R-04-02-12-14E1 - 2/12/2004RESOLUTION NO. R-04-02-12-14131
WHEREAS, the City of Round Rock desires to retain engineering
services for the 2003-2004 Wastewater Collection System Rehabilitation
of three Edwards Aquifer Basins, and
WHEREAS, RJN Group, Inc. has submitted a Contract for Engineering
Services 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 for Engineering Services with RJN Group,
Inc. for the 2003-2004 Wastewater Collection System Rehabilitation of
three Edwards Aquifer Basins, a copy of said contract being attached
hereto as Exhibit "A" 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.
RESOLVED this 12th day of February, 004.
NY W L, Mayor
City of Round Rock, Texas
AT 'ST
CHRISTINE R. MARTINEZ, City Secr ary
PFLeSktcp\::ODMA/40RLDOX/O:/WDOX/RESOLUTI/R40212E1.WPDjSC
'ROUND ROCK, TEXAS
PURPOSE. PASSION. PROSPERrfY
CITY OF ROUND ROCK
CONTRACT FOR ENGINEERING SERVICES
FIRM _ RJN GROUP INC. .(`Engineer")
ADDRESS: 12160 Abrams Rd., Suite 400, Dallas, TX 75243
PROJECT: 2003-04 WASTEWATER COLLECTION SYSTEM REHABILITATION PROJECT
1 DAZW N J LU R), LU 16, AND CC341
THE STATE OF TEXAS §
COUNTY OF WILLIAMSON §
THIS CONTRACT FOR ENGINEERING SERVICES ("Contract") is made and entered into on
this the _ day 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 Rev. 01/19/04
File Name: wastewater rehab-01-04-dn; 62780 EXHIBIT 00062288
G
"All
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 two hundred eleven thousand one hundred thirty seven dollars ($ 211,137.00 )
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.
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
City shall issue a written authorization to proceed with Engineering Services. City shall not be
responsible for actions by Engineer or any costs incurred by Engineer relating to additional Engineering
Services not included in Exhibit B.
ARTICLE 8
PROJECT TEAM
City's Designated Representative for purposes of this Contract is as follows:
Michael D. Thane, P.E.
Project Manager
2008 Enterprise Drive
Round Rock, Texas 78664
Telephone Number (512) 218-3236
Fax Number (512) 218-5563
Email Address Mthane@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:
Peter Lai, P.E.
Engineer
12160 Abrams Rd., Suite 400
Dallas, TX "/5243 °
Telephone Number (972) 437-4300 °
Fax Number (972) 437-2707
Email Address Alai@rjn.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.
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.
rel
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 City Council Resolution. Engineer shall not proceed until the appropriate
Resolution has been adopted. 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 Council 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
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.
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
1101
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:
Peter Lai, P.E.
Engineer
RJN Group, Inc.
12160 Abrams Rd., Suite 400
Dallas, TX 75243
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 Mayor, duly authorized to execute the same on its behalf by
Resolution No. , approved by the City Council on the day of the month
of , 2004, 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 OF ROUND ROCK:
Lo
Nyle Maxwell, Mayor
ATTEST:
By:
Christine Martinez, City Secretary
RJN GROUP, INC.
By:%'? IL4,
Signatur of Principal
Printed Name: _ Nt4j t
14
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
EXHIBIT A
SERVICES TO BE PROVIDED BY THE CITY OF ROUND ROCK
2003-2004 Wastewater Collection System Rehabilitation
Basins LC15-Z, LC16-Z and CC34-Z
1. Designate a person to act as the Owner's representative with respect to services to be
rendered under this contract. Such person shall have complete authority to transmit
instructions, receive information, and interpret and define Owner/s policies and decisions.
2. Provide all criteria and full information as to the Owner's requirements for the project,
including design objectives and constraints, space, capacity and performance
requirements, and any budgetary limitations; and furnish copies of all design and
construction standards to include standards for manhole construction, which Owner will
require to be included in the project.
3. Place at the Engineer's disposal all available information including previous reports and
any other data relative to design or construction of the project.
4. Arrange for access to and make provisions for Engineer and their Subconsultants to enter
upon public and private property as required for Engineer to perform the services under
this contract.
5. Examine all studies, reports, sketches, drawings specifications, proposals and other
documents presented by the Engineer, and render in writing decisions pertaining thereto
within a reasonable time so as not to delay the services of the Engineer.
6. Furnish approvals and permits for all governmental authorities having jurisdiction over
the Project and such approvals and consent from others as may be necessary for
completion of the project. Pay all fees associated with approvals and permits.
7. Give prompt notice to the Engineer whenever Owner observes or otherwise becomes
aware of any development that affects the scope or timing of Engineer's services.
8. Secure easements (using documents prepared by Engineer) as required for construction of
the project.
1/16/04
EXHIBIT B
SCOPE OF SERVICES TO BE PERFORMED BY ENGINEER
2003-2004 Wastewater Collection System Rehabilitation
Basins LC15-Z, LC16-Z and CC34-Z
This scope includes the final design, bidding assistance, and construction administration
assistance for rehabilitation of the wastewater collection system in Basins LC15-Z, LC16-Z, and
CC34-Z. The estimated schedule of repairs includes 351 manholes, 125 point repairs, and 4,943
linear feet of sewer replacement for an estimated construction cost of $1,204,715. A description
of the rehabilitation is shown on Table B-1 following this Attachment.
Engineering Design Bidding Assistance and Construction Engineering Assistance
Item I. Basic Services
A. Project Administration and Management
1. Perform project initiation activities.
2. Perform general administration and project management including meetings
with City staff as necessary.
3. Procure subcontractors for such work as topographic surveying and
easement document preparation.
4. Obtain right of entry agreements from property owners with wastewater
lines requiring replacement located in easements in their rear yards. Right -
of -entry agreements will be available in both English and Spanish.
B. Preliminary Plan Sheets
1. Coordinate with utility companies to have existing utilities located both on
the ground and on the design sheets.
2. Perform as -built and right-of-way research for each site.
3. Review the data base provided by the surveyor to ensure standards are met
and perform any clean-up that may be required.
4. Prepare preliminary plan sheets for all lines that require point repairs and
plan and profile sheets for lines that require replacement. Walk each point
repair and replacement to verify all visible improvements were located and
are shown on the drawings.
5. Submit preliminary design plans to the City for review. Meet with the City
to review the preliminary submittal.
1/16/04 2
C. Final Plans. Specifications and Estimates
1. Prepare final design plans based on the review of the City and discussions
with the Engineer.
2. Review selective computer output reports from the Manhole Inspection
Program to determine I/I sources to be rehabilitated.
3. Evaluate site specific manhole repair alternatives including cover type, grade
adjustments, sealing techniques, manhole interior repairs, and/or manhole
replacement.
4. Using ENGINEER's basic specifications, prepare project specifications
which shall include but not be limited to: (1) bidding documents,
(2) contractual documents, (3) conditions of the contract, (4) standard
project forms, (5) technical specifications, (6) Schedule of Manhole
Rehabilitation, (7) Location Map and (8) General Details.
5. Prepare ENGINEER's Opinion of Probable Construction Cost.
6. Submit three (3) copies of the draft specifications to the City for review.
7. Perform final changes to the specifications based on City review.
8. Submit three (3) hard copies and an electronic copy (MicroStation) of the
final contract documents to the City.
Item II. Special Services
A. Contract Services
For the purpose of the cost proposal, it is anticipated that one (1) construction
contract will be bid. The contract bid shall include manhole rehabilitation and
sewer line repairs.
1. Assist the City in advertising, obtaining, and evaluating Bid Proposals for
the construction contract and awarding thereof. Provide assistance to the
City in responding to bidder inquiries during advertisement of the
construction contract, and participate in project pre-bid conference.
Provide and distribute bidding documents and addendum. Non -refunded
bid deposits shall remain the property of the ENGINEER for
administrative, printing, and handling cost.
1/16/04 3
2. Assist the City in reviewing the bids for completeness and accuracy.
Develop bid tabulations and submit a written recommendation of contract
award to the City along with three (3) copies of the bid tabulations.
3. Consult with and advise the City on the responsibility and responsiveness
of contractors, the acceptability of subcontractors, substitute materials, and
equipment proposed by the project bidders.
4. Provide the successful bidder(s) with five (5) sets of the contract
specifications for execution and the insertion of the required insurance
certificates. Provide the successful bidder(s) with five (5) sets of the
contract documents for construction purposes.
5. Assist the City in conducting a pre -construction conference with the
Contractors by notifying utilities, governmental agencies, and other
interested parties, and answer questions at the conference.
6. Review shop drawings, scheduling, test results, and other submittals that
the Contractor is required to submit.
7. Provide 6 site visits for observation for sewer and manhole rehabilitation
construction for general conformance to the contract drawings and contract
specifications. Times of observation will be coordinated with the City.
8. Review and prepare any change orders proposed by the Contractor and
provide recommendations to the City.
9. Provide the City with two (2) sets of black line prints and an electronic
copy (MicroStation) of the record drawings. City will provide mark-ups
for producing the record drawings.
B. Additional Services
Conduct horizontal and vertical control survey necessary for design of the
project.
2. Provide the City with the technical information for location of the
easements, if any, required for construction of the project. Information
will include width and general location of the easements, and distances
from the property lines. Property line information shall be obtained from
existing maps provided by the City to the ENGINEER. After approval by
the City, the ENGINEER will prepare and issue legal description of
easements. The City will secure easements as necessary. Seven
easements are included.
1/16/04 4
3. Communicate with Texas Commission on Environmental Quality (TCEQ)
in accordance with the Edwards Aquifer Rules to include preparing a
clarification request exempting the City of Round Rock from preparing a
recharge/ transition zone plan and permit for wastewater collection system
rehabilitation construction. Any fees required by the TCEQ will be the
responsibility of the City. If determined by the TCEQ that a plan and
permit are required, the ENGINEER and any special services, such as
geotechnical, required to complete the plan and permit will be
compensated at the rate schedule attached and at a negotiated fee for
special services.
4. Design the wastewater collections system improvements to meet the
requirements found in 30 TAC Chapter 317, "Design Criteria for Sewerage
Systems" and the requirements set forth in the Edwards Aquifer Rule (RG -
349) Section 3.3.1.2.1.
5. Prepare necessary permits for railroad crossings and highway crossing as
required. Three are anticipated for this contract.
6. Prepare a Storm Water Pollution Prevention Plan in accordance with EPA's
NPDES requirements for construction activities. One plan will be developed
for the project as a whole and not for specific work locations. The plan will
be based upon guidelines set forth by the TCEQ.
1/16/04 5
EXHIBIT C
Work Schedule
2003-2004 Wastewater Collection System Rehabilitation
Basins LC15-Z, LC16-Z and CC34-Z
AUTHORIZATION PROGRESS AND COMPLETION
The City and ENGINEER agree that the project is planned for completion according to
the schedule below with anticipated Notice to Proceed in February 2004.
Major Tasks Completion Date
Draft Plans/Specifications May 2004
Final Plans/Specifications June 2004
Bidding and Award July 2004
Construction Completion January 2005
The ENGINEER shall employ manpower and other resources and use professional skill and
diligence to meet the schedule; however, he shall not be responsible for schedule delays resulting
from conditions beyond his control. With mutual agreement, the City and the ENGINEER may
modify the project schedule during the course of the project and if such modifications affect the
ENGINEER's compensation, it shall be modified accordingly, subject to City approval.
1/16/04 6
EXHIBIT D
FEE SCHEDULE
2003-2004 Wastewater Collection System Rehabilitation
Basins LC15-Z, LC16-Z and CC34-Z
Task Description
Unit
Unit Costs
($)
Cost
($)
Basic Services
Project Administration/Management
1 LS
13,150
13,150
Wastewater Line Design
(pt. repairs/replacement)
1 LS
70,594
70,594
Manhole Rehabilitation Design
1 LS
15,883
15,883
Total Basic Services
99,600
Special Services
Contract Services
1 LS
13,550
13,550
Other Services
Survey
1 LS
78,187
78,187
Easement
8 EA
1,200
9,600
TCEQ Requirements (In accordance
with Scope Item U.B.2)
1 LS
2,100
2,100
Permits (3 EA)
3 EA
1,200
3,600
SWP
1 LS
4,500
4,500
Subtotal Special Services
111.537
Total Cost Not -to -Exceed
211,137
1/16/04 7
EXHIBIT E
Certificates of Insurance
eilJGlILarj4 14'01 'yJ14d/ZIli I
i, A'I 'Luu`t 00. 1G bJrJbtJ;44/t)4
CERTIFICATE OF LIABILITY INSURANCE
PROFESSIONAL SERVICES
PRODMER
Mack and Parkar, Inc.
55 Fast Jackson Blvd.
4�icaga, ZL 40604
INSURED
RJN Group, IT16.
200 W. Front Street
*&aton, 11 60187
HJN GKUUP, INC
RJN GROUP INC
�
Data: 1-16-04
COIV,[PANIES AFFORDING COVERAGE
A Cream i,ch Iw=ance Ca rpany
B
C
A
PAGE 02/03
PAGE 03/66
TMS 15 TO CERTIFY THAT ibe Imured naradd above is imur0 i by the Companies listed above with respect t
the business operations bmkmfter daaai 4 for t'he WO of in5oranc,4 oad in amordmas with the pmvivonso
the 6tattdard popsies used by the conapWes, and: f vrther hcmh Afier described. Exceptions to the pnliaeS are nota
below,
w..euu®r��••�
CO MR OP NASURANCE ' . PMICY IM41m MMATION LUWM
LTR NUMBER PATR DA'TS
A rROFMMALLNAn-t1'1I $1,400,000 leach Claim
f
,000 000 A ar�ate
PEa000984102 8-01-03 B-01-04 0�Od� Retentarm
T10N og 8PBC1AL 17V4 xcM10Ns ftoject : 2003-2004 Wastewater: CoU action System
Ttebabilitation ProJeet (Basins LC150 LC16 aW CC34) .
Should:�y O�tha abo� derczlhed palleiies'be c�nulfed br c},auAeO bbta3t! tlu eapixatlon dare tIR ma is�E com�anp wW �oaail th3ri
(30) days written notice io ft tWIfitatb holder named Wow,
cER TEMATE HOLDER: Gey of RWZA Awk
2zi a main se"d
Round Rq, ToM 7M64
a": MWAc Maw, CW SerXeauy
W4 2nQ0 - ft%W*W Liability CeNflcNtada=
SIGNATURE OF AUTHO=ED ROUSEN'TATTV
=maw
,rte Ssx'iaac t�
T+nes Service AssmiAte
TOTA4 P.125
01/27/2004 TUE 14:52 [TX/RX NO 77191 Q002
01/2_7/2_004 14,57 9724372707
C.ERTIFICATIE of LIABILITY INSURANCE
PROAUM
Mack and ParkerTnG.
55 E. Jackson Blvd.
0110aigo, IL;* 60604
RJN GROUP, INC PAGE 03/03
KJN QRULIP INC PAGE 04/06
Date^
CoteAN= AT ORDING C0VF1LkGB
A Trmscozltfrtental Insurance CO.
8 Valley Forge
S> SUR73n
c Contirwntal Caauaity Cmpmy
kjy.. Gsoup, It.
D Tr=pot`tat:iem Insurance Co.
1�hCOT>�.1,t' S�t1r[gee�t�
g S 'To CT1�TJi'Y THAT to Wtued nwaW above
is insured by tote Companies listed above with respect to the
business opertttioos hereinafter dewibad, for the typos
of ince and tu aceorduxe with the provisions of the
standard �pobkles used lry the meanies, tend ti>� hereicafte r desaxibed. 8xcepbms to the policies an noted
below.
CO '[Yn OF 1 SOM 1POIACY €FICTIVE
Z7MMATLON
LTR NUMBER MATE
DATE
Gla UAL LIAwnsfY
6W0L4L AGGICUa s I Z f 000 w 000
A TM077863675 6-1-03
84-04 PX0M;Cr5-COM?WAGG, 8100Q00000
PERSON AJs AL MV. tN1URY a i, OOO,D00
9AC1t occua,t04CE -111000) 000
FIRS DAMAGE (AM ime tiro) s 10010M
Mabe tNSE UWt?' one pateer�)s 10, 000
A OM081I f,1.tItBRIi1f
00WftaD$ML8LPAff $1,0W,000
B 13W077863644 8.1-03
8-1-Q4 BODILvT URY(Perpaeean) t
C BUA1077863658 8-1-03
8-1^04 BODILY IH)UkY firer awideM) S
PODMTY DAM OR S
c-isswaErr7
QccuRRsrtcE $3,000,000
0 CLWI077853689 B-1-03
8-1-04 A" :3,000,000
W ' COMPENSAr1
81rA RY UWrtS t
MDEMPLCrm,LIMILITY
EACHACCM*n S 500t000
D WM077863661 8-1-03
8-1-04 Dow$- POLICY LIMIT :M000
DSS • EACH EMVWYM 1OW
PFtt, iONAt. 1
.
N/A
on!�cRlrrwlVoFo>'tRAToKSI T1ONE—MiCLE&6F l SISX Project: 2003-2004 Wastewater
Collection System. Reh4bilit:ation Project (gasins W15, %C16 aril CC34)
The !qr of bound Rale is aetrseC s additioMl instsrsd wrid► respect d1 ell poiicie: crirMpc'warkers' Canpcn�atloa end SmployCrs' Lioblttq�'
and 1Pmfe=imW 1.tebi1hy'. Shauid so of ft ebova dcranbed petiaiei be V0=Ikd or chmod befote the expirmion dft mawf, Q& issu1 r4
aompany wili rrmil tbi (30) days -fit= hoop to thn eat df=te holder wmW balm,
CERTMC/1T& HOLDER: City MMM
GtcyafAond Rode
221 R Maio Shoot
ROM4 FA*14 Taxai 78664
Cwr1 oElnsur CdFA 6XnWLT `A"
SIONA-M&E CF tlR1ZO WREMMATIVIS
NO: Barbara Fri
Service Associate
R p"ftu 10✓io62
01/27/2004 TUE 14:52 [TX/RX NO 77191 [003
-
W -
�
co (
U) nr
w z C {
LL 0 0
0 (
_j 0 E {
cl) J
m
� C.)
w -
Q
W
W W
U)
Q �
So
�
; §
� ! a
\ �
/
§
\ �
} § �
) �
�
�
@O�
.5 O o •�
cri N 2
OL
�RUc
o C
�§/ 7 cu
� _
�
DATE: February 6, 2004
SUBJECT: City Council Meeting - February 12, 2004
ITEM: 14.E.1. Consider a resolution authorizing the Mayor to execute a Contract
for Engineering Services with RJN Group, Inc. for the 2003-2004
Wastewater Collection System Rehabilitation of three Edwards
Aquifer Basins.
Department: Water and Wastewater Utilities
Staff Person: Tom Clark, Director of Utilities
Justification: The City is required to continue this program in order to comply with
the TCEQ's Edwards Aquifer Recharge Zone Protection Program
requirements. The elimination of defects will reduce inflow and
infiltration entering the City's Wastewater collection system, thereby
reducing the City's treatment cost to the LCRA and BRA, who own
and operate the Brushy Creek Regional Wastewater Treatment Plant.
Funding:
Cost: $211,137
Source of funds: Self Financed Utility Fund (F260)
Outside Resources: RJN Group, Inc.
Background Information: In September 2002, RJN Group was retained by the City to
conduct an Inflow & Infiltration (I&I) Study of Basins
LC15-Z, LC16-Z and CC34-Z. The scope of services
consisted of intensive survey activities including manhole
inspection, smoke testing, dyed water flooding, and
internal television inspection. At the completion of the
evaluation study in January 2004, a recommended plan to
reduce I&I during a 5 -year storm event and to reduce
maintenance repairs in the three basins was prepared by
RJN.
This contract is to develop construction plans for
rehabilitating the wastewater collection system in the
three basins. The schedule of repairs includes 4,943 linear
feet of line replacement, 125 point repairs, and repair of
351 manholes. Approximately 1,116,000 gallons per day
of I&I will be eliminated with the completion of the project.
The estimated construction cost is $1,204,715.
Public Comment: N/A
EXECUTED
DOCUMENT
FOLLOWS
f �
ROL ND ROCK, TEXAS
' PIHP��C! P,1C�I11APH(xPf NII
CITY OF ROUND ROCK
CONTRACT FOR ENGINEERING SERVICES
FIRM RJN GROUP, INC. .(`Engineer")
ADDRESS: 12160 Abrams Rd., Suite 400, Dallas, TX 75243
PROJECT: 2003-04 WASTEWATER COLLECTION SYSTEM REHABILITATION PROJECT
(BASINS LC 15, LC 16, AND CC34)
THE STATE OF TEXAS §
COUNTY OF WILLIAMSON §
THIS CONTRACT FOR ENGINEERING SERVICES ("Contract") is made and entered into on
this the )P. day of -
2004 by and between the CITY OF ROUND ROCK, a Texas home -
rule municipal corporation, wh se 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:
9-04-od-a-144,F/
Engineering Services Contract
File Name: wastewater rehab-01-04-dn; 62780
Rev. 01 / 19/04
00062288
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 two hundred eleven thousand one hundred thirty seven dollars ($ 211,137.00 )
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
City shall issue a written authorization to proceed with Engineering Services. City shall not be
responsible for actions by Engineer or any costs incurred by Engineer relating to additional Engineering
Services not included in Exhibit B.
ARTICLE 8
PROJECT TEAM
City's Designated Representative for purposes of this Contract is as follows:
Michael D. Thane, P.E.
Project Manager
2008 Enterprise Drive
Round Rock, Texas 78664
Telephone Number (512) 218-3236
Fax Number (512) 218-5563
Email Address Mthane@round-rock.tx.us
0
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:
Peter Lai, P.E.
Engineer
12160 Abrams Rd., Suite 400 0
Oallas, TX /J243 o
Telephone Number (972) 437-4300
Fax Number (972) 437-2707
Email Address plai"n.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.
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.
0
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 City Council Resolution. Engineer shall not proceed until the appropriate
Resolution has been adopted. 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 Council 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 fiunish 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.
V/
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
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.
Ct
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:
Peter Lai, P.E.
Engineer
RJN Group, Inc.
12160 Abrams Rd., Suite 400
Dallas, TX 75243
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 Mayor, duly authorized to execute the same on its behalf by
Resolution No. 1?--D4-02-Q -146,1 approved by the City Council on the /Z day of the month
of , 2004, and Engineer, signing by and through its duly authorized representative(s),
thereby bindQ the parties hereto, their successors, assigns and representatives for the faithful and full
performance of the terms and provisions hereof.
CITY OF ROROCK:
By:
Nylew , ayor
ATTEST:
By. �.nub
v)
Christine Martinez, City Secretary
RJN GROUP, INC.
By: M �/,(,&
Signa of Principal
Printed Name:
14
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
EXHIBIT A
SERVICES TO BE PROVIDED BY THE CITY OF ROUND ROCK
2003-2004 Wastewater Collection System Rehabilitation
Basins LC15-Z, LC16-Z and CC34-Z
1. Designate a person to act as the Owner's representative with respect to services to be
rendered under this contract. Such person shall have complete authority to transmit
instructions, receive information, and interpret and define Owner/s policies and decisions.
2. Provide all criteria and full information as to the Owner's requirements for the project,
including design objectives and constraints, space, capacity and performance
requirements, and any budgetary limitations; and furnish copies of all design and
construction standards to include standards for manhole construction, which Owner will
require to be included in the project.
3. Place at the Engineer's disposal all available information including previous reports and
any other data relative to design or construction of the project.
4. Arrange for access to and make provisions for Engineer and their Subconsultants to enter
upon public and private property as required for Engineer to perform the services under
this contract.
5. Examine all studies, reports, sketches, drawings specifications, proposals and other
documents presented by the Engineer, and render in writing decisions pertaining thereto
within a reasonable time so as not to delay the services of the Engineer.
6. Furnish approvals and permits for all governmental authorities having jurisdiction over
the Project and such approvals and consent from others as may be necessary for
completion of the project. Pay all fees associated with approvals and permits.
7. Give prompt notice to the Engineer whenever Owner observes or otherwise becomes
aware of any development that affects the scope or timing of Engineer's services.
8. Secure easements (using documents prepared by Engineer) as required for construction of
the project.
1/16/04
EXHIBIT B
SCOPE OF SERVICES TO BE PERFORMED BY ENGINEER
2003-2004 Wastewater Collection System Rehabilitation
Basins LC15-Z, LC16-Z and CC34-Z
This scope includes the final design, bidding assistance, and construction administration
assistance for rehabilitation of the wastewater collection system in Basins LC15-Z, LC16-Z, and
CC34-Z. The estimated schedule of repairs includes 351 manholes, 125 point repairs, and 4,943
linear feet of sewer replacement for an estimated construction cost of $1,204,715. A description
of the rehabilitation is shown on Table B-1 following this Attachment.
Engineering Design Bidding Assistance and Construction Engineering Assistance
Item I. Basic Services
A. Proiect Administration and Management
1. Perform project initiation activities.
2. Perform general administration and project management including meetings
with City staff as necessary.
3. Procure subcontractors for such work as topographic surveying and
easement document preparation.
4. Obtain right of entry agreements from property owners with wastewater
lines requiring replacement located in easements in their rear yards. Right -
of -entry agreements will be available in both English and Spanish.
B. Preliminary Plan Sheets
1. Coordinate with utility companies to have existing utilities located both on
the ground and on the design sheets.
2. Perform as -built and right-of-way research for each site.
3. Review the data base provided by the surveyor to ensure standards are met
and perform any clean-up that may be required.
4. Prepare preliminary plan sheets for all lines that require point repairs and
plan and profile sheets for lines that require replacement. Walk each point
repair and replacement to verify all visible improvements were located and
are shown on the drawings.
5. Submit preliminary design plans to the City for review. Meet with the City
to review the preliminary submittal.
1/16/04 2
C. Final Plans, Specifications and Estimates
1. Prepare final design plans based on the review of the City and discussions
with the Engineer.
2. Review selective computer output reports from the Manhole Inspection
Program to determine I/I sources to be rehabilitated.
3. Evaluate site specific manhole repair alternatives including cover type, grade
adjustments, sealing techniques, manhole interior repairs, and/or manhole
replacement.
4. Using ENGINEER's basic specifications, prepare project specifications
which shall include but not be limited to: (1) bidding documents,
(2) contractual documents, (3) conditions of the contract, (4) standard
project forms, (5) technical specifications, (6) Schedule of Manhole
Rehabilitation, (7) Location Map and (8) General Details.
5. Prepare ENGINEER's Opinion of Probable Construction Cost.
6. Submit three (3) copies of the draft specifications to the City for review.
7. Perform final changes to the specifications based on City review.
8. Submit three (3) hard copies and an electronic copy (MicroStation) of the
final contract documents to the City.
Item II. Special Services
A. Contract Services
For the purpose of the cost proposal, it is anticipated that one (1) construction
contract will be bid. The contract bid shall include manhole rehabilitation and
sewer line repairs.
Assist the City in advertising, obtaining, and evaluating Bid Proposals for
the construction contract and awarding thereof. Provide assistance to the
City in responding to bidder inquiries during advertisement of the
construction contract, and participate in project pre-bid conference.
Provide and distribute bidding documents and addendum. Non -refunded
bid deposits shall remain the property of the ENGINEER for
administrative, printing, and handling cost.
1/16/04 3
2. Assist the City in reviewing the bids for completeness and accuracy.
Develop bid tabulations and submit a written recommendation of contract
award to the City along with three (3) copies of the bid tabulations.
3. Consult with and advise the City on the responsibility and responsiveness
of contractors, the acceptability of subcontractors, substitute materials, and
equipment proposed by the project bidders.
4. Provide the successful bidder(s) with five (5) sets of the contract
specifications for execution and the insertion of the required insurance
certificates. Provide the successful bidder(s) with five (5) sets of the
contract documents for construction purposes.
5. Assist the City in conducting a pre -construction conference with the
Contractors by notifying utilities, governmental agencies, and other
interested parties, and answer questions at the conference.
6. Review shop drawings, scheduling, test results, and other submittals that
the Contractor is required to submit.
7. Provide 6 site visits for observation for sewer and manhole rehabilitation
construction for general conformance to the contract drawings and contract
specifications. Times of observation will be coordinated with the City.
8. Review and prepare any change orders proposed by the Contractor and
provide recommendations to the City.
9. Provide the City with two (2) sets of black line prints and an electronic
copy (MicroStation) of the record drawings. City will provide mark-ups
for producing the record drawings.
B. Additional Services
Conduct horizontal and vertical control survey necessary for design of the
project.
2. Provide the City with the technical information for location of the
easements, if any, required for construction of the project. Information
will include width and general location of the easements, and distances
from the property lines. Property line information shall be obtained from
existing maps provided by the City to the ENGINEER. After approval by
the City, the ENGINEER will prepare and issue legal description of
easements. The City will secure easements as necessary. Seven
easements are included.
1/16/04 4
3. Communicate with Texas Commission on Environmental Quality (TCEQ)
in accordance with the Edwards Aquifer Rules to include preparing a
clarification request exempting the City of Round Rock from preparing a
recharge/ transition zone plan and permit for wastewater collection system
rehabilitation construction. Any fees required by the TCEQ will be the
responsibility of the City. If determined by the TCEQ that a plan and
permit are required, the ENGINEER and any special services, such as
geotechnical, required to complete the plan and permit will be
compensated at the rate schedule attached and at a negotiated fee for
special services.
4. Design the wastewater collections system improvements to meet the
requirements found in 30 TAC Chapter 317, "Design Criteria for Sewerage
Systems" and the requirements set forth in the Edwards Aquifer Rule (RG -
349) Section 3.3.1.2.1.
Prepare necessary permits for railroad crossings and highway crossing as
required. Three are anticipated for this contract.
6. Prepare a Storm Water Pollution Prevention Plan in accordance with EPA's
NPDES requirements for construction activities. One plan will be developed
for the project as a whole and not for specific work locations. The plan will
be based upon guidelines set forth by the TCEQ.
1/16/04
EXHIBIT C
Work Schedule
2003-2004 Wastewater Collection System Rehabilitation
Basins LC15-Z, LC16-Z and CC34-Z
AUTHORIZATION PROGRESS AND COMPLETION
The City and ENGINEER agree that the project is planned for completion according to
the schedule below with anticipated Notice to Proceed in February 2004.
Major Tasks Completion Date
Draft Plans/Specifications May 2004
Final Plans/Specifications June 2004
Bidding and Award July 2004
Construction Completion January 2005
The ENGINEER shall employ manpower and other resources and use professional skill and
diligence to meet the schedule; however, he shall not be responsible for schedule delays resulting
from conditions beyond his control. With mutual agreement, the City and the ENGINEER may
modify the project schedule during the course of the project and if such modifications affect the
ENGINEER's compensation, it shall be modified accordingly, subject to City approval.
1/16/04 6
EXHIBIT D
FEE SCHEDULE
2003-2004 Wastewater Collection System Rehabilitation
Basins LC15-Z, LC16-Z and CC34-Z
Task Description
Basic Services
Project Administration/Management
Wastewater Line Design
(pt. repairs/replacement)
Manhole Rehabilitation Design
Total Basic Services
Special Services
Contract Services
Other Services
Survey
Easement
TCEQ Requirements (In accordance
with Scope Item II.B.2)
Permits (3 EA)
SWP
Subtotal Special Services
Total Cost Not -to -Exceed
1/16/04 7
Unit Costs Cost
Unit ($) ($)
1 LS 13,150 13,150
1 LS 70,594 70,594
1 LS 15,883 15,883
99,600
1 LS
13,550
13,550
1 LS
78,187
78,187
8 EA
1,200
9,600
1 LS
2,100
2,100
3 EA
1,200
3,600
1 LS
4,500
4,500
111,537
211,137
EXHIBIT E
Certificates of Insurance
01,/27/2004 14:57 9724372707 RJN GROUP, INC PAGE 02/03
�, * �, ""'Y uo. Lr' 0JUDOX4 /n4 RJN GROUP INC PAGE 03/06
CERTIFICATE OF LIABILITY INSURANCE
PROMSSIONAL SERVICrS
PRODUCER
Mack and ?=kax, Tx=.
55 Fast Jackson Blvd.
Chicago, IL 60604
INSURED
RJN Groin, 1='.
200 W. FrOnt Street
Wheaton, IL 60187
1-16-04
Dao:
CONWANIES AFFORDING COVERAGE
A Gre co Tua=ame Co4apatty
B
C
C
TMS 15 TO CERTEFY THAT tho Im.wed ttssudd above is insumd by the Co:tpw ies listed above with respect t
the busi:ncss operetions'W inaiter &WAibcd, far the types of insurance end in acaordmtce with d►e Mvisicusa
the standard poliaiam used by the corp ponies, imcL further hamiu ter described. E,%mtions to the policies are nuts
below.
Co 'TYVR of INSURANCE ' . POLIL y AFMCTINL MMATION LIMITS
LTR NUMISSR PATI DATE
ZACh Claim
pROg�9tppIALLiA9MY $1'�'p 0 Aa=ezate
PEOM994102 8-01-03 6-01-04 f10f,0006 Retention _
DZSCRIPTioNOFSpOClALITxmsMxCEPTtaNs ftoject; 2003-1004 Wastewater Cal,lect:ion System
Robabiliration PrCJQCt (Basins LC15, LM5 W CC34)
Should aAy 01 du above deraftd prAieiies'be + aucaM br AaMW bdM ft t�piration deet tlletq�oi'� �a is�ing Company will MD t}sist
(30) dityA wretift notice ro iho t M96ait bolder mnied below.
CERT[FIOATE HOLDOR: Cid of ltound 1lpek .
221 a Mase scr—t
Round A** Texan 79664
s+p: *6964eMmin4 City Sectctaq
Rav'd Vjo103 -t'Ta aiafud Liability CINNOcM S -ft
MONAIURE OF AUTHOPMED RAPUSENTA n V
Typed Namr,
8�c'bac t� r
Tile, Service Assmiate
TQ'TP., P. es
01/27/2004 TUE 14:52 [TX/RX NO 77191 U002
01/27/2004 14:57 9724372707
CERTIFICATE OF LIA131UTY INSURANCE
PRODUM ;
Mac!; ! etld Farkartt Tnc.
55.E. Jackson S1vd.
Chicago, IL- 60604
RJN GROUP, INC PAGE 03/03
RJN UKUUP INC PAGE 04/06
Dt►te' 1-Z - 4
CpIu ANM AMMING COVMtAGE
A Trapsacmtirtental. Insurance C10 -
'a valley Forge
C Continental Casualty C fiPany
.RJNGtoup, UQ >D Trartoportat iInsurance Co.
InsuraCo.
200" W. hmnt:' �Stttree77t
YS 1%41rg:T7i Y THAT the Ttli toed nsmed above is inswed by dw Cbmpardes listed Above with T"P49t to the
business oporRtiots hereinaft described, for the types of in nee and )A aaaordsr;4e with the Provisions of tlae
standard pplicies, used by the eonspanies, and ford= h"aaftec destribed. Fxcepfions to the policies are noted
below.
CQ'T V"FO 1"NSME NO POULCY McAw omsuffiog 7S
LTR NfIM3ER DATE DATE
•GbNSpt. Lu►rsUry �"- GENEWJL AGGREOATS f 21000,000
A CP10778f 3675 -03 8 1-04 PRODUCTS-COMMOPAW. 1100000000
g^1
PERSONAL At ADV. WURY
a
I,OOO,OOt)
ggm occuaRSWCE
S 11 p00, 000
plM laAMAGE (,Kay &M (ire)
s 100,000
MID. EXHNSE (Am a" "806)5
10,000
MOMLS L ABLLIi'Y
CdiKINED SINGLE 0
i 1� 000,0M
B BW077863644
8-1-03
8-1-04
BODILY IruuRY (perm)
t
C BUA1077863658
8-1-03
8-1-04
BODILY INJURY CP-.widEPI>
S
PROPERTY DAMAGA
S
CESSL1ABUr
11MMOCCUUMCE
$3,000,000
n CUPID77863689
9-1-03
$-1-04
AQUIMATO
&3,000,000
W ' COMPENSATS
STArMRY LiMMS
s
AND EMPLO'1'W L IASILITY
EACH AMMONT S
504 t 000
D WM077863661
8-1-03
8-1.04
DisjAM - POLICY t.wMrr
S300,000
DMA MA - EACH Emri.nyu
1500,000
PRD IDNAL 1
.
NIA
0Li5CMPTtON i F OPt'RATIONS/ TIONslVEH CL ampe( TBMS/6XC om Project: 2003-2004 Wastewater
Collection System .Rebabilit:ation Fro feet (gazing ]r A5, LCI.6 and CC34)
The ity ar iZ; d U* is named is W411 ci al roamed with respect to dl policies 7c*p0WGrk"s Cwnpeaeat� and 8rnpioyras' Liability'
and `Rrofessio:hal Llehllity'• Should wiz+ o!'tl,e sbova dcseribed paliaii:i be Cancelled or s>tarrgpd before the ezpirption ditty uteaeof, t5n issning
company will mail tbiny (30) days -Athan nota► to the eettif=tc holder umad be%-.
CfiRTIRICATB H0LOCR: Calx Moaager
ClWafltouttd Rode
221 R Main 5WM
ROMW Rock, Texu 78664
Cert of Iniac CORA e',7[tlMXT 'A"
SIGNATIUBE 0F kUTHOILIZOM RESpNTATtYS
T Barbara Fri
Service Associate
gavip" IWX062
01/27/2004 TUE 14:52 [TX/RX NO 77191 Q 003