R-07-01-11-13D1 - 1/11/2007RESOLUTION NO. R -07-01-11-13D1
WHEREAS, the City of Round Rock desires to retain engineering
services for the Citywide Stormwater System Mapping Project, and
WHEREAS, URS Corporation has submitted a Contract for Engineering
Services to provide said services, and
WHEREAS, the City Council desires to enter into said contract
with URS Corporation, 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 URS
Corporation for the Citywide Stormwater System Mapping Project, 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 llth day of January, ' 07
NY EL , ayor
City of Round Rock, Texas
CHRISTINE R. MARTINEZ, City Secre
0:\wdox\RESOLUTI\R70111D1.WPD/rmc
ROUND ROCK, TEXAS
PURPOSE. PASSEQN. PROSPkk1TY.
CITY OF ROUND ROCK
CONTRACT FOR ENGINEERING SERVICES
FIRM: URS CORPORATION
ADDRESS: 9400 Amberglen Blvd., Austin, TX 78729
("Engineer")
PROJECT: CITYWIDE STORMWATER SYSTEM MAPPING PROJECT
THE STATE OF TEXAS
COUNTY OF WILLIAMSON
THIS CONTRACT FOR ENGINEERING SERVICES ("Contract") is made and entered into on
this the day of , 2007 by and between the CITY OF ROUND ROCK, a Texas home -
rule municipal corporation, whose offices are located at 221 East Main Street, Round Rock, Texas
78664-5299, (hereinafter referred to as "City"), and Engineer, and such Contract is for the purpose of
contracting for professional engineering services.
RECITALS:
WHEREAS, V.T.C.A., Government Code §2254.002(2)(A)(vii) under Subchapter A entitled
"Professional Services Procurement Act" provides for the procurement by municipalities of services of
professional engineers; and
WHEREAS, City and Engineer desire to contract for such professional engineering services; and
WHEREAS, City and Engineer wish to document their agreement concerning the requirements
and respective obligations of the parties;
NOW, THEREFORE, WITNESSETH:
That for and in consideration of the mutual promises contained herein and other good and
valuable considerations, and the covenants and agreements hereinafter contained to be kept and
performed by the respective parties hereto, it is agreed as follows:
Engineering Services Contract
File Name: urscorp-citywidessm; 00109020
1
EXHIBIT
5 II A II
Rev. 01/07
00064494
CONTRACT DOCUMENTS
The Contract Documents consist of this Contract and any exhibits attached hereto (which
exhibits are hereby incorporated into and made a part of this Contract) and all Supplemental Contracts
(as defined herein in Article 13) which are subsequently issued. These form the entire contract, and all
are as fully a part of this Contract as if attached to this Contract or repeated herein.
ARTICLE 1
CITY SERVICES
City shall perform or provide services as identified in Exhibit A entitled "City Services."
ARTICLE 2
ENGINEERING SERVICES
Engineer shall perform Engineering Services as identified in Exhibit B entitled "Engineering
Services."
Engineer shall perform the Engineering Services in accordance with the Work Schedule as
identified in Exhibit C entitled "Work Schedule." Such Work Schedule shall contain a complete
schedule so that the Engineering Services under this Contract may be accomplished within the specified
time and at the specified cost. The Work Schedule shall provide specific work sequences and definite
review times by City and Engineer of all Engineering Services. Should the review times or Engineering
Services take longer than shown on the Work Schedule, through no fault of Engineer, Engineer may
submit a timely written request for additional time, which shall be subject to the approval of the City
Manager.
ARTICLE 3
CONTRACT TERM
(1) Term. The Engineer is expected to complete the Engineering Services described herein in
accordance with the above described Work Schedule. If Engineer does not perform 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 One Hundred Forty-nine Thousand Nine Hundred Thirty-eight and 16/100 Dollars
($149,938.16) as shown in Exhibit D. The lump sum amount payable shall be revised equitably only by
written Supplemental Contract in the event of a change in Engineering Services as authorized by City.
Engineer shall prepare and submit to City monthly progress reports in sufficient detail to support
the progress of the Engineering Services and to support invoices requesting monthly payment. Any
preferred format of City for such monthly progress reports shall be identified in Exhibit B. Satisfactory
progress of Engineering Services shall be an absolute condition of payment.
The fee herein referenced may be adjusted for additional Engineering Services requested and
performed only if approved by written Supplemental Contract.
ARTICLE 5
METHOD OF PAYMENT
Payments to Engineer shall be made while Engineering Services are in progress. Engineer shall
prepare and submit to City, not more frequently than once per month, a progress report as referenced in
Article 4 above. Such progress report shall state the percentage of completion of Engineering Services
accomplished during that billing period and to date. Simultaneous with submission of such progress
report, Engineer shall prepare and submit one (1) original and one (1) copy of a certified invoice in a
form acceptable to City. This submittal shall also include a progress assessment report in a form
acceptable to City.
Progress payments shall be made in proportion to the percentage of completion of Engineering
Services identified in Exhibit D. Progress payments shall be made by City based upon Engineering
Services actually provided and performed. Upon timely receipt and approval of each statement, City
shall make a good faith effort to pay the amount which is due and payable within thirty (30) days. City
reserves the right to withhold payment pending verification of satisfactory Engineering Services
performed. Engineer has the responsibility to submit proof to City, adequate and sufficient in its
determination, that tasks were completed.
The certified statements shall show the total amount earned to the date of submission and shall
show the amount due and payable as of the date of the current statement. Final payment does not relieve
Engineer of the responsibility of correcting any errors and/or omissions resulting from his/her/its
negligence.
3
ARTICLE 6
PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Engineer
will be made within thirty (30) days of the day on which the performance of services was complete, or
within thirty (30) days of the day on which City receives a correct invoice for services, whichever is
later. Engineer may charge a late fee (fee shall not be greater than that which is permitted by Texas law)
for payments not made in accordance with this prompt payment policy; however, this policy does not
apply in the event:
A. There is a bona fide dispute between City and Engineer concerning the supplies,
materials, or equipment delivered or the services performed that causes the payment to be
late; or
B. The terms of a federal contract, grant, regulation, or statute prevent City from making a
timely payment with federal funds; or
C. There is a bona fide dispute between Engineer and a subcontractor or between a
subcontractor and its supplier concerning supplies, materials, or equipment delivered or
the Engineering Services performed which causes the payment to be late; or
D. The invoice is not mailed to City in strict accordance with instructions, if any, on the
purchase order, or this Contract or other such contractual agreement.
City shall document to Engineer the issues related to disputed invoices within ten (10) calendar
days of receipt of such invoice. Any non -disputed invoices shall be considered correct and payable per
the terms of Chapter 2251, V.T.C.A., Texas Government Code.
ARTICLE 7
NOTICE TO PROCEED
The Engineer shall not proceed with any task listed on Exhibit B until the City has issued a
written Notice to Proceed regarding such task. The City shall not be responsible for work performed or
costs incurred by Engineer related to any task for which a Notice to Proceed has not been issued.
ARTICLE 8
PROJECT TEAM
City's Designated Representative for purposes of this Contract is as follows:
Ruth Haberman, P.E., CFM
Engineer
2008 Enterprise
Round Rock, Texas 78664
Telephone Number (512) 218-6605
Fax Number (512) 218-5563
Email Address rhaberman@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:
Michael Lenherr
Project Manager
9400 Amberglen Blvd.
Austin, TX 78729
Telephone Number (512) 419-6038
Fax Number (512) 454-8807
Email Address Mike Lenherr@URSCorp.com
ARTICLE 9
PROGRESS EVALUATION
Engineer shall, from time to time during the progress of the Engineering Services, confer with
City at City's election. Engineer shall prepare and present such information as may be pertinent and
necessary, or as may be requested by City, in order for City to evaluate features of the Engineering
Services. At the request of City or Engineer, conferences shall be provided at Engineer's office, the
offices of City, or at other locations designated by City. When requested by City, such conferences shall
also include evaluation of the Engineering Services.
Should City determine that the progress in Engineering Services does not satisfy the Work
Schedule, then City shall review the Work Schedule with Engineer to determine corrective action
required.
Engineer shall promptly advise City in writing of events which have or may have a significant
impact upon the progress of the Engineering Services, including but not limited to the following:
(1) Problems, delays, adverse conditions which may materially affect the ability to meet the
objectives of the Work Schedule, or preclude the attainment of project Engineering Services
units by established time periods; and such disclosure shall be accompanied by statement of
actions taken or contemplated, and City assistance needed to resolve the situation, if any;
and
(2) Favorable developments or events which enable meeting the Work Schedule goals sooner
than anticipated.
5
ARTICLE 10
SUSPENSION
Should City desire to suspend the Engineering Services, but not to terminate this Contract, then
such suspension may be effected by City giving Engineer thirty (30) calendar days' verbal notification
followed by written confirmation to that effect. Such thirty -day notice may be waived in writing by
agreement and signature of both parties. The Engineering Services may be reinstated and resumed in
full force and effect within sixty (60) days of receipt of written notice from City to resume the
Engineering Services. Such sixty-day notice may be waived in writing by agreement and signature of
both parties. If this Contract is suspended for more than thirty (30) days, Engineer shall have the option
of terminating this Contract.
If City suspends the Engineering Services, the contract period as determined in Article 3, and
the Work Schedule, shall be extended for a time period equal to the suspension period.
City assumes no liability for Engineering Services performed or costs incurred prior to the date
authorized by City for Engineer to begin Engineering Services, and/or during periods when Engineering
Services is suspended, and/or subsequent to the contract completion date.
ARTICLE 11
ADDITIONAL ENGINEERING SERVICES
If Engineer forms a reasonable opinion that any work he/she/it has been directed to perform is
beyond the scope of this Contract and as such constitutes extra work, he/she/it shall promptly notify
City in writing. In the event City finds that such work does constitute extra work and exceeds the
maximum amount payable, City shall so advise Engineer and a written Supplemental Contract will be
executed between the parties as provided in Article 13. Engineer shall not perform any proposed
additional work nor incur any additional costs prior to the execution, by both parties, of a written
Supplemental Contract. City shall not be responsible for actions by Engineer nor for any costs incurred
by Engineer relating to additional work not directly associated with the performance of the Engineering
Services authorized in this Contract or any amendments thereto.
ARTICLE 12
CHANGES IN ENGINEERING SERVICES
If City deems it necessary to request changes to previously satisfactorily completed Engineering
Services or parts thereof which involve changes to the original Engineering Services or character of
Engineering Services under this Contract, then Engineer shall make such revisions as requested and as
directed by City. Such revisions shall be considered as additional Engineering Services and paid for as
specified under Article 11.
Engineer shall make revisions to Engineering Services authorized hereunder as are necessary to
correct errors appearing therein, when required to do so by City. No additional compensation shall be
due for such Engineering Services.
6
ARTICLE 13
SUPPLEMENTAL CONTRACTS
The terms of this Contract may be modified by written Supplemental Contract if City
determines that there has been a significant change in (1) the scope, complexity or character of the
Engineering Services, or (2) the duration of the Engineering Services. Any such Supplemental Contract
must be duly authorized by the City. Engineer shall not proceed until the Supplemental Contract has
been executed. Additional compensation, if appropriate, shall be identified as provided in Article 4.
It is understood and agreed by and between both parties that Engineer shall make no claim for
extra work done or materials furnished until the City authorizes full execution of the written
Supplemental Contract and authorization to proceed. City reserves the right to withhold payment
pending verification of satisfactory Engineering Services performed.
ARTICLE 14
OWNERSHIP OF DOCUMENTS
All data, basic sketches, charts, calculations, plans, specifications, and other documents created
or collected under the terms of this Contract are the exclusive property of City and shall be furnished to
City upon request. All documents prepared by Engineer and all documents furnished to Engineer by
City shall be delivered to City upon completion or termination of this Contract. Engineer, at its own
expense, may retain copies of such documents or any other data which it has furnished City under this
Contract.
ARTICLE 15
PERSONNEL, EOUIPMENT AND MATERIAL
Engineer shall furnish and maintain, at its own expense, quarters for the performance of all
Engineering Services, and adequate and sufficient personnel and equipment to perform the Engineering
Services as required. All employees of Engineer shall have such knowledge and experience as will
enable them to perform the duties assigned to them. Any employee of Engineer who, in the opinion of
City, is incompetent or whose conduct becomes detrimental to the Engineering Services shall
immediately be removed from association with the project when so instructed by City. Engineer
certifies that it presently has adequate qualified personnel in its employment for performance of the
Engineering Services required under this Contract, or will obtain such personnel from sources other
than City. Engineer may not change the Project Manager without prior written consent of City.
ARTICLE 16
SUBCONTRACTING
Engineer shall not assign, subcontract or transfer any portion of the Engineering Services under
this Contract without prior written approval from City. All subcontracts shall include the provisions
required in this Contract and shall be approved as to form, in writing, by City prior to Engineering
Services being performed under the subcontract. No subcontract shall relieve Engineer of any
responsibilities under this Contract.
7
ARTICLE 17
EVALUATION OF ENGINEERING SERVICES
City, or any authorized representatives of it, shall have the right at all reasonable times to review
or otherwise evaluate the Engineering Services performed or being performed hereunder and the
premises on which it is being performed. If any review or evaluation is made on the premises of
Engineer or a subcontractor, then Engineer shall provide and require its subcontractors to provide all
reasonable facilities and assistance for the safety and convenience of City or other representatives in the
performance of their duties.
ARTICLE 18
SUBMISSION OF REPORTS
All applicable study reports shall be submitted in preliminary form for approval by City before
any final report is issued. City's comments on Engineer's preliminary reports shall be addressed in any
final report.
ARTICLE 19
VIOLATION OF CONTRACT TERMS/BREACH OF CONTRACT
Violation of contract terms or breach of contract by Engineer shall be grounds for termination of
this Contract, and any increased costs arising from Engineer's default, breach of contract, or violation
of contract terms shall be paid by Engineer.
ARTICLE 20
TERMINATION
This Contract may be terminated as set forth below.
(1) By mutual agreement and consent, in writing, of both parties.
(2) By City, by notice in writing to Engineer, as a consequence of failure by Engineer to
perform the Engineering Services set forth herein in a satisfactory manner.
(3) By either party, upon the failure of the other party to fulfill its obligations as set forth
herein.
(4) By City, for reasons of its own and not subject to the mutual consent of Engineer, upon
not less than thirty (30) days' written notice to Engineer.
(5) By satisfactory completion of all Engineering Services and obligations described herein.
Should City terminate this Contract as herein provided, no fees other than fees due and payable
at the time of termination shall thereafter be paid to Engineer. In determining the value of the
Engineering Services performed by Engineer prior to termination, City shall be the sole judge.
Compensation for Engineering Services at termination will be based on a percentage of the Engineering
8
Services completed at that time. Should City terminate this Contract under Subsection (4) immediately
above, then the amount charged during the thirty -day notice period shall not exceed the amount charged
during the preceding thirty (30) days.
If Engineer defaults in the performance of this Contract or if City terminates this Contract for
fault on the part of Engineer, then City shall give consideration to the actual costs incurred by Engineer
in performing the Engineering Services to the date of default, the amount of Engineering Services
required which was satisfactorily completed to date of default, the value of the Engineering Services
which are usable to City, the cost to City of employing another firm to complete the Engineering
Services required and the time required to do so, and other factors which affect the value to City of the
Engineering Services performed at the time of default.
The termination of this Contract and payment of an amount in settlement as prescribed above
shall extinguish all rights, duties, and obligations of City and Engineer under this Contract, except the
obligations set forth herein in Article 21 entitled "Compliance with Laws." If the termination of this
Contract is due to the failure of Engineer to fulfill his/her/its contractual obligations, then City may take
over the project and prosecute the Engineering Services to completion. In such case, Engineer shall be
liable to City for any additional and reasonable costs incurred by City.
Engineer shall be responsible for the settlement of all contractual and administrative issues
arising out of any procurements made by Engineer in support of the Engineering Services under this
Contract.
ARTICLE 21
COMPLIANCE WITH LAWS
(1) Compliance. Engineer shall comply with all applicable federal, state and local laws,
statutes, codes, ordinances, rules and regulations, and the orders and decrees of any court, or
administrative bodies or tribunals in any manner affecting the performance of this Contract, including
without limitation, minimum/maximum salary and wage statutes and regulations, and licensing laws
and regulations. Engineer shall furnish City with satisfactory proof of his/her/its compliance.
Engineer shall further obtain all permits and licenses required in the performance of the
Engineering Services contracted for herein.
(2) Taxes. Engineer will pay all taxes, if any, required by law arising by virtue of the
Engineering Services performed hereunder. City is qualified for exemption pursuant to the provisions
of Section 151.309 of the Texas Limited Sales, Excise, and Use Tax Act.
ARTICLE 22
INDEMNIFICATION
Engineer shall save and hold harmless City and its officers and employees from all claims and
liabilities due to activities of his/her/itself and his/her/its agents or employees, performed under this
Contract, which are caused by or which result from the negligent error, omission, or negligent act of
Engineer or of any person employed by Engineer or under Engineer's direction or control.
9
Engineer shall also save and hold City harmless from any and all expenses, including but not
limited to reasonable 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 negligent 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 per claim from a company authorized to do insurance business in Texas and
10
otherwise 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:
Michael Lenherr
Project Manager
URS Corporation
9400 Amberglen Blvd.
Austin, TX 78729
ARTICLE 33
GENERAL PROVISIONS
(1) Time is of the Essence. Engineer understands and agrees that time is of the essence and
that any failure of Engineer to complete the Engineering Services for each phase of this Contract within
the agreed Work Schedule may constitute a material breach of this Contract. Engineer shall be fully
responsible for his/her/its delays or for failures to use his/her/its reasonable efforts in accordance with
the terms of this Contract and the Engineer's standard of performance as defined herein. Where damage
is caused to City due to Engineer's negligent failure to perform City may accordingly withhold, to the
extent of such damage, Engineer's payments hereunder without waiver of any of City's additional legal
rights or remedies.
(2) Force Majeure. Neither City nor Engineer shall be deemed in violation of this Contract if
prevented from performing any of their obligations hereunder by reasons for which they are not
responsible or circumstances beyond their control. However, notice of such impediment or delay in
performance must be timely given, and all reasonable efforts undertaken to mitigate its effects.
(3) Enforcement and Venue. This Contract shall be enforceable in Round Rock, Williamson
County, Texas, and if legal action is necessary by either party with respect to the enforcement of any or
all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas.
This Contract shall be governed by and construed in accordance with the laws and court decisions of
the State of Texas.
(4) Standard of Performance. The standard of care for all professional engineering,
consulting and related services performed or furnished by Engineer and its employees under this
Contract will be the care and skill ordinarily used by members of Engineer's profession practicing
under the same or similar circumstances at the same time and in the same locality. Excepting Articles
25 and 34 herein, Engineer makes no warranties, express or implied, under this Contract or otherwise,
in connection with the Engineering Services.
13
(5) Opinion of Probable Cost. Any opinions of probable project cost or probable construction
cost provided by Engineer are made on the basis of information available to Engineer and on the basis
of Engineer's experience and qualifications and represents its judgment as an experienced and qualified
professional engineer. However, since Engineer has no control over the cost of labor, materials,
equipment or services furnished by others, or over the contractor(s') methods of determining prices, or
over competitive bidding or market conditions, Engineer does not guarantee that proposals, bids or
actual project or construction cost will not vary from opinions of probable cost Engineer prepares.
(6) Opinions and Determinations. Where the terms of this Contract provide for action to be
based upon opinion, judgment, approval, review, or determination of either party hereto, such terms are
not intended to be and shall never be construed as permitting such opinion, judgment, approval, review,
or determination to be arbitrary, capricious, or unreasonable.
ARTICLE 34
SIGNATORY WARRANTY
The undersigned signatory for Engineer hereby represents and warrants that the signatory is an
officer of the organization for which he/she has executed this Contract and that he/she has full and
complete authority to enter into this Contract on behalf of the firm. The above -stated representations
and warranties are made for the purpose of inducing City to enter into this Contract.
IN WITNESS WHEREOF, the City of Round Rock has caused this Contract to be signed in its
corporate name by its duly authorized City Manager or Mayor and Engineer, signing by and through its
duly authorized representative(s), thereby binding the parties hereto, their successors, assigns and
representatives for the faithful and full performance of the terms and provisions hereof.
CITY OF ROUND ROCK, TEXAS APPROVED AS TO FORM:
By:
Nyle Maxwell, Mayor Stephan L. Sheets, City Attorney
ATTEST:
By:
Christine Martinez, City Secretary
URS CORPORATION
By:
Signature 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
1.0 INTRODUCTION
1.1
Exhibit A
City Services
Exhibit A — Services to be Performed by City describes the tasks to be
performed by the City of Round Rock to enable URS and its subcontractor to
execute the following project: "Stormwater System Mapping, Development of a
GIS Database and GPS Collection of Stormwater System Features".
2.0 DATA ACCESS
2.1 The City of Round Rock will provide to URS and its subcontractor all record
construction plans that the City has scanned and documented in a database and
placed into the City's electronic document management system. The data will be
provided electronically on a portable hard drive to be supplied by URS.
2.2 The City will also provide to URS and its subcontractor the City's GIS data,
which contains current aerial photography, contours, streams and reservoirs,
parcels, subdivisions, and planimetric information (streets, sidewalks, buildings,
etc.), current as of May 2003. New aerial photography and planimetrics are
currently being prepared and the City will provide those data when they become
available.
2.3 The City will provide to URS access to City personnel that have detailed
knowledge of the City's stormwater system for the purpose of interviews to help
URS identify areas within the City's service area that have stormwater features,
but no as -built record drawings.
2.4 As the project progresses, other data requirements may arise, and the City will
assist URS in obtaining those data.
3.0 DATA REVIEW
3.1 The City of Round Rock will need to provide data review of project deliverables
for the duration of this project. URS and the City will develop data review criteria
and procedures that will be incorporated into URS' Project Management Plan.
These procedures will need to be strictly followed by the City and URS to ensure
the project progresses on schedule.
4.0 PROPERTY ACCESS
4.1 The City will provide access to URS and its subcontractor to enter City -owned
property and easements to perform verification inspections of stormwater
features.
1
4.2 Although the project consists of mapping stormwater infrastructure on public
property, the need to enter private property to inspect or survey stormwater
features may arise. The City will assist URS and its subcontractor in gaining
access to private property to perform surveying and inspection of stormwater
features. URS will not prepare or negotiate rights -of -entry.
2
1.0 INTRODUCTION
1.1
Exhibit B
Engineering Services
URS Corporation (URS) has been selected by the City of Round Rock, Texas to
provide Professional Services required for the data acquisition and database
development for the following project: "Stormwater System Mapping,
Development of a GIS Database and GPS Collection of Stormwater System
Features" URS shall provide all necessary equipment, materials, and personnel
to perform the services described below.
1.2. Ultimate Stormwater Program Goals: Although this project covers only mapping
of the stormwater system, it is the City of Round Rock's goal to create a drainage
model of the City's service area, using the mapping product that is created with
this project. This model will be utilized to analyze and evaluate the performance
of the overall drainage system, and to identify issues contributing to existing
problems. From this analysis, a Master Drainage Plan could be prepared. The
purpose of this plan will be to assist in the development and implementation of
the National Environmental Protection Agency (EPA) and the Texas Pollution
Discharge Elimination System (TPDES) mandated Stormwater Management
Program (SWMP). The Master Drainage Plan will also identify, estimate the cost
of, and prioritize possible Capital Improvement Projects that can be implemented
to alleviate existing drainage problems, mitigate potential flood hazards, minimize
future erosion, and at the same time, address water quality issues.
1.3. Existing Conditions: The City of Round Rock has an extensive stormwater
collection system, consisting primarily of underground sewers. Some stormwater
is also conveyed via surface channels. The age of the network varies from the
date of original construction to present day. To accommodate new development
and increase in impervious cover in existing areas, many lines have been added to
the original system over the years. Some flooding occurs during significant rain
events, indicating that storm sewer flow is restricted by damaged lines or exceeds
pipe capacities in some areas.
1.4. There are four major drainage basins within the City limits: Chandler Creek
Basin, Onion Creek Basin, Brushy Creek Basin, and Lake Creek Basin. The
McNutt Creek Basin lies on the outskirts of the City, but is in an area of rapid
growth. There are a number of minor drainage basins within and just outside of
the City limits.
1.5. Existing Data: The City of Round Rock currently has no stormwater system
mapping, neither hard copy nor GIS. Record construction plans are available for
most construction within the City limits that has occurred since the 1970's. There
1
is little or no record of construction that occurred prior to that period. According
to the City, all record drawings that are in the possession of the City have been
scanned and are documented with an extensive database. The City does have a
GIS, which contains current aerial photography, contours, streams and reservoirs,
parcels, subdivisions, and planimetric information (streets, sidewalks, buildings,
etc.), current as of May 2003. New aerial photography and planimetrics are
currently being prepared and will be made available to URS as soon as they are
complete. Water and wastewater utility mapping is available, but is currently
being updated. A three-year project to correct the existing water and wastewater
utility mapping is underway.
1.6. The City's service area (City Limits) is mostly urban and covers approximately 30
square miles in Williamson and Travis Counties. The majority of the City's
service area is served by some type of stormwater system component. See Table
1 below for the zoning configuration of the City. Table 2 shows the distribution
of the major drainage basins within the City Limits.
TABLE 1
City of Round Rock Zoning Breakdown (Approximate)
Zone
Area
Commercial
3.5 Sq.Mi.
Industrial
2.7 Sq.Mi.
Residential
12.3 Sq.Mi.
PUD's
4.3 Sq.Mi.
Open Space
1.1 Sq.Mi.
Not Zoned
5.2 Sq.Mi.
Total City Limits
29.1 Sq.Mi.
TABLE 2
City of Round Rock Major Drainage Basin Breakdown (Approximate)
Basin
Area
Onion Creek
4.8 Sq.Mi.
Brushy Creek
10.6 Sq.Mi.
Chandler Creek
8.2 Sq.Mi.
Lake Creek
5.2 Sq.Mi.
Total Drainage Basin Areas
28.8 Sq.Mi.
2
2.0 PROJECT GOALS
2.1. Phase I — Stormwater System Mapping and Development of a GIS Database:
URS shall review existing plans on file with the City to create a graphical
representation of the City's entire stormwater system, and generate a GIS map
based on this information. Identify the horizontal (X & Y) location of features
such as underground storm sewer lines, manholes, inlets, outfalls, surface
channels, culverts and major detention ponds through the use of record drawings,
aerial photography, staff input, and field visits as necessary. The final product
shall also include all drainage -related easements throughout the City, and
drainage areas for each outfall using existing topographic mapping. Deliverable
shall be a GIS database, populated with information that can be readily gathered
from construction plans, including but not limited to pipe sizes, grades and
materials, inlet sizes, types and inlet depths, manhole sizes and depths, outfall
types, channel configurations. The database will also include fields that will not
be populated until Phase II. All graphics generated with this phase should be
developed in a manner consistent with future uses as described in Section 1.2.
The GIS database will be developed in a manner that can be expanded for future
uses.
2.2. Phase II — Physical Inspection, Survey and Map Adjustment: URS' surveying
subcontractor, Baker-Aicklen, shall verify and pinpoint the horizontal and vertical
location (X, Y & Z) of all features mapped in Phase I through the use of survey -
grade GPS to confirm and enhance the mapping generated from Phase I. This
will include a physical inspection of the stormwater system to gather pertinent
information and to obtain and/or verify required elevations of manholes, inlets,
culverts, channels, and lines to support modeling of the system.
Phase II will not be part of this contract, but continual planning and
consideration of Phase II needs will be performed during Phase I to ensure
that Phase I activities are executed in a manner that will aid in the accurate
and efficient execution of Phase II.
3
3.0 SCOPE OF WORK
In order to perform the work and track progress and budget, the project activities have
been organized into the following tasks. Key assumptions used to clarify scope and
estimate design costs are also presented in each task discussion. URS shall provide, but
not be limited to, the following:
PHASE I — Stormwater System Mapping and Development of a GIS Database
3.1. Task 1— Data Review:
3.1.1. Phase I of the project will involve the compilation and evaluation of
available data associated with the storm sewer collection system. To
begin this task, URS will gather and review all available plans, plats,
easements, records, and reports associated with the stormwater system and
identify/interview personnel with knowledge of various aspects of the
system. Aspects to be researched and considered in this review shall
include, but not be limited to, system structure, development (recent
construction and repairs), performance history (flooding, surcharging,
etc.), maintenance history, and regulation requirements (TPDES permit
and associated activities). Information collected will be reviewed and
used to proceed with further tasks included in Phase I of this project, and
to identify and scope additional tasks required to gather any remaining
information necessary for the performance of future phases.
3.1.2. The total time to complete Task 1 of the project should be approximately
three (3) months.
3.2. Task 2 — Geodatabase Development:
3.2.1. URS shall develop an ESRI Personal Geodatabase to store and manage
storm sewer system data. All feature classes; attribute tables and
relationship clauses shall be represented in the database, even though this
phase of the project will not populate every field. Some of the fields will
be populated during the implementation of this phase by hand -entering
physical data available from existing drawings and records. The
remainder of the information will be added during Phase II of this project,
using information gathered in the field using GPS and during physical
inspection of the system. Standards for GIS and database software are
listed under "Technical Specifications."
3.2.2. Along with the location of stormwater system features, several key
attributes, including, but not limited to, the items listed below, shall be
included in the database and populated either during the implementation of
Phase I or Phase II of this project.
4
3.2.2.1. Storm Sewer Line Segment attributes to be provided by URS:
Type
Size
Design Length
Design Slope
Flow Direction
Condition
ID Number
Plan Number
Grid Number
3.2.2.2. Storm Sewer Manhole attributes to be provided by URS:
Type
Size
Rim Size
Depth (for use prior to gathering vertical data)
Rim Elevation
Invert Elevations
Condition
ID Number
Plan Number
Grid Number
3.2.2.3. Storm Sewer Inlet attributes to be provided by URS:
Type
Size
Rim Size
Depth (for use prior to gathering vertical data)
Grate Elevation
Invert Elevations
Condition
ID Number
Plan Number
Grid Number
3.2.2.4. Culvert attributes to be provided by URS:
Type
Size
Design Length
Design Slope
Flowline Elevations
Condition
ID Number
Plan Number
Grid Number
3.2.2.5. Channel Segment attributes to be provided by URS:
Type
Size
7Design Length
Design Slope
Flowline Elevations
Condition
ID Number
Plan Number
Grid Number
3.2.2.6. Outfall attributes to be provided by URS:
Receiving Stream
End Treatment Type
Flowline Elevation
Condition
Dry Weather Flow
Monitor
ID Number
7Plan Number
Grid Number
Photo
3.2.2.7. Major Detention/Retention Pond attributes to be provided by
URS:
Design Volume
Top of Berm/Wall Elevation
Berm/Wall Width
Spillway Elevation
Spillway Width
Outlet Type
Outlet Size
Outlet Length
Outlet Slope
Outlet Flowline Elevations
Condition
ID Number
Plan Number
Grid Number
Photo(s)
3.2.2.8. City -Owned Water Quality Pond attributes to be provided by
URS:
Design TSS Load Reduction
Design Sedimentation Volume
Design Filtration Area
Top of Beau/Wall Elevation
Overflow Spillway Elevation
Overflow Spillway Width
Condition
ID Number
Plan Number
Grid Number
Photo(s)
3.2.2.9. Drainage Basin attributes to be provided by URS:
Area
Receiving Stream
ID Number
3.2.2.10. Easement attributes to be provided by URS:
Easement Type
Grantor
Grantee
Volume/Page or Drawer Number as applicable
3.2.3. Task 3.2 should run concurrently with Task 3.1.
3.3. Task 3 — Comprehensive Stormwater System Map Development:
3.3.1. This phase of the project shall use as -built drawing information gathered
during Task 1. The as -built drawings will be georeferenced and then the
stormwater data digitized into the geodatabase. The City's existing GIS
(aerial photography, contours, planimetric information, etc.) will also be
used aid in producing an accurate map of the entire stormwater system
within the City's service area. Field verification will be required to ensure
that all features are represented on the final product for Phase I, but survey
level accuracy will not be required until Phase II. URS will also conduct
interviews with City personnel to identify areas where stormwater features
exist, but no as -built data exists. Those features will be incorporated into
the system map by using the City's aerial imagery, other data sources that
7
might be available, or by site visits. It is estimated that 80 hours of field
verification time will be required to verify questionable or incomplete
features.
3.3.2. URS will implement a web -enabled project and data management tool
(eProjects and ArcIMS websites) so that the City will be able to monitor
project status and data in real time. The City will be able to interactively
view and query the Comprehensive Stormwater System Map through the
ease of a web -browser medium to ensure that the final product is complete
and accurate.
3.3.3. The total time to complete Task 3 of the project should be approximately
six (6) months.
3.4. Pilot Test
3.4.1. During Phase I, Task 3, URS and its surveying subcontractor, Baker-
Aicklen, will conduct a pilot test of the Phase II GPS data collection
procedures for a selected portion of the stormwater system. The purpose of
the pilot test is to confirm compatibility of Phase I data creation and
procedures with Phase II data requirements to ensure that Phase II will be
executed accurately and efficiently.
3.5. QA/QC, Data Review, and Acceptance Criteria
3.5.1. During the Map and Metadata Development effort, URS will perform a
quality assurance and quality control (QA/QC) assessment of the layers
and metadata to ensure completeness and accuracy of the stormwater
features and metadata. URS will develop detailed QA/QC procedures that
will be incorporated into URS' Project Management Plan and approved by
the City of Round Rock.
3.5.2 URS will work with the City to develop detailed review and acceptance
criteria for project deliverables that will be incorporated into URS' Project
Management Plan. The criteria will include, but not be limited to the
following:
• 100% network connectivity of the stormwater system if this can be
determined by the existing as -built drawings, personnel interviews, or
field verification
• 98% correct attribution when compared to as -built drawing data
8
4.0 TECHNICAL SPECIFICATIONS
4.1 URS will use ESRI's ArcGIS and ArcSDE for SQL Server version 9.2.
4.2 The database URS develops for this project shall be created as an ArcGIS 9.x
personal geodatabase utilizing a Microsoft Access Database.
4.3 The final GIS datasets shall be in NAD 83, referenced to the State Plane Grid
Coordinate System, Texas —Central, in U.S Survey feet. GPS elevations shall be
reported as orthometric height, currently Geoid 03. The GIS dataset shall adhere
to the spatial domain, attributes, and precision of the existing City of Round Rock
Enterprise Geodatabase.
5.0 DELIVERABLES
5.1 GIS Database
5.1.1 URS will provide an ArcGIS geodatabase containing one (1) Feature
Dataset containing Feature Classes as described in 3.2.2, representing, but
not limited to: Storm Sewer Lines, Manholes, Inlets, Culverts, Channels,
Outfalls, Major Detention/Retention Ponds, City -Owned Water Quality
Ponds, Drainage Basins and Easements in the City's Service area. The
geodatabase will be delivered on Compact Disk or DVD.
5.2 Metadata
5.2.1 URS will prepare appropriate metadata describing the data collected
during Phase I and Phase II of the project. The metadata shall be created
using the tools available in ArcGIS 9.x or later ArcCatalog for collecting
and editing metadata.
5.3 GPS Collection Data Dictionary
5.3.1 URS will provide the City with a GPS data dictionary and documented
data collection guidelines for future update and maintenance by City staff.
5.4 Project Report
5.4.1 URS will prepare a final project report, documenting data collection and
mapping procedures originally presented in the Project Management Plan
and refined during data collection, including lessons learned,
recommendations and cost estimates for future stormwater infrastructure
data acquisitions, and QA/QC reporting.
9
I.1
1.0 INTRODUCTION
1.1
Exhibit D
Fee Schedule
This cost proposal is being prepared in response to URS being selected to enter
into contract negotiations with the City of Round Rock to provide Professional
Services required for the data acquisition and database development for the
following project: "Stormwater System Mapping, Development of a GIS
Database and GPS Collection of Stormwater System Features"
Phase I Fee Schedule:
Project Management $27,220.90
Task 1- Data Review $4,785.90
Task 2 - Geodatabase Development $3,756.69
Task 3 - Stormwater System Map Development $114,174.67
Phase I Total $149,938.16
Assumptions and backup cost data are presented on the following pages.
1
2.0 ASSUMPTIONS
2.1 The City of Round Rock currently has no stormwater system mapping, neither
hard copy nor GIS, and has no inventory or estimate of the number of stormwater
features within the existing stormwater system. In order to provide a Firm Fixed
Price cost estimate, URS had to develop a best estimate of the quantity of
stormwater features within the city limits of Round Rock. The cost estimate
attached is based on those estimated quantities presented below. If actual
quantities exceed the estimated quantities, a contract modification will be
required.
2.2 Further definition and refinement of data to be collected will be required prior to
commencing work. If significant changes are made to the scope of work
presented in Exhibit B, a contract modification will be required.
Stormwater Feature Estimates
Storm Sewer Line Segments
City of Round Typical Municipal
Rock Area Infrastructure Density Estimated No.
Zoning (sq mi) (#/sq mi) of Features
Commercial 3.5 100 350
Industrial 2.7 100 270
Residential 12.3 330 4059
PUDs 4.3 133 572
Open Space 1.1
Not Zoned 5.2
133
692
Total: 5943
Assumptions:
1) Number of Zine segments approximates number of inlets and manholes.
Inlets
City of Round Typical Municipal
Rock Area Infrastructure Density Estimated No.
Zoning (sq mi) (#/sq mi) of Features
Commercial 3.5 75 263
Industrial 2.7 75 203
Residential 12.3 250 3075
PUDs 4.3 100 430
Open Space 1.1 -
Not Zoned 5.2 100 520
Total: 4490
2
Stormwater Feature Estimates (Continued)
Manholes
City of Round Typical Municipal
Rock Area Infrastructure Density Estimated No.
Zoning (sq mi) (#/sq mi) of Features
Commercial 3.5 25 88
Industrial 2.7 25 68
Residential 12.3 80 984
PUDs 4.3 33 142
Open Space 1.1
Not Zoned 5.2
33
172
Total: 1453
Assumptions:
1) There are 1/3 as many manholes as inlets based on previous project work.
Culverts
Total:
Estimated No.
of Features
1000
Assumptions:
1) Culvert estimate based on number of creek crossings with roadways.
Channel Segments
Total:
Estimated No.
of Features
600
Outfalls
City of Round Typical Municipal
Rock Area Infrastructure Density Estimated No.
Zoning (sq mi) (#/sq mi) of Features
Commercial 3.5 25 88
Industrial 2.7 25 68
Residential 12.3 30 369
PUDs 4.3 25 108
Open Space 1.1
Not Zoned 5.2 25 130
Total: 762
3
Stormwater Feature Estimates (Continued)
Major Detention/Retention Ponds
Estimated No.
of Features
Total: 130
Assumptions:
1) Based on number of developments within the City times 1.5.
City -Owned Water Quality Ponds
Estimated No.
of Features
Total: 40
Assumptions:
1) Estimate. Requested by City to locate all water quality ponds in City Limits regardless of ownership.
Drainage Basins
Estimated No.
of Features
Total: 762
Assumptions:
1) Number of drainage basins equals number of outfalls. A drainage basin will be generated for each
outfall located.
Easements
Estimated No.
of Features
Total: 200
Assumptions:
1) Only drainage easements shown on as -built drawings provided by the City will be located.
Total Estimated No. of Features: 15379
4
Schedule (URS and Baker•Aicklen)
g, Development of a GIS Database and GPS Collection of Stormwater Syster
•
2,1
•
8.
/
8.
Meeting with CORR
E
V)
a)
E
O
N
a
a
�
m
ai
mD
'
LC)m
(7
0)
of
N
(9
ai
m
ai
fR
N
ai n
CO. V'
4i
$0.00
,n nn
N
O
g
CO
f9
O
o
�.
EF;
. O
m
co r
N d'
69 N9
M
.S
CO.
5,
K
m
CO
H
$241.08
$482.16'
$786.48
$663.96
$2.173.88
$0.00
60.00
DI
Cai)
CO
CO
69
$873.341
61 774 30
$2,647,64
$3,311.56
10
17
Vett
7
O
m<
N m
N V
�'
•C'
M
art
t js rt l z 5,.,. p 1R` rwF'r r ,c r £ s.�r F ,- r'...`'^'' ✓r,'
`' s f si + int i t :f t: t s% Wr t i :* x s r+ a mss` ,n
.o�..#o!i„ _x„mui ..Mtv, kaaYF�'s .a2 w „ .. ti r Y ev?NV,t *s Ii
-
Project Setup
Project Setup 1 4
E`
�=Lti
o
m
R"",
16
40
i+„
«g
ffi
a
3%«
[2^
a
c
0
a
m
m
e4•"^,%ai'iy'
O
CO
a?
m m
cn-
N
N
,-
N
{�a
0
client Kickoff Meeting
Meeting Attendance CORR and URS
On-going Project Management (18 Months)
Client Invoicing, Meetings, and Reporting
Budget and Schedule Management
PROJECT MANAGEMENT TOTAL
, . ?, E. a a ' -1E77, airgIONWOMMIRMIlin
Task 1 - Data Review
Review Etormwater Retention/Detention Plans for Field Collection
Task 1 Summary
Task 2 - Geodatabase Review
Geodatabase review with URS 1 CORR
I ask 2 Summ:ary.
Task 3 - Stormwater System Map Development
Review and Load Geodatabase Features
Review Stormwater Inventory Maps
I20 T0sk 3 22unlmary
21 IPHASEI TOTAL
N M
V to
m n
m ai
0
N M
V (O
m n
m ai
Exhibit E
Certificates of Insurance
ACORD,, CERTIFICATE OF LIABILITY
INSURANCE°AE
Page 1 0g 2
12/29//2006
TYPE OF INSURANCE
PRODUCER
877-945-7378
Willie North America, Inc.
26 Century Blvd,
P. O. Hos 305191
Nashville, TN 372305191
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND QR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW_
INSURERS AFFORDING COVERAGE
NAIL,/
INSURED
tJRS Corporation
600 Montgomery Street, 25th Floor
Bari Franeioeo, CA 94111
1
INSURER A: National Union Fire In* Co of Pittsburgh
19445-100
INSURER s: Lexington Insurance Company
19437-000
INSURER C: American Internstiorus1 South Iosurantes Co
40259-001
INSURERD_Insurance Company of the State of PA
19429-100
INSURER E:L1oyd'a of London/A.F. Beazley syndicate
15792-200
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH TI -116 CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSRIADD'L
LTR
- RQ
TYPE OF INSURANCE
POUCY NUMBER
POUCY EFFECTIVE
_DAIPAAWnh>70Q
POUCY EXPIRATION
DATElMM/ADNYI
LIII(fr$
A
GENERALLIABIIJTY
GL177-.4668
4/1/2006
-•• -
5/1/2007
--
EACH��000UURRENCE
S 1, 000, 000
5 1, 0 0 0 , 0 0 0
R
COMMERCIAL GENERAL LIABILITY
PREMISES lEi of RENTED ce
-
MUMS MADE X Ut:CUR
- - — --
PTAan('person) --
"11RE0EX"y
^9 1-0 —0130--
X
xcv, BFPO
PERSONAL&ADVINJURY
$ 1,000, 000
$ 000
X
Contractual Liability
AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
GEN'L
—1
_
PRODUCTS .COMP/OPAGG
-21000,
9 2,000,000
POLICY I X IJPECT El IOC
A
A
A
AUTOMOBILE
LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON•OWNED AUTOS
CA826-2357
CAB26-2360
CA$26-2361
4/1/2006
4/1/2006
4/1/2006
5/1/2007
5/1/2007
5/1/2007
COMBINED SINGLE UNIT
(Eafl°U°e"h
$ 2.000,000
X
BODILY INJURY
(Per person}
$
—
BODILY INJURY
(Per accident)
$
PROPERTYDAMAGE
(Perste:wont)
5
GARAGE LIABILITY
H ANY AUTO
AUTO ONLY- EA ACCIDENT
5
OTHER THAN FA ACC
$
AUTO ONLY: AGG
9
B
EXCESS
LIABILITY
OCCUR n CLAIMS MADE
DEDUCTIBLE
RETENTION 5
7022029
4/1/2006
5/1/2007
EACHOCCURRENCE
5 1,000,000
3,_ti
AGGREGATE
5 1, 000,000
s
s
>6
A
WORKERS COMPENSATION AND
EMPLOYERS'LIABILITY
WC7181903
1/1/2007
1/1/2008
X 4010kCEA-
C .
ANY P PRarMetrRIIETOFVP� CUTIVE
Nyvs,d�scribeunder
SPECIAL PROVISIONS below
WC7181935
WC7181937
WC7181904/WC7181936
1/1_/2_007
1/1/2007
1/1/2007
1/1/2008
E.L.EACH ActIDENT
5 1, 000,Q00 _
D
D
1/1/2008
1/1/2008
E.L. DISEASE -F.AEMPLOYEE
5 1,116 0, 000 -
EL, DISEASE, POLICY LIMIT
S 1,000,000
B
E
OTHER
Prof eaaional Liability
w/Limited Contractual -
C1e.im. made Poliov
1155961 E&O
MLP0005
4/1/2006
4/1/2006
5/1/2007
5/1/2007
$1,000,000. Each Claim
91,000,000. Aggrageta
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
Citywide Stormwater System Mapping Project .
City of Round Rock in additional insured where required by written contract.
CANCELLATION
City of sound Reck
ATTN: City Manager
ACORD25(2001/OS)Round Rook,
TX7
8 664 Co11:1843574 Tp1:583371 Cert!:83 8557•RI2EDREPRS ,Am�fe�
22
M
in
n®
ACORD ORPORATION 1888
l Z. Street
SHOULD ANY OF THE AISQVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION
PATE THEREOF, THE OWING INSURER WILL S NAIL 30 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFIZICILyJOQ INCZ'}IOLIO6IIFi .L
V I/ V J/ c V V I II . I fl % J I G G 1 0 I V O I
LnuriL
VVG/ VV4
Page 2 of 2
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder In lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of thls form does not constitute a contract between
the Issuing Insurer(s), authorized representative or producer, and the certificate holder, nor does It
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
ACORD 25 (2001/08) Co11:1843574 Tp1:5e3371 Cart:8398557
DATE: January 4, 2007
SUBJECT: City Council Meeting - January 11, 2007
ITEM: 13.D.1. Consider a resolution authorizing the Mayor to execute a Contract for
Engineering Services with URS Corporation for the Citywide Stormwater
System Mapping Project.
Department: Engineering and Development Services
Staff Person: Danny Halden, P.E., City Engineer
Justification:
Mapping of our stormwater system will enable the City to track the location and number of storm
drain inlets, linear feet of storm sewer lines, number of detention and water quality ponds,
number of outfalls, miles of grass -lined and concrete -lined channels, etc. In addition, because of
the upcoming Municipal Separate Storm Sewer System (MS4) Phase II permit, the City will be
required to track program components such as the number of drain inlets cleaned, miles of
streets swept, feet of open channels cleaned, and the number of outfalls and ponds maintained.
This data will be submitted to the Texas Commission on Environmental Quality (TCEQ) annually.
A map of the stormwater system will better enable the City to track and manage these
commitments.
Funding:
Cost: $149,938.16
Source of funds: General Operating Fund
Outside Resources: URS Corporation
Background Information:
Besides the immediate uses for the stormwater system map mentioned above, it is also the first
step to creating a drainage model of the City's service area. A hydraulic model can be utilized to
analyze and evaluate the performance of the overall drainage system, and to identify issues
contributing to existing problems. From this analysis, a Master Drainage Plan can be prepared.
The purpose of this plan would be to identify, estimate the cost of, and prioritize possible Capital
Improvement Projects that can be implemented to alleviate existing drainage problems, mitigate
potential flood hazards, minimize future erosion, and at the same time, address water quality
issues.
Public Comment: N/A
EXECUTED
DOCUMENT
FOLLOWS
"-ROUND ROCK, TEXAS
PURPOSE. PASSION. PROSPERITY
CITY OF ROUND ROCK
CONTRACT FOR ENGINEERING SERVICES
FIRM: URS CORPORATION, a Nevada corporation ("Engineer")
ADDRESS: 9400 Amberglen Blvd., Austin, TX 78729
PROJECT: CITYWIDE STORMWATER SYSTEM MAPPING PROJECT
THE STATE OF TEXAS
COUNTY OF WILLIAMSON
THIS CONTRACT FOR ENGINEERING SERVICES ("Contract") is made and entered into on
this the r 1 day of SA iu A 2'j , 2007 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. 01/07
File Name: urscorp-citywidessm; 00109020 00064494
/2-07 -01-11- 13b1 1
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 perform 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 One Hundred Forty-nine Thousand Nine Hundred Thirty-eight and 16/100 Dollars
($149,938.16) as shown in Exhibit D. The lump sum amount payable shall be revised equitably only by
written Supplemental Contract in the event of a change in Engineering Services as authorized by City.
Engineer shall prepare and submit to City monthly progress reports in sufficient detail to support
the progress of the Engineering Services and to support invoices requesting monthly payment. Any
preferred format of City for such monthly progress reports shall be identified in Exhibit B. Satisfactory
progress of Engineering Services shall be an absolute condition of payment.
The fee herein referenced may be adjusted for additional Engineering Services requested and
performed only if approved by written Supplemental Contract.
ARTICLE 5
METHOD OF PAYMENT
Payments to Engineer shall be made while Engineering Services are in progress. Engineer shall
prepare and submit to City, not more frequently than once per month, a progress report as referenced in
Article 4 above. Such progress report shall state the percentage of completion of Engineering Services
accomplished during that billing period and to date. Simultaneous with submission of such progress
report, Engineer shall prepare and submit one (1) original and one (1) copy of a certified invoice in a
form acceptable to City. This submittal shall also include a progress assessment report in a form
acceptable to City.
Progress payments shall be made in proportion to the percentage of completion of Engineering
Services identified in Exhibit D. Progress payments shall be made by City based upon Engineering
Services actually provided and performed. Upon timely receipt and approval of each statement, City
shall make a good faith effort to pay the amount which is due and payable within thirty (30) days. City
reserves the right to withhold payment pending verification of satisfactory Engineering Services
performed. Engineer has the responsibility to submit proof to City, adequate and sufficient in its
determination, that tasks were completed.
The certified statements shall show the total amount earned to the date of submission and shall
show the amount due and payable as of the date of the current statement. Final payment does not relieve
Engineer of the responsibility of correcting any errors and/or omissions resulting from his/her/its
negligence.
3
ARTICLE 6
PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Engineer
will be made within thirty (30) days of the day on which the performance of services was complete, or
within thirty (30) days of the day on which City receives a correct invoice for services, whichever is
later. Engineer may charge a late fee (fee shall not be greater than that which is permitted by Texas law)
for payments not made in accordance with this prompt payment policy; however, this policy does not
apply in the event:
A. There is a bona fide dispute between City and Engineer concerning the supplies,
materials, or equipment delivered or the services performed that causes the payment to be
late; or
B. The terms of a federal contract, grant, regulation, or statute prevent City from making a
timely payment with federal funds; or
C. There is a bona fide dispute between Engineer and a subcontractor or between a
subcontractor and its supplier concerning supplies, materials, or equipment delivered or
the Engineering Services performed which causes the payment to be late; or
D. The invoice is not mailed to City in strict accordance with instructions, if any, on the
purchase order, or this Contract or other such contractual agreement.
City shall document to Engineer the issues related to disputed invoices within ten (10) calendar
days of receipt of such invoice. Any non -disputed invoices shall be considered correct and payable per
the terms of Chapter 2251, V.T.C.A., Texas Government Code.
ARTICLE 7
NOTICE TO PROCEED
The Engineer shall not proceed with any task listed on Exhibit B until the City has issued a
written Notice to Proceed regarding such task. The City shall not be responsible for work performed or
costs incurred by Engineer related to any task for which a Notice to Proceed has not been issued.
ARTICLE 8
PROJECT TEAM
City's Designated Representative for purposes of this Contract is as follows:
Ruth Haberman, P.E., CFM
Engineer
2008 Enterprise
Round Rock, Texas 78664
Telephone Number (512) 218-6605
Fax Number (512) 218-5563
Email Address rhaberman@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:
Michael Lenherr
Project Manager
9400 Amberglen Blvd.
Austin, TX 78729
Telephone Number (512) 419-6038
Fax Number (512) 454-8807
Email Address Mike_Lenherr@URSCorp.com
ARTICLE 9
PROGRESS EVALUATION
Engineer shall, from time to time during the progress of the Engineering Services, confer with
City at City's election. Engineer shall prepare and present such information as may be pertinent and
necessary, or as may be requested by City, in order for City to evaluate features of the Engineering
Services. At the request of City or Engineer, conferences shall be provided at Engineer's office, the
offices of City, or at other locations designated by City. When requested by City, such conferences shall
also include evaluation of the Engineering Services.
Should City determine that the progress in Engineering Services does not satisfy the Work
Schedule, then City shall review the Work Schedule with Engineer to determine corrective action
required.
Engineer shall promptly advise City in writing of events which have or may have a significant
impact upon the progress of the Engineering Services, including but not limited to the following:
(1) Problems, delays, adverse conditions which may materially affect the ability to meet the
objectives of the Work Schedule, or preclude the attainment of project Engineering Services
units by established time periods; and such disclosure shall be accompanied by statement of
actions taken or contemplated, and City assistance needed to resolve the situation, if any;
and
(2) Favorable developments or events which enable meeting the Work Schedule goals sooner
than anticipated.
5
ARTICLE 10
SUSPENSION
Should City desire to suspend the Engineering Services, but not to terminate this Contract, then
such suspension may be effected by City giving Engineer thirty (30) calendar days' verbal notification
followed by written confirmation to that effect. Such thirty -day notice may be waived in writing by
agreement and signature of both parties. The Engineering Services may be reinstated and resumed in
full force and effect within sixty (60) days of receipt of written notice from City to resume the
Engineering Services. Such sixty-day notice may be waived in writing by agreement and signature of
both parties. If this Contract is suspended for more than thirty (30) days, Engineer shall have the option
of terminating this Contract.
If City suspends the Engineering Services, the contract period as determined in Article 3, and
the Work Schedule, shall be extended for a time period equal to the suspension period.
City assumes no liability for Engineering Services performed or costs incurred prior to the date
authorized by City for Engineer to begin Engineering Services, and/or during periods when Engineering
Services is suspended, and/or subsequent to the contract completion date.
ARTICLE 11
ADDITIONAL ENGINEERING SERVICES
If Engineer forms a reasonable opinion that any work he/she/it has been directed to perform is
beyond the scope of this Contract and as such constitutes extra work, he/she/it shall promptly notify
City in writing. In the event City finds that such work does constitute extra work and exceeds the
maximum amount payable, City shall so advise Engineer and a written Supplemental Contract will be
executed between the parties as provided in Article 13. Engineer shall not perform any proposed
additional work nor incur any additional costs prior to the execution, by both parties, of a written
Supplemental Contract. City shall not be responsible for actions by Engineer nor for any costs incurred
by Engineer relating to additional work not directly associated with the performance of the Engineering
Services authorized in this Contract or any amendments thereto.
ARTICLE 12
CHANGES IN ENGINEERING SERVICES
If City deems it necessary to request changes to previously satisfactorily completed Engineering
Services or parts thereof which involve changes to the original Engineering Services or character of
Engineering Services under this Contract, then Engineer shall make such revisions as requested and as
directed by City. Such revisions shall be considered as additional Engineering Services and paid for as
specified under Article 11.
Engineer shall make revisions to Engineering Services authorized hereunder as are necessary to
correct errors appearing therein, when required to do so by City. No additional compensation shall be
due for such Engineering Services.
6
ARTICLE 13
SUPPLEMENTAL CONTRACTS
The terms of this Contract may be modified by written Supplemental Contract if City
determines that there has been a significant change in (1) the scope, complexity or character of the
Engineering Services, or (2) the duration of the Engineering Services. Any such Supplemental Contract
must be duly authorized by the City. Engineer shall not proceed until the Supplemental Contract has
been executed. Additional compensation, if appropriate, shall be identified as provided in Article 4.
It is understood and agreed by and between both parties that Engineer shall make no claim for
extra work done or materials furnished until the City authorizes full execution of the written
Supplemental Contract and authorization to proceed. City reserves the right to withhold payment
pending verification of satisfactory Engineering Services performed.
ARTICLE 14
OWNERSHIP OF DOCUMENTS
All data, basic sketches, charts, calculations, plans, specifications, and other documents created
or collected under the terms of this Contract are the exclusive property of City and shall be furnished to
City upon request. All documents prepared by Engineer and all documents furnished to Engineer by
City shall be delivered to City upon completion or termination of this Contract. Engineer, at its own
expense, may retain copies of such documents or any other data which it has furnished City under this
Contract.
ARTICLE 15
PERSONNEL, EQUIPMENT AND MATERIAL
Engineer shall furnish and maintain, at its own expense, quarters for the performance of all
Engineering Services, and adequate and sufficient personnel and equipment to perform the Engineering
Services as required. All employees of Engineer shall have such knowledge and experience as will
enable them to perform the duties assigned to them. Any employee of Engineer who, in the opinion of
City, is incompetent or whose conduct becomes detrimental to the Engineering Services shall
immediately be removed from association with the project when so instructed by City. Engineer
certifies that it presently has adequate qualified personnel in its employment for performance of the
Engineering Services required under this Contract, or will obtain such personnel from sources other
than City. Engineer may not change the Project Manager without prior written consent of City.
ARTICLE 16
SUBCONTRACTING
Engineer shall not assign, subcontract or transfer any portion of the Engineering Services under
this Contract without prior written approval from City. All subcontracts shall include the provisions
required in this Contract and shall be approved as to form, in writing, by City prior to Engineering
Services being performed under the subcontract. No subcontract shall relieve Engineer of any
responsibilities under this Contract.
7
ARTICLE 17
EVALUATION OF ENGINEERING SERVICES
City, or any authorized representatives of it, shall have the right at all reasonable times to review
or otherwise evaluate the Engineering Services performed or being performed hereunder and the
premises on which it is being performed. If any review or evaluation is made on the premises of
Engineer or a subcontractor, then Engineer shall provide and require its subcontractors to provide all
reasonable facilities and assistance for the safety and convenience of City or other representatives in the
performance of their duties.
ARTICLE 18
SUBMISSION OF REPORTS
All applicable study reports shall be submitted in preliminary form for approval by City before
any final report is issued. City's comments on Engineer's preliminary reports shall be addressed in any
final report.
ARTICLE 19
VIOLATION OF CONTRACT TERMS/BREACH OF CONTRACT
Violation of contract terms or breach of contract by Engineer shall be grounds for termination of
this Contract, and any increased costs arising from Engineer's default, breach of contract, or violation
of contract terms shall be paid by Engineer.
ARTICLE 20
TERMINATION
This Contract may be terminated as set forth below.
(1) By mutual agreement and consent, in writing, of both parties.
(2) By City, by notice in writing to Engineer, as a consequence of failure by Engineer to
perform the Engineering Services set forth herein in a satisfactory manner.
(3) By either party, upon the failure of the other party to fulfill its obligations as set forth
herein.
(4) By City, for reasons of its own and not subject to the mutual consent of Engineer, upon
not less than thirty (30) days' written notice to Engineer.
(5) By satisfactory completion of all Engineering Services and obligations described herein.
Should City terminate this Contract as herein provided, no fees other than fees due and payable
at the time of termination shall thereafter be paid to Engineer. In determining the value of the
Engineering Services performed by Engineer prior to termination, City shall be the sole judge.
Compensation for Engineering Services at termination will be based on a percentage of the Engineering
8
Services completed at that time. Should City terminate this Contract under Subsection (4) immediately
above, then the amount charged during the thirty -day notice period shall not exceed the amount charged
during the preceding thirty (30) days.
If Engineer defaults in the performance of this Contract or if City terminates this Contract for
fault on the part of Engineer, then City shall give consideration to the actual costs incurred by Engineer
in performing the Engineering Services to the date of default, the amount of Engineering Services
required which was satisfactorily completed to date of default, the value of the Engineering Services
which are usable to City, the cost to City of employing another firm to complete the Engineering
Services required and the time required to do so, and other factors which affect the value to City of the
Engineering Services performed at the time of default.
The termination of this Contract and payment of an amount in settlement as prescribed above
shall extinguish all rights, duties, and obligations of City and Engineer under this Contract, except the
obligations set forth herein in Article 21 entitled "Compliance with Laws." If the termination of this
Contract is due to the failure of Engineer to fulfill his/her/its contractual obligations, then City may take
over the project and prosecute the Engineering Services to completion. In such case, Engineer shall be
liable to City for any additional and reasonable costs incurred by City.
Engineer shall be responsible for the settlement of all contractual and administrative issues
arising out of any procurements made by Engineer in support of the Engineering Services under this
Contract.
ARTICLE 21
COMPLIANCE WITH LAWS
(1) Compliance. Engineer shall comply with all applicable federal, state and local laws,
statutes, codes, ordinances, rules and regulations, and the orders and decrees of any court, or
administrative bodies or tribunals in any manner affecting the performance of this Contract, including
without limitation, minimum/maximum salary and wage statutes and regulations, and licensing laws
and regulations. Engineer shall furnish City with satisfactory proof of his/her/its compliance.
Engineer shall further obtain all permits and licenses required in the performance of the
Engineering Services contracted for herein.
(2) Taxes. Engineer will pay all taxes, if any, required by law arising by virtue of the
Engineering Services performed hereunder. City is qualified for exemption pursuant to the provisions
of Section 151.309 of the Texas Limited Sales, Excise, and Use Tax Act.
ARTICLE 22
INDEMNIFICATION
Engineer shall save and hold harmless City and its officers and employees from all claims and
liabilities due to activities of his/her/itself and his/her/its agents or employees, performed under this
Contract, which are caused by or which result from the negligent error, omission, or negligent act of
Engineer or of any person employed by Engineer or under Engineer's direction or control.
9
Engineer shall also save and hold City harmless from any and all expenses, including but not
limited to reasonable 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 negligent 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 per claim from a company authorized to do insurance business in Texas and
10
otherwise 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:
Michael Lenherr
Project Manager
URS Corporation
9400 Amberglen Blvd.
Austin, TX 78729
ARTICLE 33
GENERAL PROVISIONS
(1) Time is of the Essence. Engineer understands and agrees that time is of the essence and
that any failure of Engineer to complete the Engineering Services for each phase of this Contract within
the agreed Work Schedule may constitute a material breach of this Contract. Engineer shall be fully
responsible for his/her/its delays or for failures to use his/her/its reasonable efforts in accordance with
the terms of this Contract and the Engineer's standard of performance as defined herein. Where damage
is caused to City due to Engineer's negligent failure to perform City may accordingly withhold, to the
extent of such damage, Engineer's payments hereunder without waiver of any of City's additional legal
rights or remedies.
(2) Force Majeure. Neither City nor Engineer shall be deemed in violation of this Contract if
prevented from performing any of their obligations hereunder by reasons for which they are not
responsible or circumstances beyond their control. However, notice of such impediment or delay in
performance must be timely given, and all reasonable efforts undertaken to mitigate its effects.
(3) Enforcement and Venue. This Contract shall be enforceable in Round Rock, Williamson
County, Texas, and if legal action is necessary by either party with respect to the enforcement of any or
all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas.
This Contract shall be governed by and construed in accordance with the laws and court decisions of
the State of Texas.
(4) Standard of Performance. The standard of care for all professional engineering,
consulting and related services performed or furnished by Engineer and its employees under this
Contract will be the care and skill ordinarily used by members of Engineer's profession practicing
under the same or similar circumstances at the same time and in the same locality. Excepting Articles
25 and 34 herein, Engineer makes no warranties, express or implied, under this Contract or otherwise,
in connection with the Engineering Services.
13
(5) Opinion of Probable Cost. Any opinions of probable project cost or probable construction
cost provided by Engineer are made on the basis of information available to Engineer and on the basis
of Engineer's experience and qualifications and represents its judgment as an experienced and qualified
professional engineer. However, since Engineer has no control over the cost of labor, materials,
equipment or services furnished by others, or over the contractor(s') methods of determining prices, or
over competitive bidding or market conditions, Engineer does not guarantee that proposals, bids or
actual project or construction cost will not vary from opinions of probable cost Engineer prepares.
(6) Opinions and Determinations. Where the terms of this Contract provide for action to be
based upon opinion, judgment, approval, review, or determination of either party hereto, such terms are
not intended to be and shall never be construed as permitting such opinion, judgment, approval, review,
or determination to be arbitrary, capricious, or unreasonable.
ARTICLE 34
SIGNATORY WARRANTY
The undersigned signatory for .Engineer hereby represents and warrants that the signatory is an
officer of the organization for which he/she has executed this Contract and that he/she has full and
complete authority to enter into this Contract on behalf of the firm. The above -stated representations
and warranties are made for the purpose of inducing City to enter into this Contract.
IN WITNESS WHEREOF, the City of Round Rock has caused this Contract to be signed in its
corporate name by its duly authorized City Manager or Mayor and Engineer, signing by and through its
duly authorized representative(s), thereby binding the parties hereto, their successors, assigns and
representatives for the faithful and full performance of the terms and provisions hereof.
CITY OF
By:
ayor
Christine Martinez, City Secretary
URS CORPORATION
By: A( /It
Signature of Principal
Printed Name: Michael H. McCloskey
14
APP' I VED AS TO ORM:
al L
4vo
Step': L. Sheets, City Attorney
LIST OF EXHIBITS ATTACHED
(1) Exhibit A City Services
(2) Exhibit B Engineering Services
(3) Exhibit C Work Schedule
(4) Exhibit D Fee Schedule
(5) Exhibit E Certificates of Insurance
15
EXHIBIT A
City Services
1.0 INTRODUCTION
1.1
Exhibit A
City Services
Exhibit A — Services to be Performed by City describes the tasks to be
performed by the City of Round Rock to enable URS and its subcontractor to
execute the following project: "Stormwater System Mapping, Development of a
GIS Database and GPS Collection of Stormwater System Features'
2.0 DATA ACCESS
2.1 The City of Round Rock will provide to URS and its subcontractor all record
construction plans that the City has scanned and documented in a database and
placed into the City's electronic document management system. The data will be
provided electronically on a portable hard drive to be supplied by URS.
2.2 The City will also provide to URS and its subcontractor the City's GIS data,
which contains current aerial photography, contours, streams and reservoirs,
parcels, subdivisions, and planimetric information (streets, sidewalks, buildings,
etc.), current as of May 2003. New aerial photography and planimetrics are
currently being prepared and the City will provide those data when they become
available.
2.3 The City will provide to URS access to City personnel that have detailed
knowledge of the City's stormwater system for the purpose of interviews to help
URS identify areas within the City's service area that have stormwater features,
but no as -built record drawings.
2.4 As the project progresses, other data requirements may arise, and the City will
assist URS in obtaining those data.
3.0 DATA REVIEW
3.1 The City of Round Rock will need to provide data review of project deliverables
for the duration of this project. URS and the City will develop data review criteria
and procedures that will be incorporated into URS' Project Management Plan.
These procedures will need to be strictly followed by the City and URS to ensure
the project progresses on schedule.
4.0 PROPERTY ACCESS
4.1 The City will provide access to URS and its subcontractor to enter City -owned
property and easements to perform verification inspections of stormwater
features.
4.2 Although the project consists of mapping stormwater infrastructure on public
property, the need to enter private property to inspect or survey stormwater
features may arise. The City will assist URS and its subcontractor in gaining
access to private property to perform surveying and inspection of stormwater
features. URS will not prepare or negotiate rights -of -entry.
2
EXHIBIT B
Engineering Services
1.0 INTRODUCTION
1.1
Exhibit B
Engineering Services
URS Corporation (URS) has been selected by the City of Round Rock, Texas to
provide Professional Services required for the data acquisition and database
development for the following project: "Stormwater System Mapping,
Development of a GIS Database and GPS Collection of Stormwater System
Features". URS shall provide all necessary equipment, materials, and personnel
to perform the services described below.
1.2. Ultimate Stormwater Program Goals: Although this project covers only mapping
of the stormwater system, it is the City of Round Rock's goal to create a drainage
model of the City's service area, using the mapping product that is created with
this project. This model will be utilized to analyze and evaluate the performance
of the overall drainage system, and to identify issues contributing to existing
problems. From this analysis, a Master Drainage Plan could be prepared. The
purpose of this plan will be to assist in the development and implementation of
the National Environmental Protection Agency (EPA) and the Texas Pollution
Discharge Elimination System (TPDES) mandated Stormwater Management
Program (SWMP). The Master Drainage Plan will also identify, estimate the cost
of, and prioritize possible Capital Improvement Projects that can be implemented
to alleviate existing drainage problems, mitigate potential flood hazards, minimize
future erosion, and at the same time, address water quality issues.
1.3. Existing Conditions: The City of Round Rock has an extensive stormwater
collection system, consisting primarily of underground sewers. Some stormwater
is also conveyed via surface channels. The age of the network varies from the
date of original construction to present day. To accommodate new development
and increase in impervious cover in existing areas, many lines have been added to
the original system over the years. Some flooding occurs during significant rain
events, indicating that storm sewer flow is restricted by damaged lines or exceeds
pipe capacities in some areas.
1.4. There are four major drainage basins within the City limits: Chandler Creek
Basin, Onion Creek Basin, Brushy Creek Basin, and Lake Creek Basin. The
McNutt Creek Basin lies on the outskirts of the City, but is in an area of rapid
growth. There are a number of minor drainage basins within and just outside of
the City limits.
1.5. Existing Data: The City of Round Rock currently has no stormwater system
mapping, neither hard copy nor GIS. Record construction plans are available for
most construction within the City limits that has occurred since the 1970's. There
1
is little or no record of construction that occurred prior to that period. According
to the City, all record drawings that are in the possession of the City have been
scanned and are documented with an extensive database. The City does have a
GIS, which contains current aerial photography, contours, streams and reservoirs,
parcels, subdivisions, and planimetric information (streets, sidewalks, buildings,
etc.), current as of May 2003. New aerial photography and planimetrics are
currently being prepared and will be made available to URS as soon as they are
complete. Water and wastewater utility mapping is available, but is currently
being updated. A three-year project to correct the existing water and wastewater
utility mapping is underway.
1.6. The City's service area (City Limits) is mostly urban and covers approximately 30
square miles in Williamson and Travis Counties. The majority of the City's
service area is served by some type of stormwater system component. See Table
1 below for the zoning configuration of the City. Table 2 shows the distribution
of the major drainage basins within the City Limits.
TABLE 1
City of Round Rock Zoning Breakdown (Approximate)
Zone
Area
Commercial
3.5 Sq.Mi.
Industrial
2.7 Sq.Mi.
Residential
12.3 Sq.Mi.
PUD's
4.3 Sq.Mi.
Open Space
1.1 Sq.Mi.
Not Zoned
5.2 Sq.Mi.
Total City Limits
29.1 Sq.Mi.
TABLE 2
City of Round Rock Major Drainage Basin Breakdown (Approximate)
Basin
Area
Onion Creek
4.8 Sq.Mi.
Brushy Creek
10.6 Sq.Mi.
Chandler Creek
8.2 Sq.Mi.
Lake Creek
5.2 Sq.Mi.
Total Drainage Basin Areas
28.8 Sq.Mi.
2
2.0 PROJECT GOALS
2.1. Phase I — Stormwater System Mapping and Development of a GIS Database:
URS shall review existing plans on file with the City to create a graphical
representation of the City's entire stormwater system, and generate a GIS map
based on this information. Identify the horizontal (X & Y) location of features
such as underground storm sewer lines, manholes, inlets, outfalls, surface
channels, culverts and major detention ponds through the use of record drawings,
aerial photography, staff input, and field visits as necessary. The final product
shall also include all drainage -related easements throughout the City, and
drainage areas for each outfall using existing topographic mapping. Deliverable
shall be a GIS database, populated with information that can be readily gathered
from construction plans, including but not limited to pipe sizes, grades and
materials, inlet sizes, types and inlet depths, manhole sizes and depths, outfall
types, channel configurations. The database will also include fields that will not
be populated until Phase II. All graphics generated with this phase should be
developed in a manner consistent with future uses as described in. Section 1.2.
The GIS database will be developed in a manner that can be expanded for future
uses.
2.2. Phase II — Physical Inspection, Survey and Map Adjustment: URS' surveying
subcontractor, Baker-Aicklen, shall verify and pinpoint the horizontal and vertical
location (X, Y & Z) of all features mapped in Phase I through the use of survey -
grade GPS to confirm and enhance the mapping generated from Phase I. This
will include a physical inspection of the stormwater system to gather pertinent
information and to obtain and/or verify required elevations of manholes, inlets,
culverts, channels, and lines to support modeling of the system.
Phase II will not be part of this contract, but continual planning and
consideration of Phase II needs will be performed during Phase I to ensure
that Phase I activities are executed in a manner that will aid in the accurate
and efficient execution of Phase II.
3
3.0 SCOPE OF WORK
In order to perform the work and track progress and budget, the project activities have
been organized into the following tasks. Key assumptions used to clarify scope and
estimate design costs are also presented in each task discussion. URS shall provide, but
not be limited to, the following:
PHASE I — Stormwater System Mapping and Development of a GIS Database
3.1. Task 1— Data Review:
3.1.1. Phase I of the project will involve the compilation and evaluation of
available data associated with the storm sewer collection system. To
begin this task, URS will gather and review all available plans, plats,
easements, records, and reports associated with the stormwater system and
identify/interview personnel with knowledge of various aspects of the
system. Aspects to be researched and considered in this review shall
include, but not be limited to, system structure, development (recent
construction and repairs), performance history (flooding, surcharging,
etc.), maintenance history, and regulation requirements (TPDES permit
and associated activities). Information collected will be reviewed and
used to proceed with further tasks included in Phase I of this project, and
to identify and scope additional tasks required to gather any remaining
information necessary for the performance of future phases.
3.1.2. The total time to complete Task 1 of the project should be approximately
three (3) months.
3.2. Task 2 — Geodatabase Development:
3.2.1. URS shall develop an ESRI Personal Geodatabase to store and manage
storm sewer system data. All feature classes; attribute tables and
relationship clauses shall be represented in the database, even though this
phase of the project will not populate every field. Some of the fields will
be populated during the implementation of this phase by hand -entering
physical data available from existing drawings and records. The
remainder of the information will be added during Phase II of this project,
using information gathered in the field using GPS and during physical
inspection of the system. Standards for GIS and database software are
listed under "Technical Specifications."
3.2.2. Along with the location of stormwater system features, several key
attributes, including, but not limited to, the items listed below, shall be
included in the database and populated either during the implementation of
Phase I or Phase II of this project.
4
3.2.2.1. Storm Sewer Line Segment attributes to be provided by URS:
Type
Size
Design Length
Design Slope
Flow Direction
Condition
ID Number
Plan Number
Grid Number
3.2.2.2. Storm Sewer Manhole attributes to be provided by URS:
Type
Size
Rim Size
Depth (for use prior to gathering vertical data)
Rim Elevation
Invert Elevations
Condition
ID Number
Plan Number
Grid Number
3.2.2.3. Storm Sewer Inlet attributes to be provided by URS:
Type
Size
Rim Size
Depth (for use prior to gathering vertical data)
Grate Elevation
Invert Elevations
Condition
ID Number
Plan Number
Grid Number
3.2.2.4. Culvert attributes to be provided by URS:
Type
Size
Design Length
Design Slope
Flowline Elevations
Condition
ID Number
Plan Number
Grid Number
3.2.2.5. Channel Segment attributes to be provided by URS:
Type
Size
7Design Length
Design Slope
Flowline Elevations
Condition
ID Number
Plan Number
Grid Number
3.2.2.6. Outfall attributes to be provided by URS:
Receiving Stream
End Treatment Type
Flowline Elevation
Condition
Dry Weather Flow
Monitor
ID Number
7Plan Number
Grid Number
Photo
3.2.2.7. Major Detention/Retention Pond attributes to be provided by
URS:
Design Volume
Top of Berm/Wall Elevation
Berm/Wall Width
Spillway Elevation
Spillway Width
Outlet Type
Outlet Size
Outlet Length
Outlet Slope
Outlet Flowline Elevations
Condition
ID Number
Plan Number
Grid Number
Photo(s)
3.2.2.8. City -Owned Water Quality Pond attributes to be provided by
URS:
Design TSS Load Reduction
Design Sedimentation Volume
Design Filtration Area
Top of Berm/Wall Elevation
Overflow Spillway Elevation
Overflow Spillway Width
Condition
ID Number
Plan Number
Grid Number
Photo(s)
3.2.2.9. Drainage Basin attributes to be provided by URS:
Area
Receiving Stream
ID Number
3.2.2.10. Easement attributes to be provided by URS:
Easement Type
Grantor
Grantee
Volume/Page or Drawer Number as applicable
3.2.3. Task 3.2 should run concurrently with Task 3.1.
3.3. Task 3 — Comprehensive Stormwater System Map Development:
3.3.1. This phase of the project shall use as -built drawing information gathered
during Task 1. The as -built drawings will be georeferenced and then the
stormwater data digitized into the geodatabase. The City's existing GIS
(aerial photography, contours, planimetric information, etc.) will also be
used aid in producing an accurate map of the entire stormwater system
within the City's service area. Field verification will be required to ensure
that all features are represented on the final product for Phase I, but survey
level accuracy will not be required until Phase II. URS will also conduct
interviews with City personnel to identify areas where stormwater features
exist, but no as -built data exists. Those features will be incorporated into
the system map by using the City's aerial imagery, other data sources that
7
might be available, or by site visits. It is estimated that 80 hours of field
verification time will be required to verify questionable or incomplete
features.
3.3.2. URS will implement a web -enabled project and data management tool
(eProjects and ArcIMS websites) so that the City will be able to monitor
project status and data in real time. The City will be able to interactively
view and query the Comprehensive Stormwater System Map through the
ease of a web -browser medium to ensure that the final product is complete
and accurate.
3.3.3. The total time to complete Task 3 of the project should be approximately
six (6) months.
3.4. Pilot Test
3.4.1. During Phase I, Task 3, URS and its surveying subcontractor, Baker-
Aicklen, will conduct a pilot test of the Phase II GPS data collection
procedures for a selected portion of the stormwater system. The purpose of
the pilot test is to confirm compatibility of Phase I data creation and
procedures with Phase II data requirements to ensure that Phase II will be
executed accurately and efficiently.
3.5. QA/QC, Data Review, and Acceptance Criteria
3.5.1. During the Map and Metadata Development effort, URS will perform a
quality assurance and quality control (QA/QC) assessment of the layers
and metadata to ensure completeness and accuracy of the stormwater
features and metadata. URS will develop detailed QA/QC procedures that
will be incorporated into URS' Project Management Plan and approved by
the City of Round Rock.
3.5.2 URS will work with the City to develop detailed review and acceptance
criteria for project deliverables that will be incorporated into URS' Project
Management Plan. The criteria will include, but not be limited to the
following:
• 100% network connectivity of the stormwater system if this can be
determined by the existing as -built drawings, personnel interviews, or
field verification
• 98% correct attribution when compared to as -built drawing data
8
4.0 TECHNICAL SPECIFICATIONS
4.1 URS will use ESRI's ArcGIS and ArcSDE for SQL Server version 9.2.
4.2 The database URS develops for this project shall be created as an ArcGIS 9.x
personal geodatabase utilizing a Microsoft Access Database.
4.3 The final GIS datasets shall be in NAD 83, referenced to the State Plane Grid
Coordinate System, Texas —Central, in U.S Survey feet. GPS elevations shall be
reported as orthometric height, currently Geoid 03. The GIS dataset shall adhere
to the spatial domain, attributes, and precision of the existing City of Round Rock
Enterprise Geodatabase.
5.0 DELIVERABLES
5.1 GIS Database
5.1.1 URS will provide an ArcGIS geodatabase containing one (1) Feature
Dataset containing Feature Classes as described in 3.2.2, representing, but
not limited to: Storm Sewer Lines, Manholes, Inlets, Culverts, Channels,
Outfalls, Major Detention/Retention Ponds, City -Owned Water Quality
Ponds, Drainage Basins and Easements in the City's Service area. The
geodatabase will be delivered on Compact Disk or DVD.
5.2 Metadata
5.2.1 URS will prepare appropriate metadata describing the data collected
during Phase I and Phase II of the project. The metadata shall be created
using the tools available in ArcGIS 9.x or later ArcCatalog for collecting
and editing metadata.
5.3 GPS Collection Data Dictionary
5.3.1 URS will provide the City with a GPS data dictionary and documented
data collection guidelines for future update and maintenance by City staff.
5.4 Project Report
5.4.1 URS will prepare a final project report, documenting data collection and
mapping procedures originally presented in the Project Management Plan
and refined during data collection, including lessons learned,
recommendations and cost estimates for future stormwater infrastructure
data acquisitions, and QA/QC reporting.
9
EXHIBIT C
Work Schedule
e.4
EXHIBIT D
Fee Schedule
1.0 INTRODUCTION
1.1
Exhibit D
Fee Schedule
This cost proposal is being prepared in response to URS being selected to enter
into contract negotiations with the City of Round Rock to provide Professional
Services required for the data acquisition and database development for the
following project: "Stormwater System Mapping, Development of a GIS
Database and GPS Collection of Stormwater System Features'
Phase I Fee Schedule:
Project Management $27,220.90
Task 1- Data Review $4,785.90
Task 2 - Geodatabase Development $3,756.69
Task 3 - Stormwater System Map Development $114,174.67
Phase I Total $149,938.16
Assumptions and backup cost data are presented on the following pages.
1
2.0 ASSUMPTIONS
2.1 The City of Round Rock currently has no stormwater system mapping, neither
hard copy nor GIS, and has no inventory or estimate of the number of stormwater
features within the existing stormwater system. In order to provide a Firm Fixed
Price cost estimate, URS had to develop a best estimate of the quantity of
stormwater features within the city limits of Round Rock. The cost estimate
attached is based on those estimated quantities presented below. If actual
quantities exceed the estimated quantities, a contract modification will be
required.
2.2 Further definition and refinement of data to be collected will be required prior to
commencing work. If significant changes are made to the scope of work
presented in Exhibit B, a contract modification will be required.
Stormwater Feature Estimates
Storm Sewer Line Segments
City of Round Typical Municipal
Rock Area Infrastructure Density Estimated No.
Zoning (sq mi) (#/sq mi) of Features
Commercial 3.5 100 350
Industrial 2.7 100 270
Residential 12.3 330 4059
PUDs 4.3 133 572
Open Space 1.1
Not Zoned 5.2 133 692
Total: 5943
Assumptions:
1) Number of line segments approximates number of inlets and manholes.
Inlets
City of Round Typical Municipal
Rock Area Infrastructure Density Estimated No.
Zoning (sq mi) (#/sq mi) of Features
Commercial 3.5 75 263
Industrial 2.7 75 203
Residential 12.3 250 3075
PUDs 4.3 100 430
Open Space 1.1
Not Zoned 5.2 100 520
Total: 4490
2
Stormwater Feature Estimates (Continued)
Manholes
City of Round Typical Municipal
Rock Area Infrastructure Density Estimated No.
Zoning (sq mi) (#/sq mi) of Features
Commercial 3.5 25 88
Industrial 2.7 25 68
Residential 12.3 80 984
PUDs 4.3 33 142
Open Space 1.1
Not Zoned 5.2
33
172
Total: 1453
Assumptions:
1) There are 1/3 as many manholes as inlets based on previous project work.
Culverts
Total:
Estimated No.
of Features
1000
Assumptions:
1) Culvert estimate based on number of creek crossings with roadways.
Channel Segments
Total:
Estimated No.
of Features
600
Outfalls
City of Round Typical Municipal
Rock Area Infrastructure Density Estimated No.
Zoning (sq mi) (#/sq mi) of Features
Commercial 3.5 25 88
Industrial 2.7 25 68
Residential 12.3 30 369
PUDs 4.3 25 108
Open Space 1.1
Not Zoned 5.2 25 130
Total: 762
3
Stormwater Feature Estimates (Continued)
Major Detention/Retention Ponds
Estimated No.
of Features
Total: 130
Assumptions:
1) Based on number of developments within the City times 1.5.
City -Owned Water Quality Ponds
Estimated No.
of Features
Total: 40
Assumptions:
1) Estimate. Requested by City to locate all water quality ponds in City Limits regardless of ownership.
Drainage Basins
Estimated No.
of Features
Total: 762
Assumptions:
1) Number of drainage basins equals number of outfalls. A drainage basin will be generated for each
outfall located.
Easements
Estimated No.
of Features
Total: 200
Assumptions:
1) Only drainage easements shown on as -built drawings provided by the City will be located.
Total Estimated No. of Features: 15379
0
E445
a
4
abase and GPS Coil
0
U
0
E
d
`f
(1)
co
d
C7
a
m
N
ro
V
o.
d
�c m
v �
o N c
u-x a
R
t u E 40
d CO N Q
= N
0 =
0 0 R
o
E v
03 5 u1 0
EXHIBIT E
Certificates of Insurance
CERTIFICATE OF LIABILITY INSURANCE Date: December 28, 2006
PRODUCER
Willis North America
One Bush Street, 9th Floor
San Francisco, CA 94104
INSURED
URS Corporation
600 Montgomery St., 2e Floor
San Francisco, CA 94111
THIS IS TO CERTIFY THAT the Insured named above is insured by the Companies listed above with respect to the
business operations hereinafter described, for the types of insurance and in accordance with the provisions of the
standard policies used by the companies, and further hereinafter described. Exceptions to the policies are noted
below.
COMPANIES AFFORDING COVERAGE
A: National Union Fire Ins Co of Pittsburgh/19445
B: Lexington Insurance Company/19437
C: Insurance Company of the State of PA/19429
D: American International South Ins Co/40258
E: Lloyd's of London/A.F. Beazley Syndicate/15792
CO TYPE OF
LTR INSURANCE
POLICY
NUMBER
EFFECTIVE EXPIRATION
DATE DATE
LIMITS
A GENERAL LIABILITY
GL177-4688 4/1/2006
5/1/2007 GENERAL AGGREGATE
PRODUCTS-COMP/OP AGG
PERSONAL & ADV. INJURY
EACH OCCURRENCE
FIRE DAMAGE (Any one fire)
MED. EXPENSE (Any one
person)
$2,000,000
$2,000,000
S1,000,000
$1,000,000
$
$ 10,000
A AUTOMOBILE LIABILITY
CA826-2357
CA826-2360
CA826-2361
4/1/2006
4/1/2006
4/1/2006
5/1/2007 COMBINED SINGLE LIMIT
5/1/2007 BODILY INJURY (Per person)
5/1/2007 BODILY INJURY (Per accident)
PROPERTY DAMAGE
$2,000,000
$
$
$
B EXCESS LIABILITY
7022029 4/1/2006 5/1/2007 EACH OCCURRENCE $1,000,000
AGGREGATE $1,000,000
C WORKERS' COMPENSATION 7181937 1/1/2007
A AND EMPLOYERS' LIABILITY 7181903 1/1/2007
D 7181935 1/1/2007
C 7181904/7181936 1/1/2007
1/1/2008 STATUTORY LIMITS
1/1/2008 EACH ACCIDENT
1/1/2008 DISEASE — POLICY LIMIT
1/1/2008 DISEASE — EACH EMPLOYEE
$ALL STATES
$1,000,000
$1,000,000
$1,000,000
B
E
PROFESSIONAL LIABILITY 1155961 E&O 4/1/2006 5/1/2007 EACH CLAIM $1,000,000
Claims made policy MLP0005 4/112006 5/1/2007 AGGREGATE $1,000,000
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS/EXCEPTIONS
Citywide Stormwater System Mapping Project
The City of Round Rock is named as additional insured with respect to all policies except Workers' Compensation and Employers' Liability'
and 'Professional Liability. Should any of the above described policies be cancelled or changed before the expiration date therof, the issuing
company will mail thirty (30) days written notice to the certificate holder named below.
CERTIFICATE HOLDER:
City Manager
City of Round Rock
221 E. Main Street
Round Rock, Texas 78664
SIGNATURE OF AUTHORIZED REPRESEj1TATI
2i y\
Typed Name: _Lynne Harrington
Title: Vice President/ Broker
00650 — 7/2003 Certificate of Liability Insurance