R-2018-5345 - 4/12/2018 RESOLUTION NO. R-2018-5345
WHEREAS, the City of Round Rock has previously entered into a Contract for Engineering
Services ("Contract") with CP&Y, Inc. for the Kenney Fort Boulevard (Segments 2 & 3) Project, and
WHEREAS, CP&Y, Inc. has submitted Supplemental Contract No. 1 to the Contract to
modify the provisions for the scope of services and to increase the compensation, and
WHEREAS, the City Council desires to enter into said Supplemental Contract No. 1 with
CP&Y, Inc., Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the Mayor is hereby authorized and directed to execute on behalf of the City Supplemental
Contract No. 1 to the Contract with CP&Y, Inc., 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 April, 2018.
CRAI MOR N, Mayor
city f Round ock, Texas
ATTEST:
SARA L. WHITE, City Clerk
0112.1804;00398463
EXHIBIT
„A"
STATE OF TEXAS §
COUNTY OF WILLIAMSON §
SUPPLEMENTAL CONTRACT NO. 1
TO CONTRACT FOR ENGINEERING SERVICES
FIRM: CP&Y, INC. ("Engineer")
ADDRESS: 13809 Research Boulevard, Suite 300,Austin,TX 78750
PROJECT: Kenney Fort Boulevard (Segments 2 &3)
This Supplemental Contract No. 1 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 11 th day of February, 2016 for the Kenney Fort Boulevard
(Segments 2 &3) Project in the amount of$933,519.78; 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$135,900.00 to a total of$1,069,419.78;
NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract
is amended as follows:
I.
Article 1, City Services and Exhibit A, City Services shall be amended as set forth in the
attached Addendum To Exhibit A.
II.
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.
III.
Article 4, Compensation and Exhibit D, Fee Schedule shall be amended by increasing by
$135,900.00 the lump sum amount payable under the Contract for a total of$1,069,419.78, as
shown by the attached Addendum to Exhibit D.
IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental
Contract in duplicate.
Supplemental Contract Rev.06/16
0199.1603;00398020 84275
1
CP&Y, INC.
By:
Date
Supplemental Contract Rev.06/16
0199.1603;00398020 84275
2
CITY OF ROUND ROCK APPROVED AS TO FORM:
By:
Craig Morgan, Mayor Stephan L. Sheets, City Attorney
Date
Supplemental Contract Rev.06/16
0199.1603;00398020 84275
3
ADDENDUM TO EXHIBIT A
City Services
The City will furnish the following information to the Engineer and/or perform the following tasks:
1. Provide existing reports or data the City has on file concerning the project,if available.
2. Provide any available as-built plans for roadways, existing steel encasement, culverts etc.
impacting the project.
3. Provide any available as-built plans for any water lines that are near to, tie into or might affect
the design of the new line.
4. Provide any available utility,parcel and/or topographic mapping information of the project area.
5. Assist the Engineer, as necessary, in obtaining any required data and information from the State,
County,neighboring Cities and/or other franchise utility companies.
6. Assist the Engineer by requiring appropriate utility companies to expose underground utilities
within the right-of-way,when required.
7. Give prompt written notice to the Engineer whenever the City observes or otherwise becomes
aware of any development that affects the scope of the Engineer's services.
8. Meet on an as needed basis to answer questions,provide guidance and offer comment.
9. Provide construction inspection and construction testing services including coordination and
scope of services.
10. Pay all fees associated with approvals and/or permits from entities when such approvals and/or
permits are necessary as determined by the City.
11. Pay for costs associated with newspaper public notice for bid advertisement.
12. Assist with property owner coordination for Right-of Entry.
13. Secure easements (using documents prepared by Engineer) as required for construction of
improvements described in Engineer's final design plans.
14. Obtain necessary permits, including TxDOT permits, as required for performing work and
installing water lines in the state right-of-way.
15. Review the Application for Payment and supporting documentation submitted by the Contractor.
16. Provide geotechnical, corrosion assessment, environmental studies, survey, SUE, and public
involvement services performed by others.
17. Provide modeling support for hydraulic and surge review through City staff and others.
ADDENDUM TO EXHIBIT B
Engineering Services
The Kenney Fort Boulevard(KFB)Water Line(WL)Improvements Project will include design and construction of
approximately 8,000 LF of 12"WL located between Forest Creek Drive and SH 45 Westbound Frontage Road(WBFR).
The project will also include:
• Two sleeves and stubs crossing KFB between Forest Creek Dr and Gattis School Rd
• Two sleeves and stubs crossing KFB between Gattis School Rd and SH 45 WBFR
• Split casing for 3 existing 16"WL crossings at Forest Creek Dr,Gattis School Rd,and SH 45 WBFR
• Split casing for 2 miscellaneous adjacent property owners along KFB
• Approximately 2,500 LF of 12"WL along SH 45 WBFR and connecting to the Northfields—Meritage Homes
development(924 pressure plane)
• Replace approximately 950 LF of 16"WL along Gattis School Rd,if existing pipe is in conflict and/or the pipe
material is Asbestos Cement(AC)pipe
• Additional services
o Replace approximately 950 LF of 16"WL along Gattis School Rd,if existing pipe is in conflict and/or
the pipe material is Asbestos Cement(AC)pipe
The Engineer shall provide the necessary engineering and technical services for the completion of the project including
preparation of plans,specifications and cost projections.Engineering services will include design,bid and construction
phase services.The water line improvement construction documents will be designed in accordance with City of Round
Rock standards and will be bid and constructed as part of a Kenney Fort Boulevard roadway project.
Environmental studies,public involvement,surveying and mapping,geotechnical engineering,preliminary engineering,
and utility locating will be performed as part of the KFB roadway project under a separate contract.
The design phase duration is anticipated to be approximately six months,and the water line construction phase is
anticipated to be approximately eight months,depending on roadway construction phasing.
The tasks and products are more fully described in the following TASK OUTLINE.
TASK OUTLINE
I. BASIC SERVICES
A. DESIGN AND BID DOCUMENT PREPARATION
1. PROJECT MEETINGS
(a) Attend, conduct and document 6 project meetings. Prepare meeting minutes including action items to help
maintain project schedule.
2. PREPARATION OF CONSTRUCTION PLANS
(a) Coordinate and evaluate alignment design based on available development information
(b) Prepare cover sheet,general water line alignment,general notes
(c) Prepare plan and profile sheets identifying right-of-way, property easement, existing utilities and topographic
features. Scale will be 1"=40'horizontal and 1"=4'vertical
(d) Prepare construction details
(e) Prepare project manual according to City's standard front end documents and technical specifications
(f) Perform internal QA/QC prior to each submittal
(g) Prepare 30%Design Schematics and Engineer's Opinion of Probable Construction Cost
(h) Prepare Design Plans, Specifications, and Engineer's Opinion of Probable Construction Cost at 90% and
100%design. Include three sets of plans for City review and respond to review comments.
1 of 3
B. BID PHASE SERVICES
1. BID PHASE SERVICES
(a) Attend pre-bid meeting with City for interested contractors
(b) Address and respond to questions and interpretation of bid documents
(c) Prepare and issue addenda to the bid documents if necessary
(d) Prepare 3 full size and 4 half size plan sets(bid and conformed)
C. CONSTRUCTION PHASE SERVICES
1. CONSTRUCTION PHASE SERVICES
(a) Attend one(1)pre-construction conference with the Owner and the Contractor,review the Contractor's
construction schedule and issue meeting notes to the Owner
(b) The Engineer will make periodic visits to the Project site at intervals appropriate to the various stages of
construction to observe the progress and quality of the Contractor's work. It is assumed for estimation
purposes that the Engineer will visit the site once a month,3 hours per visit,for a total of 8 months. Based on
the information obtained during such visits,the Engineer will endeavor to determine if the Contractor's work
is proceeding in accordance with the Contract Documents. The purpose of such project site visits and such
observations is to keep the Owner generally informed of the progress of the Contractor's work and to
determine if the completed work of the Contractor conforms in general to the design concept indicated in the
Construction Contract Documents. On the other hand,the Engineer shall not,during such visits or as a result
of such observations,supervise,direct,or have control over the Contractor's work nor shall the Engineer have
authority over or responsibility for the means,methods,techniques,sequences or procedures of construction
selected by the Contractor,for safety precautions and programs incident to the work of the Contractor or for
any failure of the Contractor to comply with rules,regulations,ordinances,codes or orders applicable to the
Contractor's performance of the work. The Contractor shall have sole authority over and responsibility for:
(i) the means,methods,techniques,sequences,and procedures of construction
(ii) safety precautions and programs incident to the construction, and
(iii) compliance with rules,regulations,ordinances,codes and orders applicable to the construction. The
Engineer neither guarantees the performance of the Contractor nor assumes any responsibility for the
Contractor's failure to furnish and perform its work in accordance with the Construction Contract
Documents
(c) Issue necessary clarifications and interpretations of the Construction Contract Documents as appropriate to the
orderly completion of the Contractor's work. Such clarifications and interpretations will be consistent with
the intent and reasonably inferable from the Construction Contract Documents
(d) Make recommendations to the Owner regarding change orders as appropriate and when directed by the
Owner,and prepare Change Orders as reasonably required. Preparation of Change Orders,which result from
significant changes in the scope,extent,or character of the Project designed by the Engineer,is not included
in this scope of services
(e) Review samples,catalog data,schedules,submittals,shop drawings, laboratory,shop and mill tests of
material and test equipment and other data as required by the Construction Contract Documents,but only for
conformance with the design concept indicated in the Construction Contract Documents. Such reviews will
not extend to means,methods,techniques,sequences or procedures of construction or to safety precautions
and programs incident thereto
(f) Upon notice from the Contractor that the Contractor's work is ready for its intended use,conduct,in company
with the Owner's representative and the Contractor,an observation to determine if the work is substantially
complete. If the Owner and the Engineer consider the work substantially complete,issue a certificate of
substantial completion containing a list of required tasks for the Contractor to complete prior to issuance of
certificate of final completion. Conduct a final walk through together with the Owner and the Contractor to
determine if the work has reached final completion so that the Engineer may recommend final payment to the
Contractor. If appropriate,make recommendations to the Owner for final payment to the Contractor
(g) Receive,review and transmit to the Owner maintenance and operating instructions,warranties and guarantees,
marked up record documents received from the Contractor,which reflect field changes to the bid documents.
2 of 3
The Engineer will review the documents to ascertain,to the best of the Engineer's knowledge and belief,that
the reflected field changes are complete and correct
(h) Prepare Project record drawings incorporating compiled change orders and field changes that are received
from the Owner and the Contractor. Three(3)sets of prints of"Record Drawings"will be submitted by the
Engineer to the Owner on 11 x 17 paper copies
(i) Submit to the Owner electronic PDF and CADD files used for the production of the Record Drawings.
Record drawings on electronic files furnished to the Owner are for the convenience of the Owner only. The
Record Drawings shall be sole documents relied upon by the Owner as a reflection of the condition of the
project location after completion of the construction activities.
D. PROJECT MANAGEMENT SERVICES
1. PROJECT MANAGEMENT
(a) The Engineer will manage professional services to complete the project Design&Bid Document Preparation
phase including,progress reports,milestones and invoicing
(b) The Engineer will manage professional services to complete the project Bid Services phase including,
progress reports,milestones and invoicing
(c) The Engineer will manage professional services to complete the project Construction Services phase
including,progress reports,milestones and invoicing
(d) The Engineer will manage professional services to coordinate work performed by the Roadway Engineer
including Environmental,Utility,Easement and Stakeholder coordination.
II. ADDITIONAL SERVICES
A. Engineer will develop at the request of the Owner any changes,alterations or modifications to the Project which appear
to be advisable and feasible based on unexpected field conditions and in the best interest of the Owner
B. Work not described in the basic services must be approved by supplemental amendment to this Contract by the Owner
before the Engineer undertakes it.If the Engineer is of the opinion that any work is beyond the scope of this Contract
and constitutes additional work,the Engineer shall promptly notify the Owner of that opinion,in writing.In the event
the City finds that such work does constitute additional work,then the City shall so advise the Engineer,in writing,and
shall provide extra compensation to the Engineer for the additional work as provided under a supplemental amendment
C. Additional services scope and fee is included to replace up to 950 LF of 16"WL along Gattis School Rd in accordance
with the above design scope,if existing pipe is in conflict and/or the pipe material is Asbestos Cement(AC)pipe.
3 of 3
ADDENDUM TO EXHIBIT C
Work Schedule
Notice to Proceed N/A Apr 1, 2018
Initial Data Collection 7 Apr 8, 2018
30% Design Schematic 17 Apr 25, 2018
City Review 14 May 9, 2018
90% Plan Submittal 49 Jun 27, 2018
City Review 14 Jul 11, 2018
100% Plan Submittal 21 Aug 1, 2018
City Review 7 Aug 8, 2018
Bid Opening 42 Sep 19, 2018
Construction NTP 42 Oct 31, 2018
Construction Phase Services 420 Dec 25, 2019
ADDENDUM TO EXHIBIT D
Fee Schedule
Attached Behind This Page
Exhibit D
Denney Fort Blvd.Water Line Improvements Project
City of Round Rock
Task Description Total Labor Hours Total Loaded Labor Other Direct Costs
Cost
I.BASIC ERVI
A.DESIGN AND BID DOCUMENT PREPARATION 716 $ 91,070.00 $
B.BID PHASE SERVICES 38 $ 5180.00 $
C.CONSTRUCTION PHASE SERVICES 188 $ 24.210.00 $
D.PROJECT MANAGEMENT 64 $ 7,440.00 $
E.EXPENSES $ $ 460.00
SUB-TOTAL BASIC ENGINEERING SERVICES 1006 $ 127,900.00 $ 460.00
U.ADDITIONAL SERVICE
DESIGN OF WATER LINE REPLACEMENT ALONG GATTIS SCHOOL RD 58 $ 7,540.00 $ -
SUB-TOTAL ADDITIONAL SERVICES $ 7.540.00 $ -
SUB-TOTAL BASIC&ADDITIONAL SERVICES $ 135,440.00 $ 450.00
GRAND TOTAL BASIC&ADDITIONAL SERVICES&EXPENSES 5 135,900.00
00398026.XLSX Page 1 of 6
Exhibit D
Kenney Fort Blvd.Water Line Improvements Project
City of Round Rock
Fee Schedule/Budget for CP&Y,Inc.
Total
No.of Project Senior Project CADD Admin/ Total Direct Labor
Task Description E.I.T. Labor
PS&E Manager Engineer Engineer Operator Clerical
Hours Costs
Sheets
$185.00 $180.00 $165.00 $110.00 $110.00 $75.00
I.BASIC SERVICES
A.DESIGN AND BID DOCUMENT PREPARATION
1 Project Meetings
a Attend,conduct and document 6 project meetings 12 12 18 42 $ 6,180.00
$ -
42 $ 6,180.00
2 Preparation of Construction Plans
a Alignment coordination 4 8 2 14 $ 2,280.00
b Cover sheet,general water line alignment,general notes 3 2 16 16 34 $ 3,850.00
c Plan and profile sheets 16 4 6 68 160 160 398 $ 48,240.00
d Construction details 4 16 32 24 72 $ 8,800.00
e Traffic control plans $ -
f Internal QA/QC prior to each submittal 6 18 6 6 36 $ 6,000,00
g Design submittals&OPCC at 30%,90%and final design 8 16 24 48 $ 6,760.00
$ -
674 $ 84,890.00
00398026.XLSX Page 2 of 6
Exhibit D
Kenney Fort Blvd.Water Lime Improvements Project
City of Round Rock
Fee Schedule/Budget for CP&Y,Inc.
Task Description No.of PS&E Project Senior Project E.I.T. CADD Admin/ Total Labor Total Direct Labor
Sheets Manager Engineer EngineerOperator Clerical Hours Costs
$185.OE3 $18U0 $165.00 $110.00 5110,00 $75.00
I.BASIC SERVICES
Q.BID PHASE SERVICE-S
1 Bid Phase Services
a Attend -bid mee i 2 2 $ 370.00
b Address and respond to questions and interpretation of bid documents 2 4 4 10 S 1.470.00
c Prepare and issue addenda to the bid documents if necessarV 2 4 4 10 S 1,470.00
d Prepare 3 full size and 4 half size plan sets bid and confonned 2 12 2 16 S 1,870.00
$
5
S
38 $ 5.180.00
00398026.XLSX Page 3 of 6
Exhibit D
Kenney Fort Blvd.Water Line Improvements Project
City of Round Rock
Fee Schedule/Budget for CP&Y,Inc.
Task Description No.of PS&E Project Senior Project E i T CADD Admin l Total Labor Total Direct Labor
Sheets Manager Engineer Engineer Operator Clerical Hours Costs
$1W00 $160.00 $165.04 $110.00 $110.00 $75.00
I.BASIC SERVICES
C.CONSTRUCTION PHASE R
1 Construction Phase Services
a Attend one 1 conference 2 2 $ 370.00
b Make pedodc visits;1 X month Q 3 hrslvisit 1R 8 months 24 12 36 5.280.00
c Issue necessary clarifications and interpretations of construction documents 2 4 16 22 $ 2.7911,00
d Make recommendations regarding change orders 4 8 12 $ 1,540.00
e Review submittals for conformance with de' concept 16 40 56 $ 7,040,00
f Substantial cornplefion 2 2 4 8 $ 1140.00
Receive review and transmit to Owner bid documents with field changes 4 4 8 16 1,980.00
h Prepare,Review Prolect record •submit three 3 11x17 sets 2 1 16 16 34 $ 3,860,00
i Submit electronic files used for production of Record Draywingis 1 2 1 2 220.00
188 1$ 24,210±00
00398026.XLSX Page 4 of 6
Exhibit
Kenney Fort Blvd. Water Line Improvements Project
City of Round Rock
Fee Schedule/Budget for CP&Y,Inc.
Project Project Senior Project CARD Admin I Total Total Direct Labor
Task Description Principal Manager Engineer Engineer Operator Clerical Labor Costs
Hours
$230.00 $185.00 $180.00 $165.00 $110.00 $75.00
1.BASIC SERVICES
D.P JE T MANAGEMENT
1 Prood Management
a Design&Bid Document Pre6 20 26 $ 2,610,00—
b Bid Services 2 4 6 $ 670.00
c Construction Services 8 16 24 $ 2;680,00
d Coordination with Roadway ct 8 8 $ 1,480.00
64 $ 7,440.00
00398026.XLSX Page S of 6
Exhibit D
Kenney Fort Blvd.Water Line Improvements Project
City of Round Pack
Fee Schedule/Budget for CP&Y,Inc.
Task Description Project Senior Project CADD Admin t Total Labor Total Direct
P No.of Sheets
Manager Engineer Engineer E.I.T. Operator Clerical Hours Labor Costs
Sheets
$185.00 $180.00 $165.00 $110.00 $110.00 $75.00
II.ADDITIONAL SERVICU
a Desion of up to 950 LF of 16"WL alom Gattis School Rd if needed 3 4 6 8 20 20 58 $ 7,54.0.00
S
5
58 $ 7,540.00
5 -
a -
S
4 $
00398026.XLSX Page 6 of 6
Exhibit D
Kenney Fort Blvd. Water Line Improvements Project
City of Round Rock
Expense Item Unit Unit Cost Amount Total Cost
CADD Plotting__.. __ sf $ 1.50 $
Mylar Plots If $ 6.00 $
Digital Ortho Plotting if $ 2.00 $_
11"X 17"Mylar sheet $ 1.00 $
81/2"X 11"B/W Paper Copies sheet $ 0.10 500 $ 50.00
11"X 17"B//W Paper Cosa sheet $ 0.15 500 $ 75.00
81%2"X 11"Color Paper Copies sheet $ 1.00 $ -
11"X 17"Color Paper Copies sheet $ 1.80 $
Fax Copies sheet $ 0.10 M
Film and Development roll $ 8.00 $
4 X 6 Digital Color Prints picture $ 0.50
Oversized Digital Color Prints picture $ 50.0_0 $ -
Standard Postage letter $ 0.44 $
Express Mail Standard each $ 15.00 4 $ 60.00
Express Mail Oversize each $ 30.00 $ -
Delverie$ each $ 25.00 $
Airfare each I $ 200.00 $ _
Rental Car da $ 80.00 $
Lodging da $ 85.00 $
Meals da $ 36.00 $
Mileage mile $ 0.550 500 $ 275.00
GPS Rental da $ 100.000 $
Cultural Resources Archival Research each $ 500.000 0
HazMat Database Search each $ 200.000 $
Miscellaneous Project Related Expenses NA at cost NA $
SUBTOTAL DIRECT EXPENSES $ 460.00
00398026.XLSX Page 1 of 1