Loading...
R-10-08-12-9E2 - 8/12/2010RESOLUTION NO. R -10-08-12-9E2 WHEREAS, the City of Round Rock has previously entered into a Contract for Engineering Services ("Contract") with CP&Y for the FM 1460 from 2.2 mi North of US 79 (north of Old Settler's Blvd) to 0.4 mi North of US 79 Project, and WHEREAS, CP&Y has submitted Supplemental Contract No. 2 to the Contract to modify the provisions for the scope of services, and WHEREAS, the City Council desires to enter into said Supplemental Contract No. 2 with CP&Y, 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 Supplemental Contract No. 2 to the Contract with CP&Y, a copy of same being attached hereto as Exhibit "A" and incorporated herein for all purposes. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 12th day of August, 2010. )11 ALAN MCGRAW, Mayor City of Round Rock, Texas ATTEST: SARA L. WHITE, City Secretary 0:\wdox\SCC1nts\0112\1005\MUNICIPAL\00199136.DOC/rmc STATE OF TEXAS COUNTY OF WILLIAMSON SUPPLEMENTAL CONTRACT NO. 2 TO CONTRACT FOR ENGINEERING SERVICES FIRM: CP&Y, Inc. ("Engineer") ADDRESS: 10415 Morado Circle, Bldg I, Suite 200, Austin, TX 78759 PROJECT: FM 1460 from 2.2 mi North of US 79 (north of Old Settler's Blvd) to 0.4 mi North of US 79 This Supplemental Contract No. 2 to Contract for Engineering Services is made by and between the City of Round Rock, Texas, hereinafter called the "City" and CP&Y, Inc., hereinafter called the "Engineer". WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the "Contract", on the 25th day of September, 2008 for the FM 1460 from 2.2 mi North of US 79 (north of Old Settler's Blvd) to 0.4 mi North of US 79 Project in the amount of $320,388.00; and WHEREAS, the Owners and Engineer executed Supplemental Contract No. 1 on September 18, 2009 to amend the scope of services and to increase the compensation by $31,960.51 to a total of $352,348.51; and WHEREAS, it has become necessary to amend the Contract to modify the provisions for the scope of services and to increase the compensation by $82,271.04 to a total of $434,619.55; and NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract is amended as follows: Article 2, Engineering Services and Exhibit B, Engineering Services shall be amended as set forth in the attached Addendum To Exhibit B. Exhibit C, Work Schedule shall be amended as set forth in the attached Addendum To Exhibit C. II. Article 4, Compensation and Exhibit D, Fee Schedule shall be amended by increasing by $82,271.04 the lump sum amount payable under the Contract for a total of $434,619.55, as shown by the attached Addendum to Exhibit D. Supplemental Contract 0199.7081/197815 EXHIBIT „A„ Rcv.12/01 /08 84275 IN WITNESS WHEOF, the City and the Engineer have executed this Supplemental Contract in duplicate. CITY OF ROUND ROCK APPROVED AS TO FORM: By: Alan McGraw, Mayor Stephan L. Sheets, City Attorney Date Supplemental Contract 0199.7081/197815 2 Rev. 12/01/08 84275 ADDENDUM TO EXHIBIT B Engineering Services The changes to the scope of this project are as follows: The Engineer shall provide the necessary engineering and technical services required for the revisions of the preparation of plans, specifications and estimates (PS&E). These revisions involve several change orders that have been initiated at the request of the City or necessitated by changes in field conditions. The requested revisions and scope of each associated change orders are described in the TASK OUTLINE shown below. TASK OUTLINE The Engineer will revise and/or add construction plans in the following items as part of change orders that will be processed as part of the TxDOT construction project: I. KIPHEN CIRCLE CHANGE ORDER Relocation of two telecommunication lines (AT&T and Level 3) along the north edge of the existing Kiphen Road alignment (proposed Kiphen Circle alignment) could not be completed until construction of the TxDOT roadway project had begun. Once efforts to relocate these telecom lines began, it was discovered that a City water line was closer to their proposed relocation corridor than originally thought. This proposed corridor was to be located between the water line and the overhead power poles along the north Kiphen Circle right-of-way line. Subsurface investigation, however, discovered that the water line was too close to the power poles to allow the telecom lines to be located between them. The two telecom lines would thus need to be relocated to the south of the power poles and inside the Kiphen Circle right- of-way corridor. As designed, the north Kiphen Circle curb line would then lie directly on top of the telecom lines. The City requested that the Kiphen Circle pavement be narrowed from the originally planned 27 feet to 24 feet, holding the original alignment of the south curb line. This change would allow an additional 3 feet for the telecom utility corridor to avoid placing utilities under the pavement, but would require shifting the centerline of Kiphen Circle and all other related design elements. The City requested that the Engineer revise the plans to narrow the Kiphen Circle pavement. The scope of these changes is as follows: A. Miscellaneous Plans 1. Project Layout 2. Typical Sections B. Roadway Plans 1. Horizontal Alignment Data Sheet 2. Roadway Plan & Profile 3. Intersection Layouts 4. Driveway Details 5. Summary and Quantities C. Traffic Control Plans 1. Traffic Control Plan Sheets 2. Summary and Quantities B-1 D. Signing & Striping Plans 1. Signing & Striping Plan Sheets 2. Summary and Quantities II. FM 1460 WIDENING CHANGE ORDER The section of FM 1460 designed under this contract ends approximately 0.4 miles north of Old Settlers Blvd. A design by another firm under separate contract has been completed that will tie into this terminus and continue the realigned and widened FM 1460 roadway to the north. This section of FM 1460 provides a wider pavement section than the portion of FM 1460 designed under this contract. Following completion of the plans and commencement of construction by the TxDOT contractor, the City approved funding to widen the section of FM 1460 between Old Settlers Blvd and the tie point to the section designed under separate contract. The City requested that the Engineer revise the plans to include the wider pavement north of Old Settlers Blvd. The scope of revisions necessary to implement the wider pavement section is as follows: A. Miscellaneous Plans 1. Project Layout 2. Typical Sections B. Roadway Plans 1. Roadway Plan & Profile 2. Intersection Layouts 3. Driveway Details 4. Summary and Quantities C. Traffic Control Plans 1. Traffic Control Plan Sheets 2. Summary and Quantities D. Signing & Striping Plans 1. Signing & Striping Plan Sheets 2. Summary and Quantities E. Culverts and Storni Sewers 1. Drainage Area Maps 2. Hydraulic Data Sheets 3. Storm Sewer Plans 4. Culvert Plan & Profile 5. Summaries and Quantities F. Illumination Plans I . Illumination Plan Sheets 2. Summary and Quantities G. Erosion Control Plans 1. Erosion Control Plan Sheet 2. Summary and Quantities B-2 III. RETAINING WALL CHANGE ORDERS A. Retaining Wall No. 1 Extension. The function of Retaining Wall No. 1 is to retain the fill needed to widen the FM 1460 pavement to the east side between Agarita Trail and Timberline Drive without impacting the line of trees along the fence on this side of the road. The limits of this wall were determined jointly by TxDOT, the City and the Engineer during the development of the original plan set, which set the north terminus of the wall approximately 300 feet south of Agarita Trail. Once construction of the project had commenced, further discussion between TxDOT and the City led to a request to extend Retaining Wall No. 1 approximately 250 feet to the north. TxDOT and the City requested that the Engineer revise the plans to extend this wall as indicated. The scope for implementing this change is as follows: 1. Wall Layout (new sheet) 2. Roadway Flan & Profile 3. Summary and Quantities B. Concrete Block Wall at Driveway 16 (Retaining Wall No. 2). Slope easements were obtained along both sides of Kiphen Road between FM 1460 and the east intersection with Kiphen Circle to provide space to grade the side slopes of the new Kiphen Road alignment to be built in conjunction with the FM 1460 reconstruction project. One of these slope easements runs along the edge of the Casa Mechanical Services property that abuts Kiphen Road to the south. During construction of Kiphen Road and Driveway No. 16 that serves the Casa property, the City was informed that the slope easement along this property could not be used to grade the side slope of the road as it would remove part of the parking lot. At a field meeting with TxDOT, it was agreed that a concrete limestone block wall would be the best solution to retain the portion of the parking lot within the slope easement for aesthetic reasons. The scope for adding this block wall is as follows: 1. Wall Layout (new sheet) 2. Wall Detail (new sheet) 3. Summary and Quantities IV. FM 1460 RAISED MEDIAN CHANGE ORDER The north termination point for TxDOT CSJ 2211-02-015 matches the south termination point of TxDOT CSJ 2211-02-021. The PS&E of the former project was prepared by the Engineer and the PS&E of the latter project was prepared by Huggins/Seiler & Associates (HSA). The scope of this professional services contract included the Engineer's design for 2211-02-015. This design by the Engineer anticipated that the construction of 2211-02-021 would occur at a much later date than the construction of 2211-02-015. However, circumstances have been such that the construction letting for 2211-02-021 followed that for 2211-02-015 by only three months and so the timing of construction activities for both projects are occurring relatively close to each other. HSA's plans for 2211-02-021 included some construction that overlapped into the project limits of the Engineer's plans for 2211-02-015. The limits of the overlapping construction were between Sta. 347+74.14 and Sta. 357+09.12. The Engineer's design for this section of the project included a depressed grassy median that would drain to a drop inlet near Culvert No. 1. HSA's design included widening the pavement to the inside and constructing raised medians to replace the depressed median. With oversight on both projects, TxDOT has determined that it would be advantageous and more efficient to eliminate the interim depressed median and drop inlet that was part of the Engineer's design and have the contractor B-3 for 2211-02-015 construct the wider pavement and raised median between Sta. 350+91.65 and Sta. 357+09.12. This change in construction sequencing will require revisions to the Engineer's plans to incorporate the additional pavement, raised median and corresponding drainage elements. The scope of revisions necessary to implement the wider pavement section is as follows: A. Miscellaneous Plans 1. Project Layout 2. Typical Sections B. Roadway Plans 1. Roadway Plan & Profile 2. Summary and Quantities C. Traffic Control Plans 1. Traffic Control Plan Sheets 2. Summary and Quantities D. Signing & Striping Plans 1. Signing & Striping Plan Sheets 2. Summary and Quantities E. Storm Sewers 1. Drainage Area Maps 2. Hydraulic Data Sheets 3. Storm Sewer Plan & Profile 4. Culvert Plan & Profile 5. Summaries and Quantities F. Erosion Control Plans 1. Erosion Control Plan Sheet 2. Summary and Quantities G. Cross Sections 1. Cross Section Sheets B-4 ADDENDUM TO EXHIBIT C Work Schedule The changes to the scope of this project are as follows: KIPHEAr CIRCLE WORK SCHEDULE Change Order 95% Plans Submittal Change Order Final Plans Submittal FM 1460 WIDENING WORK SCHEDULE Change Order 95% Plans Submittal Change Order Final Plans Submittal RETAINING WALL NO. 1 WORK SCHEDULE Change Order 95% Plans Submittal Change Order Final Plans Submittal RETAINING WALL NO. 2 WORK SCHEDULE Change Order 95% Plans Submittal Change Order Final Plans Submittal FM 1460 RAISED MEDIAN WORK SCHEDULE Change Order 95% Plans Submittal Change Order Final Plans Submittal July 20, 2010 August 10, 2010 June 8, 2010 June 22, 2010 May 21, 2010 June 10, 2010 June 3, 2010 June 17, 2010 June 30, 2010 July 13, 2010 ADDENDUM TO EXHIBIT D Fee Schedule Attached Behind This Page ADDENDUM TO EXHIBIT D Fee Schedule EXHIBIT D - Supplemental Contract #2 FM 1460 From 2.2 mi North of US 79 to 0.4 mi North of US 79 City of Round Rock, Texas Task Description Total Cost KIPHEN CIRCLE CHANGE ORDER FM 1460 WIDENING CHANGE ORDER RETAINING WALL CHANGE ORDERS FM 1460 RAISED MEDIAN CHANGE ORDER 13,722.80 15,190.00 9,296.00 9,967.31 SUB -TOTAL LABOR EXPENSES 48,176.11 TOTAL LABOR COSTS $ 48,176.11 EXPENSES $ 205.00 TOTAL CP&Y FEE $ 48,381.11 SUBCONSULTANTS Rodriguez Transportation Group $ 31,889.93 Huggins/Seiler & Associates, LP $ 2,000.00 GRAND TOTAL 82,271.04 D-1 0 1- _ 1 0 O 1— 0 0 0� z w 0 0 cn ti t O•. z_ E N Id' cd • x iJ . 1 0) ...� t. ci (0 0 O C 0 • Q' O z ri E O. U 0 Fee Schedule/Budget for CP&Y, Inc. :0 . . V :O . i• - 0 6, dl N 6,0 6) 0 0 0 69 y) M Ai) in0 N 1�0 N M R N 6)z N 0 0 CO 9) S2 N 07 0 0 O 77 H (0 a a 69 N M S 13,722.80 N 0 a a (0 N 6, t!)6, FA 69 to w I0 0) 00.M 01 (0 N 60 !�t N N N 0 0 0 0 0 CO 0 a o N V 66) 6V co ▪ 6�0)o,w 6i yr 0 6, Eft 6,6)69 0 N (V (0 6) 0 600 0 0 a0 60 a 0 0 00 0) 60 4T 6] 6V IV N 6�0 �V ✓ (Si 0) V▪ ' 69 69 63 6A 69 0 631 Q6 0 0 01 (A.o .0 69 63 ct N Task Description .61 v 0 (51 6, 6n n lV SUBTOTALS N col 69 cfl CO 00 0 N 001 0) 6f) nNro N M 60 t` CO 69 69 69 0 0 0 N J 2 O OWN a 0 0 O o a 0 K 0 x Q 0 w 0 >0? : c 0 6A Q m 2 o I U N z W 0 0 0 J 0 MU 0 49 N :0 4A N m to 4, N at. O .b 0 49 M "14 0 0 F 0 00 Vi O. 0:430 m V).0 Ir. .V► 0040 u) w4, 49 .N M n n - 0 0 0 49 N (V N m f3 m ;. ic- Y O 43 N tb :C".1 (b n 0 0 0 0 0 mO 49 49 <O 4) N n V N r (V cM a{ 00000 V O 01 ' O • 0,m 000 0 h a N 4) 444)13 49 u O 6) 0) O c 4) ti Ea 43 19 0 0 0 0 0 0 4) N M 00 Y) h N r 0 N m 40 494)4)0 V) Mth 40 • m d 00 Fee Schedule/Budget for CP&Y, Inc. to : N 0 • r '< Task Description 0 c H N CO 0 0 d 4 A v w 7�0 2`^�2n C C O O N An cc hh 00 L SS O O O 4 g M 3 .a 1'O O0 - $'a N :V1 C 071. 0 �b Y1O g5% 22 ft 2L 2 2{ 8 .2 4 q1 4) 0 A a C V 0 0 00 O) e 0 O z o to 1-Uao abda0 o 1- OW�<0 x00) -LL FM 1460 - From 0 0 (0 N �Y1 U) N 0 O c4 O M co N N .0 t 'O 6 0 (n7, N H w V! tN CO O p, 0 0 d v1 CO Q c U1 A O O a 49 4 co N 17 N PP OO O O O O (O 0 0 0 0 0 O U1 v1 (O n P N Q> O CO N 0 UI U) Vi t9 !n N N N 0 0 0 0 0 N O 0 0 (U co NO� 0 0 (A 0 ON N (('1 e- N N (9 (9 (9 H b9 N 0 0 0 0 0 0 ((1 (n (O n 0nia) W ^ ((`1 N N d y � :0 c Ca r N 0 `c d r. 0 o • f o co Fri 7,1 s a a co (Y 49 Q 3 4.) SUBTOTALS M O (0 0 0 N 0 0 n co N v( (A (9 0 69 0 0 0 to zz 0 NUN < o o 1- 0. 0 (xU IT com�0 �5g Wwreaw 0 1- _m X 3 O2 0 W z" w 0 0 CSI 0 i 0 U 0. 0. 0 1— m 2 x w 0) N. N 4- 0 0 t 0 Z E ca 0 ... • F. o N :':0 0 0 0 O N N E 2 L 0 co 0 JN 69 tp IA 69 O N l9 M O O N 67) 69 69 4) 64 0 0 17. M !9 C'1 N 9 9 t` O) N M 69 Obi M N 0i w O O N 69 69 69 69 69 69 Fee Schedule/Budget for CP&Y, Inc. ti C tyo C N to to 0 c J dt d pl 75' ag 0 1) CO 0 (39 N n (i (0 r N p 0 R N N C4 m *f N 44 r N :c 9. 8 c 0 ;(6 E N '2 O tV .Q' t1 04 la :2 :2 -22 2 C7 SJ C� .C7 C C' -C 000'.o pp ;gipo Q( y : .0 C v N N N ` N :- ;9 r7 -7 :¢ �'c VE �c rc aaaa 0 0 m na oo 2 �(0 U U E y�y:2y W 069 C iC 0 r N J F- CO m V) N 0 0 0 0 CO 0 Nf` of (o n co co N M CCD N 0) N N 69 69 f 0 0 0 0 N 0 U) (A o (00 ((0 0 • to.r(o r . N 69 0 69 69 N N 69 69 N N M OD h (D co c' cco co 't M V 0- N N Ci Cr? h (9 (D Qi 0 M 69 H N oo w 69 69 69 69 69 O N 0 in in N N <DO 0 o•-• w 0 ooh m ¢ 0 LL wWcc wi-w TO0atti ADDENDUM TO EXHIBIT D Fee Schedule EXHIBIT D - Supplemental Contract #2 FM 1460 - From 2.2 mi North of US 79 to 0.4 mi North of US 79 City of Round Rock, Texas Expense item • Unit Unit Cost Amount Totat Cost �-�- v- i"GY S 'i" .. „-yx'sa`c-t' - t"`'e.:-'' 'Zi f �.. �_ :. t;ADA PIotUrl j Bon IV �[► � a 0 •5 .Di.itatorth :Ptotim� uMYlar a ��w tzs 00 5 • 900•: 500% �� �10 00 , X51(2 X Il"$ a• iese s ee t 5" � `x.00 11 7" BfN:PaperCops .she@t 5 .�0 0 '' , a.�. x r `� $$112" X 11" dor P t ,!,241.,,.., sheet n a $ :21 00 40.0' ' 0000 -. 01.. 0 . . 0 $ i Y� S ;� ,per,cOpieS Rept Binder iiiMtariO • • w +Cdl►` A W..l i e rAds � 300,00 � U S . S �� 5Q 00 ,-z`•. ''K.yL .i,.c, .. ..3». Mileage r ' "„ .",'.--fir a _ _ ,..-. ... ° `"..+. __.s-�...r" -` ^^. +x�+�. it a ,-M. ..�'r : ... 4 0 50 'r3 .� '�.. x.1'^..v r 100 arc" „3�, ..' v'�-%s>,n—a.—'l, 3r"s+, • SUBTOTAL DIRECT EXPENSES 5 ,..:. .. 205.00 D-6 0 c� W ROUND ROCK, TEXAS PURPOSE. PASSION. PROSPERITY. City Council Agenda Summary Sheet Agenda Item No. 9E2. Consider a resolution authorizing the Mayor to execute a Supplemental Contract No. 2 with CP&Y, Inc. for the FM 1460 Expansion Project (from 2.2 miles North of US 79 North of Old Agenda Caption: Settlers Blvd to 0.4 miles North of US 79). Meeting Date: August 12, 2010 Department: INFRASTRUCTURE DEVELOPMENT AND CONSTRUCTION MANAGEMENT Staff Person making presentation: Tom Word, P.E. Chief of Public Works Operations Item Summary: This supplemental agreement shall provide for the necessary engineering and technical services required for the revisions of the preparation of plans, specifications and estimates (PS&E). The revision involves several change orders that have been initiated or necessitated by changes in field conditions. Strategic Plan Relevance: 22.0 Foster transportation systems that would support the development of major density centers. 26.0 Construct major element of the transportation and mobility system as approved by Council in the Master Transportation Plan. Cost: $ 82,271.04 Source of Funds: 4B — Round Rock Transportation Development Corporation Construction Date of Public Hearing (if required): N/A Recommended Action: Approval of Supplemental Contract # 2 EXECUTED DOCUMENT FOLLOWS STATE OF TEXAS COUNTY OF WILLIAMSON SUPPLEMENTAL CONTRACT NO. 2 TO CONTRACT FOR ENGINEERING SERVICES FIRM: CP&Y, Inc. ("Engineer") ADDRESS: 10415 Morado Circle, Bldg I, Suite 200, Austin, TX 78759 PROJECT: FM 1460 from 2.2 mi North of US 79 (north of Old Settler's Blvd) to 0.4 mi North of US 79 This Supplemental Contract No. 2 to Contract for Engineering Services is made by and between the City of Round Rock, Texas, hereinafter called the "City" and CP&Y, Inc., hereinafter called the "Engineer". WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the "Contract", on the 25th day of September, 2008 for the FM 1460 from 2.2 mi North of US 79 (north of Old Settler's Blvd) to 0.4 mi North of US 79 Project in the amount of $320,388.00; and WHEREAS, the Owners and Engineer executed Supplemental Contract No. 1 on September 18, 2009 to amend the scope of services and to increase the compensation by $31,960.51 to a total of $352,348.51; and WHEREAS, it has become necessary to amend the Contract to modify the provisions for the scope of services and to increase the compensation by $82,271.04 to a total of $434,619.55; and NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract is amended as follows: I. Article 2, Engineering Services and Exhibit B, Engineering Services shall be amended as set forth in the attached Addendum To Exhibit B. Exhibit C, Work Schedule shall be amended as set forth in the attached Addendum To Exhibit C. II. Article 4, Compensation and Exhibit D, Fee Schedule shall be amended by increasing by $82,271.04 the lump sum amount payable under the Contract for a total of $434,619.55, as shown by the attached Addendum to Exhibit D. Supplemental Contract 0199.7081/197815 Q- l0 -Da --12 -°2• Rcv.12/01 /08 84275 IN WITNESS WHE t OF, the City and the Engineer have executed this Supplemental Contract in duplicate. CP&Y, I By: West 14J,0 Date CITY OF ROUND ROCK By: 0'1 .4. ------- Alan McGraw, Mayor P w94 ' t -i 'Md Date Supplemental Contract 0199.7081/197815 2 n L. Sheets, City Attorney Rev.12/01 /08 84275 ADDENDUM TO EXHIBIT 13 Engineering Services The changes to the scope of this project are as follows: The Engineer shall provide the necessary engineering and technical services required for the revisions of the preparation of plans, specifications and estimates (PS&E). These revisions involve several change orders that have been initiated at the request of the City or necessitated by changes in field conditions. The requested revisions and scope of each associated change orders are described in the TASK OUTLINE shown below. TASK OUTLINE The Engineer will revise and/or add construction plans in the following items as part of change orders that will be processed as part of the TxDOT construction project: I. KIPHEN CIRCLE CHANGE ORDER Relocation of two telecommunication lines (AT&T and Level 3) along the north edge of the existing Kiphen Road alignment (proposed Kiphen Circle alignment) could not be completed until construction of the TxDOT roadway project had begun. Once efforts to relocate these telecom lines began, it was discovered that a City water line was closer to their proposed relocation corridor than originally thought. This proposed corridor was to be located between the water line and the overhead power poles along the north Kiphen Circle right-of-way line. Subsurface investigation, however, discovered that the water line was too close to the power poles to allow the telecom lines to be located between them. The two telecom lines would thus need to be relocated to the south of the power poles and inside the Kiphen Circle right- of-way corridor. As designed, the north Kiphen Circle curb line would then lie directly on top of the telecom lines. The City requested that the Kiphen Circle pavement be narrowed from the originally planned 27 feet to 24 feet, holding the original alignment of the south curb line. This change would allow an additional 3 feet for the telecom utility corridor to avoid placing utilities under the pavement, but would require shifting the centerline of Kiphen Circle and all other related design elements. The City requested that the Engineer revise the plans to narrow the Kiphen Circle pavement. The scope of these changes is as follows: A. Miscellaneous Plans 1. Project Layout 2. Typical Sections B. Roadway Plans 1. Horizontal Alignment Data Sheet 2. Roadway Plan & Profile 3. Intersection Layouts 4. Driveway Details 5. Summary and Quantities C. Traffic Control Plans 1. Traffic Control Plan Sheets 2. Summary and Quantities B- l D. Signing & Striping Plans 1. Signing & Striping Plan Sheets 2. Summary and Quantities II. FM 1460 WIDENING CHANGE ORDER The section of FM 1460 designed under this contract ends approximately 0.4 miles north of Old Settlers Blvd. A design by another firm under separate contract has been completed that will tie into this terminus and continue the realigned and widened FM 1460 roadway to the north. This section of FM 1460 provides a wider pavement section than the portion of FM 1460 designed under this contract. Following completion of the plans and commencement of construction by the TxDOT contractor, the City approved funding to widen the section of FM 1460 between Old Settlers Blvd and the tie point to the section designed under separate contract. The City requested that the Engineer revise the plans to include the wider pavement north of Old Settlers Blvd. The scope of revisions necessary to implement the wider pavement section is as follows: A. Miscellaneous Plans 1. Project Layout 2. Typical Sections 13. Roadway Plans 1. Roadway Plan & Profile 2. Intersection Layouts 3. Driveway Details 4. Summary and Quantities C. Traffic Control Plans 1. Traffic Control Plan Sheets 2. Summary and Quantities D. Sighing & Striping Plans 1. Signing & Striping Plan Sheets 2. Summary and Quantities E. Culverts and Storm Sewers 1. Drainage Area Maps 2. Hydraulic Data Sheets 3. Storm Sewer Plans 4. Culvert Plan & Profile 5. Summaries and Quantities F. Illumination Plans 1. Illumination Plan Sheets 2. Summary and Quantities G. Erosion Control Plans 1. Erosion Control Plan Sheet 2. Summary and Quantities B-2 III. RETAINING WALL CHANGE ORDERS A. Retaining Wall No. 1 Extension. The function of Retaining Wall No. 1 is to retain the fill needed to widen the FM 1460 pavement to the east side between Agarita Trail and Timberline Drive without impacting the line of trees along the fence on this side of the road. The limits of this wall were determined jointly by TxDOT, the City and the Engineer during the development of the original plan set, which set the north terminus of the wall approximately 300 feet south of Agarita Trail. Once construction of the project had commenced, further discussion between TxDOT and the City led to a request to extend Retaining Wall No. 1 approximately 250 feet to the north. TxDOT and the City requested that the Engineer revise the plans to extend this wall as indicated. The scope for implementing this change is as follows: 1. Wall Layout (new sheet) 2. Roadway Plan & Profile 3. Summary and Quantities B. Concrete Block Wall at Driveway 16 (Retaining Wall No. 2). Slope easements were obtained along both sides of Kiphen Road between FM 1460 and the east intersection with Kiphen Circle to provide space to grade the side slopes of the new Kiphen Road alignment to be built in conjunction with the FM 1460 reconstruction project. One of these slope easements runs along the edge of the Casa Mechanical Services property that abuts Kiphen Road to the south. During construction of Kiphen Road and Driveway No. 16 that serves the Casa property, the City was informed that the slope easement along this property could not be used to grade the side slope of the road as it would remove part of the parking lot. At a field meeting with TxDOT, it was agreed that a concrete limestone block wall would be the best solution to retain the portion of the parking lot within the slope easement for aesthetic reasons. The scope for adding this block wall is as follows: I. Wall Layout (new sheet) 2. Wall Detail (new sheet) 3. Summary and Quantities IV. FM 1460 RAISED MEDIAN CHANGE ORDER The north termination point for TxDOT CSJ 2211-02-015 matches the south termination point of TxDOT CSJ 2211-02-021. The PS&E of the former project was prepared by the Engineer and the PS&E of the latter project was prepared by Huggins/Seiler & Associates (HSA). The scope of this professional services contract included the Engineer's design for 2211-02-015. This design by the Engineer anticipated that the construction of 2211-02-021 would occur at a much later date than the construction of 2211-02-015. However, circumstances have been such that the construction letting for 2211-02-021 followed that for 2211-02-015 by only three months and so the timing of construction activities for both projects are occurring relatively close to each other. HSA's plans for 2211-02-021 included some construction that overlapped into the project limits of the Engineer's plans for 2211-02-015. The limits of the overlapping construction were between Sta. 347+74.14 and Sta. 357+09.12. The Engineer's design for this section of the project included a depressed grassy median that would drain to a drop inlet near Culvert No. 1. HSA's design included widening the pavement to the inside and constructing raised medians to replace the depressed median. With oversight on both projects, TxDOT has determined that it would be advantageous and more efficient to eliminate the interim depressed median and drop inlet that was part of the Engineer's design and have the contractor B-3 for 2211-02-015 construct the wider pavement and raised median between Sta. 350+91.65 and Sta. 357+09.12. This change in construction sequencing will require revisions to the Engineer's plans to incorporate the additional pavement, raised median and corresponding drainage elements. The scope of revisions necessary to implement the wider pavement section is as follows: A. Miscellaneous Plans 1. Project Layout 2. Typical Sections 13. Roadway Plans 1. Roadway Plan & Profile 2. Summary and Quantities C. Traffic Control Plans 1. Traffic Control Plan Sheets 2. Summary and Quantities D. Signing & Striping Plans 1. Signing & Striping Plan Sheets 2. Summary and Quantities E. Storm Sewers 1. Drainage Area Maps 2. Hydraulic Data Sheets 3. Storm Sewer Plan & Profile 4. Culvert Plan & Profile 5. Summaries and Quantities F. Erosion Control Plans I . Erosion Control Plan Sheet 2. Summary and Quantities G. Cross Sections 1. Cross Section Sheets B-4 ADDENDUM TO EXHIBIT C Work Schedule The changes to the scope of this project are as follows: KIPHEN CIRCLE WORK SCHEDULE Change Order 95% Plans Submittal Change Order Final Plans Submittal FM 1460 WIDENING WORK SCHEDULE Change Order 95% Plans Submittal Change Order Final Plans Submittal RETAINING WALL NO. 1 WORK SCHEDULE Change Order 95% Plans Submittal Change Order Final Plans Submittal RETAINING WALL NO. 2 WORK SCHEDULE Change Order 95% Plans Submittal Change Order Final Plans Submittal FM 1460 RAISED MEDIAN WORK SCHEDULE Change Order 95% Plans Submittal Change Order Final Plans Submittal July 20, 2010 August 10, 2010 June 8, 2010 June 22, 2010 May 21, 2010 June 10, 2010 June 3, 2010 June 17, 2010 June 30, 2010 July 13, 2010 ADDENDUM TO EXHIBIT D Fee Schedule Attached Behind This Page ADDENDUM TO EXHIBIT D Fee Schedule EXHIBIT D - Supplemental Contract #2 FM 1460 - From 2.2 mi North of US 79 to 0.4 mi North of .US 79 City of Round Rock, Texas Task Description Total Cost TOTALLABOR COSTS KIPHEN CIRCLE CHANGE ORDER FM 1480 WIDENING CHANGE ORDER RETAINING WALL CHANGE ORDERS FM 1460 RAISED MEDIAN CHANGE ORDER SUB -TOTAL LABOR EXPENSES 13,722.80 15,190.00 9,296,00 9,967.31 48,176.11 SUMMARY: TOTAL LABOR COSTS EXPENSES SUBCONSULTANTS TOTAL CP&Y FEE Rodriguez Transportation Group Huggins/Seiler & Associates, LP $ S 31,889.93 2,000.09 GRAND TOTAL 82,271.04 D-1 _ X go3 0 2 F D N OZ W 0 Q h N 4+ 0 0 z 0 c x IN- 0 N O O c O • To - 0.1 til O L coO 2 Fee ScheduleBudgetfor CPMY, Inc. 0 3 —0 F . 6 O O M (0 O N cci n (V i40 69'.09 0 NO (0 04 Oi N O N (O N M V) (0 V)NVi0:4»4 I(0 1M M N H O 0 vi $ 13,722.80 (f) V) (A V) V) CV17. CI O C3 0 o NN ✓ N Nt` M • V OD N V) (n V) (0 O O O O O MO O O0) (rte0`f0a cn N(0 •t • (V M co V (9 V) V) (R d) (A C0 V) M (0 V-00103COCO (n n Nro N M (0 I. (0 V) V) (n (n d a4i2 t N N •:0 c 0 c E N N SUBTOTALS 0 Fee Schedule/Budget for CP&Y, Inc. 0 co 13 :° 0 O To u 4) d U 0 0 0 N 4) i 0 t0 co b 0 )n O :0 0 0 00 M M 0 0 0 77 ms's 0 0 0 v10 4, O 0 W N 4) 4, 49- 040 N N .tC 0 (0 4, 0 to 49 m N 0) 05 N c c'.3 N N N oo 0 Task Descriptions a a a c i) 06 co, t0 :1 o 0.0 O 2 `O O Q c:ccc'c o:oloo0 0 01010 0:0'O O O R. 0.• Q } O 2 a O;o co, co cc :d1.0;L-p4 N 7 7 O� 0 :0 E o{o as PIP 0:0 co,0. 0 � 4) SUBTOTALS (D0 0 00 0010)0 -.- "' {� )ri fnj CO CO - O (0 N 0 s - COO 0) N 0 004)4,4, h 0 0 0 0 0 C') 0 N V) 1D h v) (V h h • h (1)NOr: h N h V N ✓ N M C 0- co V) V) 60 0 49 41 41 4, 70 v0i0M W N N N kr) O N M 10 h 0) 0 V) 19 1n V) 0 O )n 0 ca i w o � U 0 ai LL z w 0 Fee Schedule/Budget for CP&Y, Inc. O O no O) ((a� C0 FA O O 6 6D CV CO 1) N P) m w w :u N 07 � C 0 O N N M f9 0 0 N N N 0) CO (0 66 0 0 0 0 0 0 40 0 0 0 0 0 O 66 (0 1� 0 ( N 0) o r co n N M u) co (0 rn 63600 N O O O 0 0 N O O O 10 (0 N 0) 0) o Ui O N N01 N 0) M N N v) r N N (0 0) 69 (0 (9 O p) 0 0 N 01 GO 0 c O c a2 0 a d V .. $4 -(q 0) n CO 0) Task Description iN a. a EC N 17, z N i 0 • -o c. ro� m 44 IR Fig (0 0 Co O .- SUBTOTALS N 0 0 0 O o 41 u) 6 N Oi O) Y N N O N N (A (9 (9 6 0) V O O 0 O O N U) M N 0)N h N M c0 0) co N 0 (0 (9 (0 fR 69 e 0 c). 0 w ce coJ z 0 col -5F F00 0 a O� i—° a~5mo00 O >0>< 1001 -LL v) 0 1- i w• . 0 • 00 Z w 0 0 L 0 0 Tri G! d 0. 0. M0 W_ 2 Fee Schedule/Budget for CP&Y, Inc. 0 3 N_ (9 o in O n O .: N g M O O 69 0 0 O 0 0 .b9 M 69 .0 0 M N h .: 0) M m 0) w 0 0 N 69 69 0 d) (A 69 VO) M 40 (V 0 ) c.OS V) 0 C M 6. 0 0t .4' O) O N ag w d 0 N O V h N 0 4. N a N '4. N N d a n 7 a 0 7 'a 0 0 0 0 0 Ia c:c C c c .::::.):„..20000 !:12.::.a 0 0 :O :C N NN M C i -i -'r -i-'►- . ':0 IN rN 'g N CS 0.0 000$ aftCC CC 0 o. H 0 m a a, 0 0t CO ao..:. EbI 0 o'::: NNj C Ci 1 Ft FJ : N, .:.:- N N 7 0) a �a1 E E ;d a 22 ;Q L0,4,,, !c '.! O 0 4 C00i • Ni U 0 N 80 Lc 0 (0 O 0 J H O N 0 0 0 0 (OO 00Ci (. M 0 4t N M V) 0- 0 N 0, (9 V) h CO (A T, 0 O O O O N O V)V) r- (p O0(pM (O h M ✓ r N M 69 0 69 U) 0 CO V) 0) 6.0 V) 0 co 0, h (O M fM O 1' •f C) hV ti 6) N op op (A 69 0 0 69 z 0 0ON a0 2 0 co E0 0 2 CO $— (8)-' lU tnFy-JU- �W W a.. U.1 ea 0Li- >OX 200FLV) ADDENDUM TO EXHIBIT D Fee Schedule EXHIBIT D - Supplemental Contract #2 FM 146 0 -From: mi North of US 7: $: mid North US 79 • $ Cityof Round Rock, Texas Unit Unit 1/2te ##IWC s \ 1«m GA« me AO (fie i k 7aitRettOr3 evys.�rd■.... Rage � bTOKO.Wil: n m eel SUBTOTAL DIRECT EXPENSES « Amount Total Cost � y o20 + %0o •;.!V:?:0.':g400401 mA� M , 205.00 D-6 PURPOSE. PlSSION PROSPERITY