R-01-01-25-10C2 - 1/25/2001 r I
RESOLUTION NO. R-01-01-25-10C2
WHEREAS, the City of Round Rock desires to retain professional
engineering services for the design of the Westinghouse Wastewater
Interceptor, and
WHEREAS, S .D. Kallman, L. P. has submitted a Contract for
Engineering Services to provide said services, and
WHEREAS, the City Council desires to enter into said contract
with S .D. Kallman, L. P. , 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 S .D.
Kallman, L. P. , for professional engineering services for the design of
the Westinghouse Wastewater Interceptor, a copy of said contract being
attached hereto and incorporated herein for all purposes.
The City Council hereby finds and declares that written notice of
the date, hour, place and subject of the meeting at which this
Resolution was adopted was posted and that such meeting was open to the
public as required by law at all times during which this Resolution and
the subject matter hereof were discussed, considered and formally acted
upon, all as required by the Open Meetings Act, Chapter 551, Texas
Government Code, as amended, and the Act .
RESOLVED this 25th day of Janu 001
RO ERT A. STLUKA, JY. , Mayor
A EST: City of Round Rock, Texas
AA AAA
JJhNNE LAND, City Secretary
K:\WPDOCS\RESOLUTI\R10125C2.WPD/SC
0 N®
Contract No.
01
STATE OF TEXAS §
COUNTY OF WILLIAMSON §
THIS CONTRACT FOR ENGINEERING SERVICES ("Contract") is made by and between the
City of Round Rock,221 E.Main St.,Round Rock,Texas 78664,hereinafter called"City"and S.D.
KALLMAN,L.P. -ENGINEERSAND ENviRONMENTAL CONSULTANTS,having its principal business
address at 1106 S.Mays,Suite 100,Round Rock,Texas 78664,hereinafter called"Engineer"for the
purpose of contracting for engineering services.
WITNESSETH
WHEREAS, Government Code, Chapter 2254, Subchapter A, "Professional Services
Procurement Act" provides for the procurement of professional services of engineers; and
WHEREAS,the City desires to contract for engineering services described as follows:
WESTINGHOUSE WASTEWATER INTERCEPTOR FROM
THE CHANDLER CREEK INTERCEPTOR TO THE SOUTH PROPERTY
LINE OF THE WESTINGHOUSE PROPERTY IN NORTH ROUND ROCK
(DESIGN AND CONSTRUCTION PHASES)
AGREEMENT
NOW, THEREFORE, the City and the Engineer, in consideration of the mutual covenants
and agreements herein contained, do hereby mutually agree as follows:
ARTICLE 1
SCOPE OF SERVICES TO BE PROVIDED BY CITY
The City will furnish items and perform those services for fulfillment of the Contract as
identified in Attachment A - Services to be Provided by the City, attached hereto and made a part
of this Contract.
engcontrc.wpd/spectw Page 1 of 20
ARTICLE 2
SCOPE OF SERVICES TO BE PROVIDED BY ENGINEER
The Engineer shall perform those engineering services for fulfillment of the Contract as
identified in Attachment B - Services to be Provided by the Engineer, attached hereto and made a
part of this Contract.
The Engineer shall prepare a schedule of work identified as Attachment C-Work Schedule,
attached hereto and made a part of this Contract. The Work Schedule shall contain a complete
schedule so that the Engineer's Scope of Services under this Contract can be accomplished within
the specified time and contract cost. The Work Schedule will provide specific work sequence and
definite review times by the City and the Engineer of the work performed.If the review time should
take longer than shown on the work schedule,through no fault of the Engineer, additional contract
time will be authorized by the City through a supplemental agreement if requested by a timely
written request from the Engineer and approved by the City.
ARTICLE 3
CONTRACT PERIOD
After execution of this Contract,the Engineer shall not proceed with the work outlined under
Article 2 until authorized in writing by the City to proceed as provided in Article 6. This Contract
shall terminate at the close of business on March 1,2002 unless extended by written supplemental
agreement duly executed by the Engineer and the City prior to the date of termination, as provided
in Article 11 - Supplemental Agreements, or otherwise terminated as provided in Article 19 -
Termination. Any work performed or cost incurred after the date of termination shall be ineligible
for reimbursement.
The Engineer shall notify the City in writing as soon as possible if it determines, or
reasonably anticipates,that the work under this Contract cannot be completed before the termination
date, and the City may, at its sole discretion, extend the contract period by timely supplemental
agreement as provided in Article 11 -Supplemental Agreements.The Engineer shall allow adequate
time for review and approval of the request for time extension by the City prior to expiration of this
Contract.
ARTICLE 4
COMPENSATION
The City shall pay and the Engineer agrees to accept the lump sum amount shown below as
full compensation for the engineering services to be performed under this Contract.
The lump sum amount payable under this Contract without modification of the Contract is
$125,500.00 as shown in Attachment D - Fee Schedule. The lump sum amount payable may be
revised by supplemental agreement in the event of a change in scope, additional complexity from
that originally anticipated or character of work as authorized by the City.
engcontrc.wpd/spectw Page 2 of 20
The Engineer shall prepare and submit to the City monthly progress reports in sufficient
detail to support the progress of the work and in support of invoice requesting monthly payment.
Any preferred format will be identified in Attachment B. Satisfactory progress of work shall be
maintained as a condition of payment.
The fee may be adjusted if additional work is approved by supplemental agreement and
performed by the Engineer.
ARTICLE 5
METHOD OF PAYMENT
Payments to the Engineer for services rendered will be made while work is in progress.
The Engineer will prepare and submit to the City, no more frequently than once per month, a
progress report stating the percent completion of the work accomplished during the billing period
and to date, and one original and one copy of a certified invoice in a form acceptable to the City).
The submittal shall also include the progress assessment report. Payment of the lump sum fee will
be in proportion to the percent completion of the work tasks identified in Attachment D - Fee
Schedule. Upon receipt and approval of each statement, the City shall make a good faith effort
to pay the amount which is due and payable within thirty (30) days. The City shall reserve the
right to withhold payment pending verification of satisfactory work performed.The Engineer must
submit adequate proof to the City that the task was completed.
The certified statements shall show the total amount earned to the date of submission and
the amount due and payable as of the date of the current statement. Final payment does not relieve
the Engineer of the responsibility of correcting any errors and/or omissions resulting from its
negligence.
ARTICLE 6
NOTICE TO PROCEED
The City will issue a written authorization to proceed with the work identified in the scope
of services. The City shall not be responsible for actions by the Engineer or any costs incurred
by the Engineer relating to additional work not included in Attachment B-Services to be Provided
by the Engineer.
ARTICLE 7
PROGRESS
The Engineer shall, from time to time during the progress of the work, confer with the
City. The Engineer shall prepare and present such information as may be pertinent and necessary,
or as may be requested by the City, in order to evaluate features of the work.
At the request of the City or the Engineer, conferences shall be provided at the Engineer's
engcontrc.wpd/3 43-6 5 3.r2 Page 3 of 20
office, the office of the City, or at other locations designated by the City. These conferences shall
also include evaluation of the Engineer's services and work when requested by the City.
Should the City determine that the progress in production of work does not satisfy the
Work Schedule, the City shall review the work Schedule with the Engineer to determine
corrective action needed.
The Engineer shall promptly advise the City in writing of events which have a significant
impact upon the progress of the work, including:
(1) problems, delays, adverse conditions which will materially affect the ability to attain
program objectives, prevent the meeting of time schedules and goals, or preclude the
attainment of project work units by established time periods; this disclosure will be
accompanied by statement of the action taken, or contemplated, and any City
assistance needed to resolve the situation; and
(2) favorable developments or events which enable meeting the work schedule goals
sooner than anticipated.
ARTICLE 8
SUSPENSION
Should the City desire to suspend the work, but not terminate the Contract, this may be
done by thirty (30) calendar days verbal notification followed by written confirmation from the
City to that effect. The thirty day notice may be waived in writing by both parties. The work may
be reinstated and resumed in full force and effect within sixty(60)days of receipt of written notice
from the City to resume the work. The sixty day notice may be waived in writing by both parties.
If the City suspends the work, the contract period as determined in Article 3 is not affected
and the Contract will terminate on the date specified unless the Contract is amended.
The City assumes no liability for work performed or costs incurred prior to the date
authorized by the City to begin work, during periods when work is suspended, or subsequent to
the contract completion date.
ARTICLE 9
ADDITIONAL WORK
If the Engineer is of the opinion that any work it has been directed to perform is beyond
the scope of this Contract and constitutes extra work, it shall promptly notify the City in writing.
In the event the City finds that such work does constitute extra work and exceeds the maximum
amount payable, the City shall so advise the Engineer and a written supplemental agreement will
be executed between the parties as provided in Article 11. The Engineer shall not perform any
proposed additional work or incur any additional costs prior to the execution, by both parties, of
a supplemental agreement. The City shall not be responsible for actions by the Engineer or any
costs incurred by the Engineer relating to additional work not directly associated with the
engcontrc.wpd/343-653.r2 Page 4 of 20
performance of the work authorized in this Contract or as amended.
ARTICLE 10
CHANGES IN WORK
If the City finds it necessary to request changes to previously satisfactorily completed work
or parts thereof which involve changes to the original scope of services or character of work under
the Contract, the Engineer shall make such revisions if requested and as directed by the City. This
will be considered as additional work and paid for as specified under Article 9-Additional Work.
The Engineer shall make such revisions to the work authorized in this Contract which has
been completed as are necessary to correct errors appearing therein, when required to do so by
the City. No additional compensation shall be paid for this work.
ARTICLE 11
SUPPLEMENTAL AGREEMENTS
The terms of this Contract may be modified by supplemental agreement if the City
determines that there has been a significant change in (1) the scope, complexity or character of
the service to be performed; or (2) the duration of the work. Additional compensation, if
appropriate, shall be identified as provided in Article 4.
Any supplemental agreement must be executed by both parties within the contract period
specified in Article 3 - Contract Period.
It is understood and agreed that no claim for extra work done or materials furnished shall
be made by the Engineer until full execution of the supplemental agreement and authorization to
proceed is granted by the City. The City reserves the right to withhold payment pending
verification of satisfactory work performed.
ARTICLE 12
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 the City and
shall be furnished to the City upon request. All documents prepared by the Engineer and all
documents furnished to the Engineer by the City shall be delivered to the City upon completion
or termination of this Contract. The Engineer, at its own expense, may retain copies of such
documents or any other data which it has furnished the City under this Contract. Release of
information shall be in conformance with the Texas Open Records Act.
engcontrc.wpd/3 43-65 3.r2 Page 5 of 20
ARTICLE 13
PERSONNEL, EQUIPMENT AND MATERIAL
The Engineer shall furnish and maintain, at its own expense, quarters for the performance
of all services, and adequate and sufficient personnel and equipment to perform the services as
required. All employees of the Engineer shall have such knowledge and experience as will enable
them to perform the duties assigned to them. Any employee of the Engineer who, in the opinion
of the City, is incompetent, or whose conduct becomes detrimental to the work, shall immediately
be removed from association with the project when so instructed by the City. The Engineer
certifies that it presently has adequate qualified personnel in its employment for performance of
the services required under this Contract, or will be able to obtain such personnel from sources
other than the City.
The Provider may not change the Project Manager without prior consent of the City.
ARTICLE 14
SUBCONTRACTING
The Engineer shall not assign, subcontract or transfer any portion of the work under this
Contract without prior written approval from the City. All subcontracts shall include the
provisions required in this Contract and shall be approved as to form, in writing,by the City prior
to work being performed under the subcontract.
No subcontract relieves the Engineer of any responsibilities under this Contract.
ARTICLE 15
EVALUATION OF WORK
The City and any authorized representatives, shall have the right at all reasonable times
to review or otherwise evaluate the work performed or being performed hereunder and the
premises in which it is being performed. If any review or evaluation is made on the premises of
the Engineer or a subprovider, the Engineer shall provide and require its subproviders to provide
all reasonable facilities and assistance for the safety and convenience of the City or USDOT
representatives in the performance of their duties.
engcontrc.wpd/343-653.r2 Page 6 of 20
ARTICLE 16
SUBMISSION OF REPORTS
All applicable study reports shall be submitted in preliminary form for approval by the
City before final report is issued. The City's comments on the Engineer's preliminary report will
be addressed in the final report.
ARTICLE 17
VIOLATION OF CONTRACT TERMS/BREACH OF CONTRACT
Violation of Contract terms or breach of contract by the Engineer shall be grounds for
termination of the Contract and any increased cost arising from the Engineer's default, breach of
contract or violation of contract terms shall be paid by the Engineer.
ARTICLE 18
TERMINATION
The Contract may be terminated before the stated termination date by any of the following
conditions.
(1) By mutual agreement and consent, in writing of both parties.
(2) By the City by notice in writing to the Engineer as a consequence of failure by the
Engineer to perform the services set forth herein in a satisfactory manner.
(3) By either party, upon the failure of the other party to fulfill its obligations as set
forth herein.
(4) By the City for reasons of its own and not subject to the mutual consent of the
Engineer upon not less than thirty (30) days written notice to the Engineer.
(5) By satisfactory completion of all services and obligations described herein.
Should the City terminate this Contract as herein provided, no fees other than fees due and
payable at the time of termination shall thereafter be paid to the Engineer. In determining the
value of the work performed by the Engineer prior to termination,the City shall be the sole judge.
Compensation for work at termination will be based on a percentage of the work completed at
that time. Should the City terminate this Contract under(4)of the paragraph identified above, the
amount charged during the thirty (30) day notice period shall not exceed the amount charged
during the preceding thirty (30) days.
If the Engineer defaults in the performance of this Contract or if the City terminates this
Contract for fault on the part of the Engineer, the City will give consideration to the actual costs
incurred by the Engineer in performing the work to the date of default, the amount of work
engcon[rc.wpd/343-653.r2 Page 7 of 20
required which was satisfactorily completed to date of default, the value of the work which is
usable to the City, the cost to the City of employing another firm to complete the work required
and the time required to do so, and other factors which affect the value to the City of the work
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 the City and the Engineer under this
Contract, except the obligations set forth in Article 19 of this Contract. If the termination of this
Contract is due to the failure of the Engineer to fulfill its contract obligations, the City may take
over the project and prosecute the work to completion. In such case, the Engineer shall be liable
to the City for any additional cost occasioned the City.
The Engineer shall be responsible for the settlement of all contractual and administrative
issues arising out of the procurement made by the Engineer in support of the scope of services
under this Contract.
ARTICLE 19
COMPLIANCE WITH LAWS
The Engineer shall comply with all applicable Federal, State and local laws, statutes,
codes, ordinances, rules and regulations, and the orders and decrees of any court, or
administrative bodies or tribunals in any manner affecting the performance of this Contract,
including, without limitation, worker's compensation laws, minimum and maximum salary and
wage statutes and regulations, and licensing laws and regulations. When required, the Engineer
shall furnish the City with satisfactory proof of its compliance therewith.
ARTICLE 20
INDEMNIFICATION
The Engineer shall save harmless the City and its officers and employees from all claims
and liability due to activities of itself, its agents, or employees,performed under this Contract and
which are caused by or result from error, omission, or negligent act of the Engineer or of any
person employed by the Engineer. The Engineer shall also save harmless the City from any and
all expense, including, but not limited to, attorney fees which may be incurred by the City in
litigation or otherwise resisting said claim or liabilities which may be imposed on the City as a
result of such activities by the Engineer, its agents, or employees.
ARTICLE 21
ENGINEER'S RESPONSIBILITY
The Engineer shall be responsible for the accuracy of its work and shall promptly make
necessary revisions or corrections resulting from its errors, omissions, or negligent acts without
compensation. The Engineer's responsibility for all questions arising from design errors and/or
omissions will be determined by the City. The Engineer will not be relieved of the responsibility
engcontrc.wpd/3 43-65 3.r2 Page 8 of 20
for subsequent correction of any such errors or omissions or for clarification of any ambiguities
until after the construction phase of the project has been completed.
ARTICLE 22
ENGINEER'S SEAL
The responsible Engineer shall sign, seal and date all appropriate engineering submissions
to the City in accordance with the Texas Engineering Practice Act and the Rules of the State
Board of Registration for Professional Engineers.
ARTICLE 23
NONCOLLUSION
The Engineer warrants that it has not employed or retained any company or persons, other
than a bona fide employee working solely for the Engineer, to solicit or secure this Contract and
that it has not paid or agreed to pay any company or engineer any fee, commission, percentage,
brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or
making of this Contract. For breach or violation of this warranty, the City shall have the right to
annul this Contract without liability or, in its discretion, to deduct from the contract price or
compensation, or otherwise recover, the full amount of such fee, commission, percentage,
brokerage fee, gift or contingent fee.
ARTICLE 24
INSURANCE
The Engineer shall furnish the City a properly completed Certificate of Insurance approved
by the City prior to beginning work under this Contract and shall maintain such insurance through
the contract period. The completed Certificate of Insurance shall be attached hereto and identified
as Attachment G.
ARTICLE 25
INSPECTION OF ENGINEER'S BOOKS AND RECORDS
AND AUDIT REQUIREMENTS
The City shall have the exclusive right to examine the books and records of the Engineer
for the purpose of checking the amount of work performed by the Engineer at the time of contract
termination. The Engineer shall maintain all books, documents, papers, accounting records and
other evidence pertaining to cost incurred and shall make such materials available at its office
during the contract period and for four (4) years from the date of final payment under this
Contract or until pending litigation has been completely and fully resolved, whichever occurs last.
The City or any of its duly authorized representatives, shall have access to any and all books,
documents, papers and records of the Engineer which are directly pertinent to this Contract for
the purpose of making audits, examinations, excerpts and transcriptions.
cngcontrc.wpd/3 43-65 3.r2 Page 9 of 20
ARTICLE 26
DEBARMENT, SUSPENSION AND DISCIPLINARY ACTION
The Engineer warrants that the representations included in the Debarment Certification
(Negotiated Contracts) submitted with the offer to provide services are current and still valid.
ARTICLE 27
COPYRIGHTS
The 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 the Engineer
for governmental purposes.
ARTICLE 28
COMPUTER GRAPHICS FILES
The Engineer agrees to comply with the Special Provision "Computer Graphics Files for
Document and Information Exchange," if determined by the City to be applicable to this Contract
and if so stated in Attachment B and attached hereto.
ARTICLE 29
SUCCESSORS AND ASSIGNS
The Engineer, and the City, do hereby bind themselves, their successors, executors,
administrators and assigns to each other party of this agreement and to the successors, executors,
administrators, and assigns of such other party in respect to all covenants of this Contract. The
Engineer shall not assign, subcontract or transfer its interest in this Contract without the prior
written consent of the City.
ARTICLE 30
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, 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.
engcon trc.wpd/3 43-65 3.r2 Page 10 of 20
ARTICLE 31
PRIOR CONTRACT SUPERSEDED
This Contract constitutes the sole and only agreement of the parties hereto and supersedes
any prior understandings or written or oral contracts between the parties respecting the subject
matter defined herein.
engcontrc.wpd/343-65 3.r2 Page 11 of 20
ARTICLE 32
NOTICES
All notices to either party by the other required under this Contract shall be personally
delivered or mailed to such party at the following respective address:
City of Round Rock Engineer - S.D. Kallman, L.P. --
Engineers and Environmental Consultants
Attn.: City Manager Attn.: Steven D. Kallman, P.E., R.P.L.S.
221 E. Main St. 1106 S. Mays, Suite 100
Round Rock, TX 78664 Round Rock, Texas 78664
with copy to:
Stephan L. Sheets
City Attorney
309 E. Main St.
Round Rock, Texas 78664
engcontrc.wpd/3 43-65 3.r2 Page 12 of 20
ARTICLE 33
SIGNATORY WARRANTY
The undersigned signatory or signatories for the Engineer hereby represent and warrant
that the signatory is an officer of the organization for which he or she has executed this Contract
and that he or she has full and complete authority to enter into this Contract on behalf of the firm.
The above-stated representations and warranties are made for the purpose of inducing the City to
enter into this Contract.
IN WITNESS HEREOF, the City and the Engineer have executed these presents in duplicate.
S.D.Kallman, L.P. -- Engineers and Environmental Consultants
THE ENGINEER
B L ' Lji"
By:
Signature
Steven D. Kallman, P.E., R.P.L.S.
Printed Name
President of Steven D. Kallman, L.L.C., General Partner of S.D. Kallman, L.P.
Title
/ — c2 !5- 0 /
Date
City ofRock
ZRrtBy: .4 4"J.,
Stluka, Mayor
LIST OF ATTACHMENTS
Attachment A - Services to be Provided by the City
Attachment B - Services to be Provided by the Engineer
Attachment C - Work Schedule, if applicable
Attachment D - Fee Schedule
Attachment E - Work Authorizations, if applicable - N/A
Attachment F - Supplemental Work Authorizations, if applicable - N/A
Attachment G - Certificate of Insurance, if applicable
Attachment H - Hourly Rate Schedule
engcontrc.wpd/343-653.r2 Page 13 of 20
ATTACHMENT A
SERVICES TO BE PROVIDED BY THE CITY OF ROUND ROCK
The City of Round Rock will furnish to the Engineer the following items/information:
Record drawings and documents pertaining to projects in the area, including easement documents,
construction plans, test records, aerial photography, topography, system maps, etc.
Existing utilities within the construction area shall be exposed by City forces to allow the Engineer's
surveyor to establish the horizontal and vertical location of the existing utilities.
engcon trc.wpd/3 43-65 3.r2 Page 14 of 20
ATTACHMENT B
SERVICES TO BE PROVIDED BY THE ENGINEER
Basic Services include:
• Preparation of Plans and Specifications, governmental approvals, TxDOT Highway R.O.W.
crossing permits, assistance in advertising (City pays publication costs) and receiving Bids,
Construction Phase services,preparation of as-built drawings and attendance at staff and City
Council meetings, as requested. Also, included is the preparation of the Sewage Collection
System(SCS)Application for the project as it lies in the Edwards Aquifer Recharge Zone and
the preparation of a Stormwater Pollution Prevention Plan (SWPPP) for conducting
construction activities under the Nationwide Permit System.
• Construction plans include the horizontal and vertical location of all existing utilities within the
construction area. The utilities shall include, but not be limited to electric, gas, water,
wastewater and communication utilities.
• Construction plans shall provide horizontal and vertical control information sufficient, that
contractor's surveyor can reestablish said controls and provide required construction staking.
These control points shall be established on the ground.
Engineer shall review and approve cut sheets, shop drawings and prepare and sign change
orders.
Special Services include:
• Property surveys and preparation of wastewater line easement descriptions and drawings.
engc ontrc.wpd/3 43-65 3.r2 Page 15 of 20
ATTACHMENT C
WORK SCHEDULE
Date Milestone
February 2001 Engineer Retained to Design Project
June 28,2001 Construction Plans and Specifications, SCS Application and SWPPP
Submitted to City's Public Works Department for Review; SCS
Application Submitted to TNRCC for Review;S WPPP Submitted to EPA.
July 5, 2001 Meet with City to Discuss Project
August 5, 2001 Submittals Approved by Public Works Department
September 30, 2001 SCS Application Approved by TNRCC (allow 90 days for review and
approval)
October 8 & 15,2001 Public Notice Advertising Bids
November 6, 2001 Bids Received at City Hall
November 22,2001 City Awards Contract
December 4, 2001 Contractor Returns Contract Documents with Signature, Bonds, and
Certificate of Insurance
December 11,2001 City Signs Contract Documents;City and Engineer Hold Pre-Construction
Conference and Issues Notice to Proceed.
December 17, 2001 Begin Construction
May 17, 2002 Construction Complete(5 Months)
May 22, 2002 City and Engineer Prepare Final Punch List
June 7, 2002 Final Project Acceptance--Facility in Service
engcontrc.wpd/343-653.r2 Page 16 of 20
ATTACHMENT D
FEE SCHEDULE
PROJECT: Estimated Construction Cost Including 10%Contingency is $1,050,600.
Fee Schedule-Basic Services:
Compensation for Basic Services shall be as follows:
Phase I. Engineering Services for Design Phase $ 93,500.00
Sewage Collection System Application $ 5,000.00
Stormwater Pollution Prevention Plan $ 1,500.00
Phase II. Engineering Services for Construction Phase $ 16,500.00
Total Basic Services Fee $ 116,500.00
Fee Schedule- Special Services:
Compensation for Special Services for field note and drawing preparation for
wastewater line easements shall be reimbursed in accordance with Attachment H -
Hourly Rate Schedule not to exceed$9,000.
$ 9,000.00
Total Special Services Fee $ 9,000.00
TOTAL FEE $ 125,500.00
Note: Since it is assumed that the construction contractor shall provide construction staking for this
project, no fees have been included for that task.
engcontrc.wpd/343-653.r2 Page 17 of 20
ATTACHMENT G
• .,'.:s» •�'�� �! .,.n.>"f Y,IK, �,,,:,.: .RKY<+^ '�:w•,.•)....,,,.•,
'%• _ caRf/� 1 1 ..�� V r,F�. 'Ra,•..f<J:)}.s )t rh<k�!<� �A �y .. .
..•w .n.::.::' "+f••. Wf1V w•1..f.So. .:f•.-+'<y�i�.i"-.I..<..<�.•ww•.hYr <`I .. +F ..»llfOi < i7'f<iJ
....... ..
P �D'T THIS CERTIFICATE IS ISSUED AIS A MATTER OF INFORMATION
GREATER TEXAS INS. AGENCY ONLY AND CONFERS NO RIGHTS UPON THE CER7INCIATE
HOLDEFL CERTIFICATE S NOT 9809 ANDERSON MILL RD ALTER HEHIS CO COVERAGE AFFORD
ED BY THEU
POCI�S RF:I'
AUSTIN, 3X 7$750 I COMPANIES AFFORDINgCOVERAI
COMPAW
a TRINITY SECURITY NATIONAL I1�TS C�
wsuaeo•- — — —.— rclMrAw _ --
S. D. KALLMAN, L. P. B
1106 SOUTH MAYS I COUPA.'r -'—
SUITF. 100 I C
ROCND ROCK, TX 78664 COMPAW
1 D
K+,1•!tY 'if••f fi 1/ `i:."i'V•••Mi<<ak' Rr�MYR4b'kf' « �i:iYi'Y'7V�.�}}�,� MMcyw�J $�a'
vIF7t
Wib,t. �sfW7k
u iiO�r2w�l�rw� a'itMRlf�f•...� �
THIS RS TO CERTIFY 7hA1 THE POUGES OF INSURANCE LISTED @FLOW HAVE BEEN ISSUED TO.THEi1:..w•INSURED NAMED ABOVE FOR THE POUCY PERI�OaD
WDICa1TED.NOTIMTkSTAND:Na ANY AEaU1FiE6fENT.TERM OR CONORION OF ANY CONTRACT OR OTHER DOCUMENT WITH AESpECT TO 1%4.1i THIS j
CERTIFk:AT$MAY BE i6SUED OR MAY PERTAW THE WSUAAHCE AFFORDED BY THE Poucies DESCAI@ED HEREIN IS SIAWECT TO ALL THE TERY.S.�
EXCLUSIONS AN0 CONOIT<.ONS OF SUCH POIJGEB LIMITS SHOWN MAY HAVE BEEN REDUCED RY PAI0 CLAWS.
` TYPEOfBiWRANCE POUCYNUIEBER POULVEFF@cm POUGYErmTm '
OATE LMMIOC^ OATS(MM/DD/YY)
QUATtAL.UAOILJTY I GEINER&LA00M40ATe E 1 ^G 00 cl
A' cau!maaAtamuwuArsvjTYiTXP 9930540 07 05 102/19/00102/19/01 PFKXV Tsl-CCMPIOPAM S EXCLUDEL1
CLARAMAM QX OCCUR; ; !IERsaaAl r4 Aav W�aY S 1 COO
OWhE4S=,C:kt!TiACTOKtT PTgT1 I EAG{OCOUflRENC:E f 1 a 0^"o'OU
L� i FIRE DAMA[iE OMS i
100,00
MED ETU'Vm am pamool S S 009
YAUWUCMO.E UABtUTY
Al TCA 2986181 ! 07/22/00107/22/01 CaMeME°grCLEUMIr S 1, COC,OOC
ALL OWNEQ AUTOS 1
BOOA.Y NJUFiY
I X SCHEDULED AURIS (P=en) _ _ 1
'X'"RED AUTOS i &=LY INJURY
X NCW4YWNEl)AUTOSi (ft zowar4 t f
I � ;PAOPEs;rr oAw.A3F =
GARAGE LIAi1LTTY -—�— I — AUTO ONLY.EA ACCIDENT =
ANY AliiO OTHER THAN AUTO ONLY: I
1 I
EACH ACCJ 0jr i --�
AGGREGATE t
;`OM UA13 UW GACw OOC.IIRR D= i
�-�tXalgff J.APOAM = AGaRMATE _
OTHM THANUMBRE-IA pCM i
VWOIACERi COMpu"T"FJLO
i EMlL:Ovm1 UA7NUTY '
� � 0.EACH AOCCENT � -
!TME Ps30Pp1ETOW ; 0.DWASE•POLICY LRA1T t _
OPPIC� = t t fl(CLi r-L D 8EAse-EA EUP(OYEE i 1
MUCH I �
i
oEacRlPTioROFOPERAT`NaNs,LocAnoNxwEetl sKPFeuu ITEMS
.. .<<����• yy�a ."r.rifiYpfVK ..i Vi.{sre<..,�� irYirtk`i•* fY.IVYYK.:+I•iJ'� vi /1a�
• <w. �y,r�V�' ..ewM.fx..rw+:e:.<+..;,.tYss.�+,f:w✓«w•de. a/.!^S srfxr lr✓ i♦ .. .. .. ..,n.r4.ew
w.<: .� v..<: Va.<i.µfr: -aT ,Mi ,,..,,.�.T„<iA. ..<.xsw' >•Y �i.tYr... �<f�Y.
K. •.aw�c�sv�.:,��.vsfi.��.�a•, ...'�".w••.rj�i; : .:;
.... ^' � SHOULD ANY OF THE ABOVE DEGCWBED POLICIES BE CANCELLED BEFORE THE
EXMRATION DATE THEREOF. THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
CITY OF' ROUND ROCK 1 0 DAYS WJUTMN NOTICE TO THE CERTIFICATE HOLDEN NAMED TO THE LZFT,
221 E. IMAIN STREET BUT FAILURE TO MAIL SUCH NOTIC*$HALL 4MPO6E No OBLIGATION OR UI3iuTY I
ROUND ROCK, TX 78664 OF ANY w UPON THE COMPANY ITS AGENTS OR REPRESENTATIVE&
AVTHOR¢E0 TA
r r
• �' «ii"s wile •W«s•.iav:�r.arw.�:r•>:`...fir;�s���,.'�f"'.'i a v<<�'-wnG:klrrW�y�},/ - ....w
4..w•f�riw••J a.1N:• •r': ,r.. r Ai ,WKtaAANf -eTN•Kr ��
engcontrc.wpd/343-653.r2 Page 18 of 20
.<.. .. w y •—S >.> �.. <•.• ,. . r f tows aew M sxn,'.. '.•`
J<i4k{�.<e/ !<. " 3.2
4. 26/C
-�
SER - THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
GREATER TEXAS INS. AGENCY ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR I
9809 ANDERSON MILI, RD _ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 1
AUSTIN, TX 76750 r COMPANIES AFFORDING COVERAGE
cx�nlPPlVar
A CNA VICTOR- O. SCHINNERER
IirsvnED COMPANY
S D KALLMAN, L. P. — ENGINEERS & B
ENVIRONMENTAL CONSUSLTANTS CAWANY
1106 SOUTH MAYS, SUITE 100 c
ROUND ROCK, TX 78664 COMPANY
/� :u� Mssn. .K'JA:f<>.ri>'1TY<. iINM•.•. viic`��N� p�•q•�� q�;f•. .hwt Rw<n•<:.< w<:<t ye X.,�S.�>VY• ..�,j;,xy3<ky<�Y:pllIiTSFG:KSt'):s�>�y!<s,.,.
�<fe .'}ib�;°i ,�hfW#Gi'e �f:,'RV isi°d�'! a(/�ytNCY.iRW ,yy R�i,Wi��Vnie '
�l s+,>Y.c<.x!t.txaLMlf 'tsti«.X✓:.:iiai:M<l.w�<r.S?'�.<.S:<.i`.<. f. +^N!-.< :Mr+•.gef+r<6rer 4�i�Y%��,<R-, �,w '
TM tS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PER.-OD
INOICATED,NOTWRHSTANO NG ANV REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTFiCATE MAYBE ISSUED OR MAY PERTAIN,THE INBURAHCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. I
EXCLUSIONS ANI)CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED OY PAID CLAIMS.
LTR, TYPE of"MAM INCE I POUCY mmsER FouCY"Ttv YE FOIJCY� +DDIYh urtlTs
GOU3 AL UASUnr GENERAL ADARMAYE is _
a>tiTMERaALaEn LL19+IJTY •RODUCM-OOWlOPA06l,
DLAW MADE [�OCCURi 1 PEReoNALakADvruuRr 'f
GMrTlEP S a ooNTtIACTOa s PROT y 1 EACH OCCUPPEAM :
--.—,- --—---=-' j rDAMAGE om Bre) ,,
i MED Ev m ON DotsON f
AWOMODU UAINLITY
i 00MO04M FINOLE LIMIT It
ANY AUTO
ALL OYrWED ALwTIDs ' 60114 Y INJURY
SCHEo:A.EO AUTCIS ,
lF'a pvtson) f
HIRED AUTOS BODILY INJURY
NO(+OWNED AUTOS (Pu actldenp f
-- 'PROPERTY OAMAGE f
OARAAE UABILITY AUTO MY-EA ACCIDENT i
RANYAUTO j !O-T-HE-R-T-WW AIITOONLY:_
I EACHACMIT f
AGGREGATE f
aeon UABNJTY � I EAiai OGC,�ENCE i_�
t UNEP LA FORM 1 j AGGREGATE i
OTHER THAN L&=MMA POW i
MPORKEAB COMIENCATION ANO i.,i;r..:..
011rWYERV UABUM j
I t EI.EACH AGCgE.NT f
THE PROONEYORt YJCL: I eL OmEASE•POLICY UNgT f
OPfICETL4 AAE I }ExcL I i EL DISEAW-EA EMPLOYER!f
OTHEh -
A;PROFESSIONAL PRE113781321 102/13/00 02/13/01 $100, 000.PER CLAIM
'DESIGN PROF. '- $15,000.DED. PER $100, 000 .AGGREGATE
jCLAIM
DEwwrioN OF OPERA &=cATWNSJVEHIme*tvpEC AL mus —
ATTN: AL WILLIE;. P.E. , ASST. DIRECTOR OF PUBLIC WORKS
.. v tRLl k ii[+q?q.6+..wweit�Krsw.< - as
........ ... .:K�.it$ F.,p,,, se'n •„r<K.r.;.: I
.•:.'t. <.'"�`:.. <•6xd < < .. .... �.�.°'::".�'Li..o:•t�.ea.oe:�i«i•tim<�. ......!Rn•.af:p.<r�.i
> smoum ANY OF THE"OVE DESCRIBED POUCIES BE CANCELLED BEFORE THE
EXPIRATION CASE THEREOF, THE ISSUINO COMPANY WILL ENDEAVOR TO M"L '
C:TY OF ROUND ROCK ].Q—DAYS WRITTEN NOTICE TO THE CERTIFICATE HOWER NAMED TO THE LEFT.
221 E. MAIN STREET BVT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBUOATION OR LIABILITY
ROUND ROCK, TX 78664 OF ANY NUN UPON THE COM pANY, ITS ACENTs OR REPRESENTATIVES.
AUTHOhilEO NTA
. ,�«w«;,-.w.�.ar.s«�ik.. :w'....i:Prwaww+•2e'S'�ii'.r ......
� � I
:«.s•ttasr .emtirrw,cLywi'ati+Y y»..ts �1}�' `�•.". .
cngcontrc.wp&343-653.r2 Page 19 of 20
ATTACHMENT H
S.D. KALLMAN, L.P. --
ENGINEERS AND ENVIRONMENTAL CONSULTANTS
HOURLY RATE SCHEDULE
Classification Hourly Rate
1. Corporate Officer $ 115.00
2. Registered Professional Engineer $ 100.00
3. Registered Public Surveyor $ 80.00
4. Project Manager $ 75.00
5. Engineer-in-Training(E.I.T.) $ 60.00
6. Land Planner $ 50.00
7. Design Technician Including AutoCAD Station $ 55.00
8. Secretarial Personnel, including Word Processor $ 35.00
9. Reimbursement for Direct Non-Labor Expense and
Sub-Contract Expense Cost Plus 15%
engcontrc.wpd/343-653.r2 Page 20 of 20
Legend
Interceptor
w
Wastewater Lines
N 4cpod Ru
c�
Westinghouse Wastewater Interceptor - x
•J u
Hu, oc�
S:\GRAPHICS\COUNCR,AGENDA rfEMS\ENCAIEERW(AI-21-01\WESTINGHOUSE WASTEWATER INiERCMM 1-05-01
S. D. KALLMAN, L.P.
ENGINEERS AND ENVIRONMENTAL CONSULTANTS
1106 South Mays, Suite 100 TRANSMITTAUDELIVERY FORM
Round Rock, TX 78664
(512)218-4404
(512)218-1668 (FAX)
To: City of Round Rock-Public Works /-bate: December 27,2000
2008 Enterprise rom: Steven D. Kallman, P.E., R.P.L.S.
Round Rock,TX 78664 Job#: 343-653
Attention: Mr. Don Rundell, P.E. Deliver ✓ Mail Other
Project: Westinghouse WW Line Replacement
Enclosures:
Approval Letters Application Specifications
Prints Pay Estimates Submittal Data
Invoice Change Orders ✓ Other
ITEM# #SETS/COPIES DESCRIPTION
1 2 Originals Contract for Engineering Services
-Design and Construction Phase Services(Revised per your comments)
Enclosures Transmitted:
For Your Files For Review&Comment Specifications
✓ As Requested For Your Signature Return for Corrections
For Your Info. For Approval Other
Remarks:
cc: James B. Coulter, P.E., Manager of Engineering RECEIVED BY:
Date:
DATE: January 19, 2001
SUBJECT: City Council Meeting—January 25, 2001
ITEM: 10.C.2. Consider a resolution authorizing the Mayor to execute a
Contract for Engineering Services with S.D. Kallman, L.P.for the
design of the Westinghouse Wastewater Interceptor. The total fee
for these professional services is $125,500.00. This project consists
of the design of approximately 8,500 linear feet of wastewater main
from 12-inches to 27-inches in diameter and serving approximately
4,000 acres. This Interceptor will run from the City's Water
Treatment Plant connecting to an existing 36-inch wastewater
interceptor (constructed in 1985) located approximately 1,000 feet
east of IH 35 and 5,000 feet south of Chandler Road.
Resource: Jim Nuse, Public Works Director
Don Rundell, Senior Engineer
History: This project consists of the design of approximately 8,500 linear feet of wastewater
main from 12-inches to 27-inches in diameter and serving approximately 4,000
acres. This Interceptor will run from the City's Water Treatment Plant connecting
to an existing 36-inch wastewater interceptor (constructed in 1985) located
approximately 1,000 feet east of IH 35 and 5,000 feet south of Chandler Road.
Ultimate wastewater demands were from the land uses within the study area based
on the City's "General Plan 2000".
Funding:
Cost: $125,500.00
Source of funds: Wastewater Utility Fund
Outside Resources: S.D. Kallman, L.P.
Impact: This project will provide wastewater capacity to approximately 4,000 acres to be
served. The current wastewater lines are too small to handle future demands.
Benefit: Gives the City the ability to provide ultimate wastewater capacity to the
approximately 4,000 acres of land.
Public Comment: N/A
Sponsor: N/A