CM-2014-554 - 10/10/2014City of Round Rock
ROUNe ROCK
TexAs Agenda Item Summary
Agenda Number:
Title: Consider executing Supplemental Contract No. 1 with CP&Y, Inc. for the
Lake Creek 3 Wastewater Line Upgrade Project.
Type: City Manager Item
Governing Body: City Manager Approval
Agenda Date: 10/10/2014
Dept Director: Michael Thane, Director of Utilities and Environmental Services Department
Cost: $38,996.12
Indexes: Self -Financed Wastewater Construction
Attachments: SC#1_CPY_LC3_CM10.10.14, MAP _LC3_CM10.10.14
Department: Utilities and Environmental Services
Text of Legislative File CM -2014-554
On June 23, 2011, an engineering services contract with Chiang, Patel, & Yerby, Inc.,
(CP&Y Inc.) was awarded for design and construction phase services for proposed
wastewater main improvements along Lake Creek from Lake Creek Park to Burnet Street.
This project will increase the capacity of approximately 1,300 linear feet of existing 12 -inch
and 18 -inch diameter wastewater mains to a 30 -inch wastewater main.
It was later determined that wastewater capacity would increase due to an agreement with
the City of Austin to provide capacity in the Southwest Interceptor (Lake Creek 2 & Lake
Creek 3). Additional capacity required changing some of the line sizes to a 36 -inch main.
Supplemental Contract No. 1 is needed for additional Design and Construction Phase
services.
The fee for Supplemental Contract No. 1 is for $38,996.12 which brings the total contract
amount to $129,810.39.
Staff recommends approval.
CW or Round Rock Ppe 1 PHnInd on 1QVW14
LEGAL DEPARTMENT APPROVAL FOR CITY COUNCIL/CITY MANAGER ACTION
Required for Submission of ALL City Council and City Manager Items
Department Name: Ulilikas S Emironmental Sarvkes Project Name: Lake Creek 3 Weshwebr Una u,,,We
Project Mgr/Resource: Eddie Zapata ContractorNendor. CP&Y. Inc.
Council Action:
ORDINANCE RESOLUTION
QCity Manager Approval
Attorney Approval
Attorney (
Date / ) 1 13
O:\wdox\SCClnts\0199\7173\CONTRACT100312488.XLS Updated 8/3/08
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: Lake Creels 3 Wastewater Line Upgrade
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 23rd day of June, 2011 for the Lake Creek 3 Wastewater Line
Upgrade Project in the amount of $90,814.27; 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 $38,996.12 to a total of $129,810.39;
NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract
is amended as follows:
Article 2, Enpineerine Services and Exhibit B. EnRineerine 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
$38,996.12 the lump sum amount payable under the Contract for a total of $129,810.39, 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. 12/01/08
0199]173; 00312463 84275
CM-Zot-1 -55'1
Date
cer
CITY O ROUND ROCK �" API R VEDAS T FORM:
By: (idtl�ZLf'i
LAU ✓ 6 Ar {t —gt�cphrin L. Sheets, City Attorney
Supplemental Contract Rm12/01/08
0199.]1]3; 00312463 84275
ADDENDUM TO EXHIBIT B
Engineering Services
In addition to the scope outlined in the original Engineering Services Contract dated June 23`a, 2011 for the Lake Creek 3
(LC -3) Wastewater Improvement Project, the Engineer shall provide additional design and construction phase services as
outlined below. The original LC -3 project would increase the capacity of about 1,300 linear feet of existing wastewater
main from 12, 15, and 18 inch diameters l0 21, 30 and 36 inch diameters, respectively. The existing 48" diameter manholes
would be adjusted or replaced as determined. The project was put on hold at 90% design while the partners owning
capacity in the pipeline revised their demand projections and related contract agreements.
The LC -3 project has been changed to upsize all of the existing pipe to 36 inch diameter pipe to allow the abandonment of
an adjacent section of the Lake Creek 2 pipeline located within Lake Creek (LC -2). The upstream and downstream ends of
LC -3 will tie to LC -2, and a section of LC -2 will be replaced by the proposed LC -3 project. In addition, the LC -3 project
will be combined with a concurrent LC -2 project that ties to the referenced upstream and downstream ends of LC -3. The
LC -3 alignment has not changed; however, the brcreased pipe size will impact easement r'equir'ements and coordination as
indicated below. The Engineer will coordinate the compiling of construction documents for the two projects and assist with
construction administration for the combined project. The Engineer for the LC -2 project will retain responsibility for
submittal review, RFI responses, change order request reviews and construction changes to the LC.2 portion of the project.
The Engineer shall provide the necessary engineering and technical services for the completion of the preparation of plans,
specifications and cost projections for the LC -3 project.
The tasks and products are more fully described in the following TASK OUTLINE.
TASK OUTLINE
I. BASIC SERVICES
B. ADITIONAL DESIGN AND BID DOCUMENT PREPARATION
L PROJECT MEETINGS
(a) Attend, conduct and document additional project meetings. Prepare meeting minutes including action items to
help maintain project schedule.
2. PREPARATION OF CONSTRUCTION PLANS
(a) Prepare combined LC -2 and LC -3 cover sheet, general wastewater alignment, and general notes.
(b) Revise stationing of plan and profile sheets identifying right-of-way, pipeline easement, existing utilities and
topographic features. Scale will be I"=20' horizontal and I '=,'vertical.
(c) Combine LC -2 and LC -3 construction details.
(d) Incorporate erosion and sedimentation control on plan and profile sheets.
(e) Prepare combined LC -2 and LC -3 project manual including City's standard front end documents and technical
specifications.
(f) Prepare combined LC -2 and LC -3 Design Plans, Specifications, and Engineers Opinion of Probable
Construction Cost at 90°%, 95% and final design. Include three sets of plans for City review and respond to
review comments.
(g) The Engineer will manage professional services to complete the project including, progress repots,
milestones and invoicing.
C. ADDITIONAL BID AND CONSTRUCTION PHASE SERVICES
1. BID PHASE SERVICES
(a) NA
1 of
ADDITIONAL CONSTRUCTION PHASE SERVICES
(a) NA
(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, three (3) hours per visit, for a total of eight (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 (he 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 safely 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) safely precautions and programs incident to the construction, and compliance with rules, regulations,
ordinances, codes and orders applicable to the construction. The Engineer neither guarantees time
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 time 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 (he 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 (his scope of services.
(c) 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 Contrac(Docunrents. Such reviews will
not extend to means, methods, techniques, sequences or procedures of construction or to safety precautions
and programs incident (hereto.
(f) Review the Application for Payment and supporting documentation submitted by the Contractor,
reconmrended to the Owner the amount that the Contractor is to be paid on monthly estimates as required by
the Construction Contract.
Such recommendation for payment to the Contractor shall not be a representation that the Engineer:
(i) has made exhaustive or continuous on-site observations to check the quality or quantity of the
Contractor's work,
(ii) has reviewed construction means, methods, techniques, sequences, or procedures,
(iii) has reviewed copies of invoices received from subcontractors, material suppliers or other data
requested by the Owner to substantiate the Cantmctor's right to payment,
(iv) has ascertained how or for what purpose the Contractor has used monies previously paid by the
Owner, or
(v) has determined that title to any of the Conbnebr's work has passed to the Owner free and clear
of any liens, claims, security interests or encumbrances.
(g) NA
(h) 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
2 of
documents. 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.
(i) NA
Q) NA
II. SPECIALSERVICES
A. ADDITIONAL ENVIRONMENTAL SERVICES
NA
1. Wetland Delineation
NA
2. Threatened and Endangered Species Habitat Assessment
NA
3. Cultural Resources Investigations
NA
D. ADDITIONAL SURVEYING SERVICES
1. Inland will perforin sufficient boundary analysis to prepare deliverables for up to 5 permanent easements
including temporary consh action easements along the project route. The signed and sealed metes and bounds
will be parallel and coincident with the existing permanent easement and a minimal sketch depicting the
easements will be delivered as support to the description. It is also assumed that the existing easement
documents will be provided for the surveyor's use.
C. ADDITIONAL GEOTECHNICAL INVESTIGATIONS
1. NA
3 of
ADDENDUM TO EXHIBIT C
Work Schedule
Duration
Completion Date
95% Plan Submittal
1
Sep 9, 2014
Metes and Bounds for Easement
6
Sep 15, 2014
City Review
21
Oct 6, 2014
Final Plans
14
Oct 20, 2014
Final Easements
28
Nov 17, 2014
Bid Phase Services
56
Jan 12,2015
Notice to Proceed
56
Mar 9, 2015
Construction Phase Services
360
Mar 3, 2016
Addendum to Exhibit D
Fee Schedule
rusk DuoAptlon
Total con
I. BASIC SERVICES:`
A. PRELIMINARY ENGINEERING
_..._.
B. DESIGN AND BID DOCUMENT PREPARATION
C. BID AND CONSTRUCTION PHASE SERVICES - _--
- —
--- D. EXPENSES _. suss._
$
$ $
$
-
1895].30
17,2 68.72
2 58.00
SUB -TOTAL BASIC ENGINEERING SERVICES
$
78484.02
It. SPECIAL SERVICE
A. CP&Y ENVIRONMEN -AL SERVICES
B. INLAND GEODETIC% LP _
C. FUGRO CONSULTANTS, INC.
$
5
2512.10
$
SUB -TOTAL SPECIAL SERVICES
S
2512.10
GRAND TOTAL BASIC & SPECIAL SERVICES
$
38,998.12
00312468.XLSX Page 1 of 6
R
81111111111111
HIM
8111111111111
Milli
11111111
Milli
11111111
ON
1111111
R
§
q 1!
�
//
\
Ile
«\/\
�/.
29
//S
\(
///\
MIS
age
16
�.
BIA
/
\
&
\\/
///\
gf2
00
\|
/
\§\/§\
\�\
l-
��
/\/§
/\
\
\
�
0
a
a
m
A
X
X
W
N
m
0
0
0
N
a
m
a
J
m
a
N
M
O
O
Expire Ilam t Unk t UnIlCoat t Amount t Total Coat
00312468.XLSX Page 6 of 6