract without liability or, in its discretion and at its sole election, to deduct from the contract price or compensation, or to otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. (2) Financial Interest Prohibited. Engineer covenants and represents that Engineer, his/her/its officers, employees, agents, consultants and subcontractors will have no financial interest, direct or indirect, in the purchase or sale of any product, materials or equipment that will be recommended or required for the construction of the project. ARTICLE 26 INSURANCE (1) Insurance. Engineer, at Engineer's sole cost, shall purchase and maintain during the entire term while this Contract is in effect professional liability insurance coverage in the minimum amount of One Million Dollars from a company authorized to do insurance business in Texas and otherwise 10 acceptable to City. Engineer shall also notify City, within twenty-four (24) hours of receipt, of any notices of expiration, cancellation, non -renewal, or material change in coverage it receives from its insurer. (2) Subconsultant Insurance. Without limiting any of the other obligations or liabilities of Engineer, Engineer shall require each subconsultant performing work under this Contract to maintain during the term of this Contract, at the subconsultant's own expense, the same stipulated minimum insurance required in Article 26, Section (1) above, including the required provisions and additional policy conditions as shown below in Article 26, Section (3). Engineer shall obtain and monitor the certificates of insurance from each subconsultant in order to assure compliance with the insurance requirements. Engineer must retain the certificates of insurance for the duration of this Contract, and shall have the responsibility of enforcing these insurance requirements among its subconsultants. City shall be entitled, upon request and without expense, to receive copies of these certificates of insurance. (3) Insurance Policy Endorsements. Each insurance policy shall include the following conditions by endorsement to the policy: (a) Each policy shall require that thirty (30) days prior to the expiration, cancellation, non- renewal or reduction in limits by endorsement a notice thereof shall be given to City by certified mail to: City Manager, City of Round Rock 221 East Main Street Round Rock, Texas 78664 (b) The policy clause "Other Insurance" shall not apply to any insurance coverage currently held by City, to any such future coverage, or to City's Self -Insured Retentions of whatever nature. (4) Cost of Insurance. The cost of all insurance required herein to be secured and maintained by Engineer shall be borne solely by Engineer, with certificates of insurance evidencing such minimum coverage in force to be filed with City. Such Certificates of Insurance are evidenced as Exhibit E herein entitled "Certificates of Insurance." ARTICLE 27 COPYRIGHTS 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 Engineer for governmental purposes. 11 ARTICLE 28 SUCCESSORS AND ASSIGNS This Contract shall be binding upon and inure to the benefit of the parties hereto, their successors, lawful assigns, and legal representatives. Engineer may not assign, sublet or transfer any interest in this Contract, in whole or in part, by operation of law or otherwise, without obtaining the prior written consent of City. ARTICLE 29 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, then 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. ARTICLE 30 PRIOR AGREEMENTS SUPERSEDED This Contract constitutes the sole agreement of the parties hereto, and supersedes any prior understandings or written or oral contracts between the parties respecting the subject matter defined herein. This Contract may only be amended or supplemented by mutual agreement of the parties hereto in writing. ARTICLE 31 ENGINEER'S ACCOUNTING RECORDS Records pertaining to the project, and records of accounts between City and Engineer, shall be kept on a generally recognized accounting basis and shall be available to City or its authorized representatives at mutually convenient times. The City reserves the right to review all records it deems relevant which are related to this Contract. 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 addresses: City: City of Round Rock Attention: City Manager 221 East Main Street Round Rock, TX 78664 12 and to: Stephan L. Sheets City Attorney 309 East Main Street Round Rock, TX 78664 Engineer: Brian K. Reis, P.E. Vice President Espey Consultants, Inc. 3809 S. 2nd Street, Ste. B-300 Austin, TX 78704 ARTICLE 33 GENERAL PROVISIONS (1) Time is of the Essence. Engineer understands and agrees that time is of the essence and that any failure of Engineer to complete the Engineering Services for each phase of this Contract within the agreed Work Schedule may constitute a material breach of this Contract. Engineer shall be fully responsible for his/her/its delays or for failures to use his/her/its reasonable efforts in accordance with the terms of this Contract and the Engineer's standard of performance as defined herein. Where damage is caused to City due to Engineer's negligent failure to perform City may accordingly withhold, to the extent of such damage, Engineer's payments hereunder without waiver of any of City's additional legal rights or remedies. (2) Force Majeure. Neither City nor Engineer shall be deemed in violation of this Contract if prevented from performing any of their obligations hereunder by reasons for which they are not responsible or circumstances beyond their control. However, notice of such impediment or delay in performance must be timely given, and all reasonable efforts undertaken to mitigate its effects. (3) Enforcement and Venue. This Contract shall be enforceable in Round Rock, Williamson County, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Contract shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. (4) Standard of Performance. The standard of care for all professional engineering, consulting and related services performed or furnished by Engineer and its employees under this Contract will be the care and skill ordinarily used by members of Engineer's profession practicing under the same or similar circumstances at the same time and in the same locality. Excepting Articles 25 and 34 herein, Engineer makes no warranties, express or implied, under this Contract or otherwise, in connection with the Engineering Services. 13 (5) Opinion of Probable Cost. Any opinions of probable project cost or probable construction cost provided by Engineer are made on the basis of information available to Engineer and on the basis of Engineer's experience and qualifications and represents its judgment as an experienced and qualified professional engineer. However, since Engineer has no control over the cost of labor, materials, equipment or services furnished by others, or over the contractor(s') methods of determining prices, or over competitive bidding or market conditions, Engineer does not guarantee that proposals, bids or actual project or construction cost will not vary from opinions of probable cost Engineer prepares. (6) Opinions and Determinations. Where the terms of this Contract provide for action to be based upon opinion, judgment, approval, review, or determination of either party hereto, such terms are not intended to be and shall never be construed as permitting such opinion, judgment, approval, review, or determination to be arbitrary, capricious, or unreasonable. ARTICLE 34 SIGNATORY WARRANTY The undersigned signatory for Engineer hereby represents and warrants that the signatory is an officer of the organization for which he/she has executed this Contract and that he/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 City to enter into this Contract. IN WITNESS WHEREOF, the City of Round Rock has caused this Contract to be signed in its corporate name by its duly authorized City Manager or Mayor and Engineer, signing by and through its duly authorized representative(s), thereby binding the parties hereto, their successors, assigns and representatives for the faithful and full performance of the terms and provisions hereof. CITY F ' tj D ROCK, TEXAS Christine Martinez, City Secretary ESPEY CONSULTANTS, INC. By: Signature of Principal Printed Name: 14 APP' ,A EDS TO ORM: Stepha L. Sheets, City Attorney LIST OF EXHIBITS ATTACHED (1) Exhibit A City Services (2) Exhibit B Engineering Services (3) Exhibit C Work Schedule (4) Exhibit D Fee Schedule (5) Exhibit E Certificates of Insurance 15 South Creek Channel Improvements — Design Phase Contract Agreement EXHIBIT A South Creek Channel Improvements "City Services" The Scope of Services to be performed by the City is to facilitate the engineering, permitting and design of channel improvements described in Exhibit B, by administering this contract and reviewing the work performed by the engineer. The City shall: 1. provide to the engineer, without charge, copies as needed of all available maps, plans, as -built drawings and any other information relevant to the project. 2. provide "Right of Entry" (landowner permission) if necessary for the engineer or his subconsultants to access private property in order to perform the work. 3. shall meet with the engineer on a periodic basis to review the progress of the work, to answer questions from the engineer, and for the purpose of commenting on the work. 0:1 wdox I CORK I gn ll engs ery Is crkchanne 110 0 0 72 3 12. DOC August 13, 2004 South Creek Channel Improvements — Design Phase Contract Agreement EXHIBIT B South Creek Channel Improvements "Engineering Services" The South Creek Subdivision in Round Rock, Texas includes approximately 256 acres of single family and multi -family development east of A. W. Grimes Boulevard and west of Dry Branch. It lies south of Brushy Creek and north of Gattis School Road, and was platted in the 1980's. Dry Branch Creek approximately marks the eastern boundary, and Dry Branch Tributary Number 1 approximately bisects the northern and southern half of the development. Dry Branch Tributary Number 1 extends westerly and southwesterly crossing A. W. Grimes Boulevard, Green Slopes Park, Gattis School Road and Louis Henna Boulevard, and includes a total drainage area of 2.055 square miles. The scope of the improvements to be designed for this project is divided into three areas along Dry Branch Tributary No. 1. Each of these projects as shown on Figure 1 are described in detail under the following task descriptions. Task A: Dry Branch Tributary No. 1 Improvements SOUTH CREEK CHANNEL „KAPROVEMENT HANNE, OVMEN- Al"fl.-. SCH£lf Figure 1: Project Location Map The scope of this project includes the design of channel improvements at two separate locations along Dry Branch Tributary No. 1. These improvements will occur through the South Creek Subdivision and just upstream and downstream of Gattis School Road. South Creek Channel Improvements — Constitutes the primary focus of the project that channel extending through the South Creek Subdivision starting at the South Creek detention pond outfall and extending upstream to the A.W. Grimes road crossing. These improvements will improve channel conveyance, maintainability, and the overall appearance of the drainage way. These improvements will also include extending the proposed channel section upstream along Dry Branch Creek to the Mimosa Drive culvert crossing. Improvements include the re -shaping of the existing cross section, the installation of a pilot channel, modification of existing concrete box culverts (Dry Branch Tributary No. 1), utility adjustments, installation of maintenance access point(s), and re -vegetation. The proposed channel cross section will require the following utility adjustments to be made due to routing conflicts as part of the improvements: ncludes the large Figure 2: South Creek 1 Logan St. oking downstream from O:IwdarICORRIgnlleng serviscrkehanne1100072312.DOC August 13, 2004 South Creek Channel Improvements — Design Phase Contract Agreement • 24" Wastewater Line @ confluence of Dry Branch Main and Dry Branch Tributary No. 1 — Because downstream portions of this line can not be lowered, a 24" new gravity line will be routed north to the area of the abandoned South Creek Lift Station within the abandoned MoKan right-of-way for additional line depth. This design will include approximately 3,800 ft of 24" wastewater line with associated appurtenances. • Logan Dr, 8" Wastewater Line-- Record as -built information suggest that the lowering of the two middle box culverts will not impact this line. However in the event that it is impacted, this 8" line will be re-routed along the south bank of Tributary No. 1 and outfall into the new 24" gravity line described above. • Logan Dr. 12" Waterline — This existing line will likely need to be adjusted with the lowering of the two middle box culverts at Logan Dr. No re-routing of the waterline will be necessary as part of these improvements. Channel Improvements at Gattis School Road - In the upper reach of Dry Branch Tributary No. 1, dry rock riprap placed immediately upstream and downstream of Gattis School Road has been dislodged due to shear forces incurred during significant flood events. While some of the material is still in place, some areas do not adequately serve to protect the channel banks in critical areas including bends. Erosion of the limestone bed and the channel side slope toe threatens channel stability and maintenance is problematic. The limits of these improvements includes the removal of the original rock stabilization measure, placement of an erosion control mat on grassy side slopes, the creation of a pilot channel in the native bedrock, the installation of rock toe walls in selected reaches, and the integration of a series of riffles and pools. Figure 3: Dry Trib. No. 1 at Gattis School Rd: Looking upstream toward Gattis School Road (western bank). Work Breakdown Structure - The scope of this project includes the development of construction plans for the South Creek Channel Improvements and the Channel Improvements at Gattis School Rd. A 1. Project Management - EC will act as the main point of contact for the City of Round Rock and coordinate and participate in four (4) regularly scheduled monthly progress meetings for the purpose of discussing progress, status of project and addressing comments. EC will also manage, review, and coordinate all work performed by subcontractors. A project work schedule will be created and maintained through the duration of the project in a City approved format. A2. Route Study of New Wastewater Line — EC will coordinate with the City of Round Rock staff and attend meetings as necessary to conclude the exact alignment of the proposed 24" WW line. EC will work with a surveyor to obtain the necessary field survey information related to the proposed route and identify a shorter tie-in location, other utility conflicts and adjacent property lines and ROW limits. 0:4wdarICORRignheng_sewlscrkchanne1100072312.DOC August 13, 2004 South Creek Channel Improvements — Design Phase Contract Agreement A3. Coordination with USACE and Notification — EC will coordinate the proposed improvements with the USACE for compliance with Section 404 of the Clean Water Act. At this time it is anticipated that an individual permit for the proposed activity will be required. An individual permit will require 90 to 120 days for review / approval assuming there are no major adjustments or alternative request made by the USACE. A4. Preparation of Construction Plans — Based on cost, input from the City of Round Rock, utility conflict alternatives, geotechnical findings, USACE, availability of materials, etc., EC will adjust the proposed design as necessary and develop construction plans of the proposed improvements. Construction plans will include appropriate general notes to contractor, erosion / sedimentation control measures, provisions for securing existing utilities (manholes, wastewater laterals, etc.), plan and profiles of the channel, plan and profile of new 24" wastewater line, necessary cross- sections, general details, structural details, landscape details, etc. as required for construction by the contractor. EC will coordinate with utility companies; however, no major alignment adjustments are anticipated other than those described in this scope. EC will prepare one draft set construction plans and one final set of construction plans with incorporated draft comments. A5. Preparation of Contract Documents and Specifications — EC will prepare contract documents and technical specifications using format and standard documents provided by the City of Round Rock. A construction cost estimate of the engineers opinion of probable cost will also be provided for the draft submittal and then updated for the final submittal. A6. Bid Phase Services — EC will provide a master copy of the bid documents for reproduction at the City of Round Rock's expense. EC will provide assistance at a pre-bid conference, the bid opening, tabulation of bids, and will make a recommendation of award following review of bid results. A7. Stormwater Pollution Prevention Plan — The Texas Pollutant Discharge Elimination System (TPDES) regulations require that a Stonnwater Pollution Prevention Plan (SWPPP) be prepared for construction activities that exceed one acre in size. EC will prepare the Stormwater Pollution Prevention Plan (SWPPP) in accordance with TPDES Permit No. TX150000 and include it within the project manual. Task B: Drainage Improvements Near Greenslopes Park The street drainage and storm sewer collection system near the intersection of Greenlawn Boulevard and Parkside Drive that outfalls into Dry Branch Tributary No. 1 routinely experiences ponding/flooding during storm events. The scope of this task includes constructing an additional 6' x 3' (width x height) box culvert and incorporating two 2 curb cuts (flume) to intercept street drainage coming down Greenlawn Blvd. The addition of the 6'x 3' box culvert will result in lowering the flowline of the Greenlawn Blvd. outfall channel by one foot and making the necessary grade transitions Channel grading, a stream bank breach, and bank stabilization measures along the bank of Dry Branch Tributary No. 1 will also be needed to provide the small Greenlawn Blvd. drainage channel a direct outfall as opposed to its existing route Figure 4: Near Greenslopes Park loo Greenlawn Blvd. ng upstream at 0:IvdoxlCO2RIgnlleng_sery crkchanne1100072712.0OC August 13, 2004 South Creek Channel Improvements — Design Phase Contract Agreement that runs behind private residence along side of Dry Branch Tributary No. 1 before out falling downstream. Work Breakdown Structure - The scope of this project includes the development of construction plans for the Drainage Improvements near Greenslopes Park. B 1. Project Management - EC will act as main point of contact for the City of Round Rock and coordinate and participate in four (4) regularly scheduled monthly progress meetings for the purpose of discussing progress, status of project and addressing comments. EC will also manage, review, and coordinate all work performed by subcontractors. A project work schedule will be created and maintained through the duration of the project in a City approved format. B2. Preparation of Construction Plans — EC will prepare construction plans of the proposed channel improvements. Construction plans will include appropriate general notes to contractor, erosion / sedimentation control measures, provisions for securing existing utilities (manholes, wastewater laterals, etc.), plan and profiles of the box culvert and channel, necessary cross-sections, details, re -grading of unnamed tributary, etc. as required for construction by the contractor. EC will coordinate with utility companies; however, no major alignment adjustments are anticipated. EC will prepare one draft set construction plans and one final set of construction plans with incorporated draft comments. B3. Preparation of Contract Documents and Specifications — EC will prepare contract documents and technical specifications using format and standard documents provided by the City of Round Rock. B4. Bid Phase Services — EC will provide a master copy of the bid documents for reproduction at the City of Round Rock's expense. EC will provide assistance at a pre-bid conference, the bid opening, tabulation of bids, and will make a recommendation of award following review of bid results. B5. Stormwater Pollution Prevention Plan — The Texas Pollutant Discharge Elimination System (TPDES) regulations require that a Stormwater Pollution Prevention Plan (SWPPP) be prepared for construction activities that exceed one acre in size. EC will prepare the Stormwater Pollution Prevention Plan (SWPPP) in accordance with TPDES Permit No. TX15OOOO and include it within the project manual. General Understanding of Work 1. Design surveys will be needed for the 24" wastewater line, channel improvements at Gattis School Rd., and the channel work related to the unnamed tributary downstream of Greenlawn Blvd. All other surveys and the design survey for the portion of Dry Branch Tributary No. 1 just downstream of A.W. Grimes will be provided by others and are not included in this scope. 2. Utility adjustments or relocations outside of those identified in the above-described scope are not included. 3. Public coordination of meetings or presentations are not included. 4. Submittals to FEMA and the TCEQ are not included. 5. Environmental or architectural assessments or surveys are not included. 6. Construction phase services are not included. 0.'IwdoxICORRIgnlleng_serviscrkchanne1100071311.DOC August 13, 2004 South Creek Channel Improvements — Design Phase Contract Agreement EXHIBIT C South Creek Channel Improvements "Work Schedule" The following schedule is the time required upon receipt of 80% complete review comments: Complete Construction Plans Preparation of Final Construction Plans and Contract Documents (includes approximately 5 working day review from CORR) Advertise, Bid and Award 1 month 1 month 2 months Total Project Duration 4 months O. IwdoxICORRIgntieng_servlscrkchanne1100071311.DOC August 13, 2004 South Creek Channel Improvements — Design Phase Contract Agreement EXHIBIT D South Creek Channel Improvements "Fee Schedule" LABOR COS 1 DETAIL Description Man -Hour Estimate by Labor Classification Subtotals Time Cost (hrs) ($) Engineering Principal Proj. Man. Staff Technician Clerical Task A: Dry Branch Trib 01 A l - A7 _ 40 40 32 4 118 $ 2,956 Task A Subtotal 2 40 40 32 4 118 $ 2,956 Task 0: Improvements Near Geenslopes Park BI -135 0 4 8 4 16 $ 382 Task 0 Subtotal 0 4 8 4 0 16 $ 382 A & B subtotals: 2 44 48 36 4 134 $ 3,338 average raw labor rate: $ 73.00 $ 32.00 S 23.50 $ 16.50 S 15.50 subtotal by labor classification: $ 146 $ 1,408 $ 1,128 $ 594 $ 62 Direct Labor Overhead Rate (Fringe Benefit) 31% x Labor $ 1,035 General and Administrative Overhead Rate 138% x Labor $ 4,606 profit (12% of total labor cost) $ 1,078 SUMMARY Labor: $ 10,057 reproduction: $ 197 subconsultant (structural services): $ 2,500 TOTAL $ 12,754 0:1 wdox I CORK I gnll eng_s eryI scrkchanne1100072312. DOC August 13, 2004 South Creek Channel Improvements — Design Phase Contract Agreement EXHIBIT E South Creek Channel Improvements "Certificates of Insurance" alwdoxICORRIgnlleng_servlscrkchanne1100072312.DOC August 13, 2004 -CERTIFICATE OF LIABILITY INSURANCE Date: 8/18/04 PRODUCER: Texas Associates Insurors 1120 Capital of TX Hwy S Building Three, Suite 300 Austin, TX 78746 COMPANIES AFFORDING COVERAGE INSURED Ilailfordjnsurano Company TSItiertti:aC EsperConsuitants 11 l-C-axtfuitycOtitlitty THIS IS TO CERTIFY THAT the Insured named above is insured 13y the Companies listed above with respect - to the business operations hereinafter described, for the types of insurance and in accordance vvith the provisions of the standard policies used by the conapanieS, and further hereinafter described. Exceptions to the polieteS are noted below, CO TYPE OF POLICY EFFECTIVE EXPIRATION EMITS LTR INSURANCE NUMBER DATE DATE GENERAL LIAM:mil ssSE.AEttnis 04/�uip4 otiotios GENERAL AGGREGATE S.2,000,000 PRODUOTS.COMP/OP Aqq. $ z,000poo PERSONAL &ADV. INJURY S.1,000000 EACH OGCURREINCE. S.1,000,000 FIRE DAMAGE (anyone are) S 300000 MED. EXPENSE (Any one person) 10,000 A AvTothopii•* ospEctri120/ 04/0:1414 :44/.01/44 ccihlowhi):$pLiAytir miqo,lop BODILY1NJURY.(Per person) $ Bolo( IN3CRY.(PeraccIdent) S. P.ROTERTY.13AMAGE „AL pccEss T.4.Ampri. 6$134:E.g,7175 '0.4(#1104 114/01/05 rfitcCCENcE. $ 2;000;000 AGGREGATE $ 2;000,000 A lArCiRICERs'- COMPENSATION 65WECZE.308 04/01704 tiotros AND EMPLOYERS' LIABILITY STATUT2RY LIMITS $ EACH ACCIDENT $1,000,000. DI5EASE - POLICY LIMIT S 1,000,000 DISEASE- EACFI EMPLOYEE $:1,000;000 PROPESSIONAL LIABILITY AR0000847 134/16/04 0446108 Aggregate Per Claim $2,000,000. St(i10,o60: DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS/EXCEPTIONS The city. M Round Rock is named .as additional insured with respect to all pcilicies except: 'Workers' Compensation and Employers' Liability' and 'Professional Liability'. Should any of the above described policies be cancelled or changed before the expiration date thereof, the issuing company will mail thirty (30) days written notice to the certificate holder named below. CERTIFICATE HOLDER: City Manager City of Round Rock SIGNATURr 08 AI TTHORTZED REPRESENTATIVE 221 E. Main Street Round Rock, Texas 78664 00650 -i2�03 Certificate of Liability Insurance Page 1 Typed Title:.Agent . Reynolds