Loading...
Contract - CP&Y, Inc. - 6/27/2019 STATE OF TEXAS § COUNTY OF WILLIAMSON § SUPPLEMENTAL CONTRACT NO.3 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. 3 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 11th day of February, 2016 for the Kenney Fort Boulevard (Segments 2 & 3) Project in the amount of$933,519.78; and WHEREAS, the City and Engineer executed Supplemental Contract No. 1 on April 12, 2018 to amend the scope of services and to increase the compensation by $135,900.00 to a total of $1,069,419.78; and WHEREAS, the City and Engineer executed Supplemental Contract No. 2 on November 8, 2018 to amend the scope of services and to increase the compensation by $840,597.18 to a total of$1,910,016.96; 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 $83,520.00 to a total of$1,993,536.96; 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. Supplemental Contract Rev.06/16 0199.1603;00425331 84275 f--2z[I-025 1 III. Article 4. Compensation and Exhibit D. Fee Schedule shall be amended by increasing by $83,520.00 the lump sum amount payable under the Contract for a total of $1,993,536.96, as shown by the attached Addendum to Exhibit D. IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental Contract in duplicate. [signature pages follow] Supplemental Contract Rev.06/16 0199.1603;00425331 84275 2 CP&Y, INC. / By:4A A-A&v-e o,1 X. A�4 la t Date /2 72/'/ Supplemental Contract Rev.06/16 0199.1603;00425331 84275 3 CITY OF ROUN ROCK APR Vi D AS T jFORM: By: Craig Morga , May Stephl L. Sheets, City Attorney Date Supplemental Contract Rev.06/16 0199.1603;00425331 84275 4 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, culverts etc. impacting the project. 3. Provide any available as-built plans for any wastewater 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 properly 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 wastewater flows to be used for gravity main design. ADDENDUM TO EXHIBIT B Engineering Services The Kenney Fort Boulevard(KFB)Wastewater Line(W WL)Improvements Project will increase the capacity of approximately 3,500 linear feet(LF)of existing wastewater line,located between Forest Creek Drive and Gattis School Road,from 15-inch to 18-inch.The existing line will be abandoned in place while the new line will be constructed in the ROW on the west side of the new KFB roadway.The project will also include approximately 100 LF of new 10-inch W WL and sleeve under the new roadway to tie-in the Rolling Ridge neighborhood line.Finally,the project will include additional services for the installation of three casing pipes under the KFB roadway for three service lines,which will be installed in the future. 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 wastewater 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, utility locating, pre-bid meeting,pre-construction meeting and site visits will be performed as part of the KFB roadway and waterline projects under separate contract. The design phase duration is anticipated to be approximately four months,and the wastewater line construction phase is anticipated to be approximately one year,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 2 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 existing and proposed improvements (b) Prepare general wastewater line alignment,general notes and SWPPP related to WWL (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 Design Plans, Specifications, and Engineer's Opinion of Probable Construction Cost at 30%,90%and 100%design.Include three sets of plans for City review and respond to review comments. B. BID PHASE SERVICES 1. BID PHASE SERVICES (a) Address and respond to questions and interpretation of bid documents (b) Prepare and issue addenda to the bid documents if necessary (c) Prepare 3 full size and 4 half size plan sets(bid and conformed) C. CONSTRUCTION PHASE SERVICES 1 of 1. CONSTRUCTION PHASE SERVICES (a) 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 (b) 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 (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 Contract Documents. Such reviews will not extend to means,methods,techniques,sequences or procedures of construction or to safety precautions and programs incident thereto (d) 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 (e) 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. 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 (f) 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 x17 paper copies (g) 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 I. 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 2of3 C. Additional services scope and fee is included to add up to three casing pipes from the existing wastewater line located on the west side of KFB to the east side of KFB near SH45.The future service lines will be 8-inch.Approximate combined length of casing pipe is 600 LF. 3 of 3 ADDENDUM TO EXHIBIT C Work Schedule Task Duration Completion Date Notice to Proceed N/A Jun 14, 2019 Initial Data Collection 14 Jun 28, 2019 30%Design Schematic 21 Jul 19, 2019 City Review 14 Aug 2, 2019 90% Plan Submittal 56 Sep 27, 2019 City Review 14 Oct 11, 2019 100%Plan Submittal 26 Nov 6, 2019 City Review 7 Nov 13, 2019 Bid Phase Services 188 May 19, 2020 Construction Phase Services 365 May 19, 2021 ADDENDUM TO EXHIBIT D Fee Schedule Attached Behind This Page Exhibit D Kenney Fort Blvd.Wastewater Line Improvements Project City of Round Rock Task Descriptlon Total Labor Hours Total Loaded Labor Cost Other Direct Casts 1.BASIC SERVICES A.DESIGN AND BID DOCUMENT PREPARATION 406 $ 54 180.00 $ B.BID PHASE SERVICES 24 $ 3 3B0.00 $ C.CONSTRUCTION PHASE SERVICES 102 $ 12 850.00 $ D.PROJECT MANAGEMENT 32 $ 3840.00 $ E.EXPENSES $ $ 500.00 SUB-TOTAL BASIC ENGINEERING SERVICES 564 $ 74 450.00 S 500.00 IL ADMONAL SERVICES DESIGN OF WASTEWATER LINE CASING PIPE NEAR SH45 64 $ 8,570.00 SUB-TOTAL ADDITIONAL SERVICES $ 8570.00 $ SUB-TOTAL BASIC&ADDITIONAL SERVICES $ 83,D20,00 $ 500.00 GRAND TOTAL BASIC&ADDITIONAL SERVICES&EXPENSES) $ 83,520.00 4.0 EXHIBIT D KFB W W L.xlsx Page 1 of 7 Exhibit D Kenney Fort Blvd.Wastewater Line Improvements Project City of Round Rock Fee SchedulelBud et for CP&Y,Inc. No.of Project Senior Project CAD D Admtnl Total Total Direct Task Description PSBE Manager Engineer Engineer E.I.T. Operator Cledcal Labor Labor Costs Sheets Hours 5165.00 3160.00 $165.00 $11000 $110.00 $75.00 I.BASIC SERVICES A.DESIGN AND BIDN PR PA 770N 1 Project Meetings a Attend,conduct and dowmeut 2 pp*q meetings 4 4 6 14 $ 2,060.00 $ 14 $ 2,060.00 2 Preparation of Construction Plans a Alignment coordination 2 6 2 10 $ 1,580.00 _ b General wastewater line alignment,general notes.SWPPP 3 2 _ 2 6 6 16 $ 2,020.00 c Plan and profile sheets 7 20 10 -CO 80 80 250 $ 33,000.00 _ d Construction details 2 2 6 12 12 32 $ 4,000.00 e Project manual 4 8 16 8 36 $ 4,420.00 f Internal QA/QC prior to each submittal 4 8 4 4 20 $ 3,280.00 Design submittals&OPCC at 30%,90%and final design 4 8 18 28 $ 3,820.00 $ 392 $ 52,120.00 4.0 EXHIBIT D KFB WWL.xlsx Page 2 of 7 Exhibit D Kenney Fort Blvd.Wastewater Line Improvements Project City of Round Rock Fee SchedulelBud et for CP&Y,Inc. Task Description No.of PS&E Project Senior Project ELT. CADD Admin/ Total Labor Total Direct Sheets Manager Engineer Engineer Operator Clerical 14"M Labor Costs $18500 $18000 S16500 $110.00 $110.00 $75.00 I.BASIC SERVICES R.AID P A E RVI E 1 Bid Phase Services a Address and respond to questions and interpretation of bid document, 2 2 2 6 $ 920.DD b Prepare,and issue addenda to the bid documents U necessart 2 4 4 10 $ 1,470.00 c P 3 full s¢e and 4 half sue Iran sets bid and confirmed 2 4 2 6 $ 990.00 S S S 4.0 EXHIBIT D KFB WWL.xlsx Page 2 of 7 Exhibit D Kenney Fort Blvd.Wastewater Line Improvements Project City of Round Rock Fee Schedule/Budget for CPBY,Inc. Task Description No.of PSBE Project Senior Project ELT CADD Admin I Total Labor Total Direct Sheets Manager Enginear Engineer Operator Clerical Hours Labor Costs $185.00 $18000 $16500 $110.00 $110.00 $7500 1.BASIC SERVICES 1 Construction Phase Services a Issue clarifications and trtqrfxetefims ofoonsbuctm dma is 2 4 12 18 $ 235000 b Mace recanmerMations re,tardM cf aM orders 4 8 12 $ 1,540,00 c Rev'lew submittals for conformance with design corrept 12 24 36 $ 4,620M d Substantial can 21 2 4 B $ 1,140M e Receive,review and traomB to Owner bid doaanares with field duarloes 2 2 4 8 $ 990.00 f Prepare,Reeiew Prujact recard ;srbmd Baee(it 11x17 seta I 1 1 2 at B I 18 $ 2090.00 BI R electrark files used for Production of Record DrawinW 2 1 $ 220.00 $ 102 5 12,950.00 4.0 EXHIBIT D KFB W WL.xlsx Page 2 of 7 Exhibit D Kenney Fort Blvd. Wastewater Line Improvements Project City of Round Rock Fee Schedule/Budget for CP&Y, Inc. Project Project Senior Project CADD Admin/ Total Total Direct Labor Task Description Principal Manager Engineer Engineer Operator Clerical Labor Casts Hours $230.00 $185.00 5180.00 5165.00 $11000 575.00 I.BASIC SERVICES 0.P E ANA EMENT 1 Project Management 5 a Design 8 Bid Document Prep 4 8 12 $ 1,340.00 b Bid Services 2 21 4 $ 520.00 c Construction Services 4 B 12 $ 1,340.00 d Coordination with Roadway project 4 4 $ 740.00 32 $ 3,940.00 4.0 EXHIBIT D KFB WWL.xlsx Page 2 of 7 Exhibit D Kenney Fort Blvd.Wastewater 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! Total Labor Total Direct Sheets Manager Engineer Engineer Operator Clerical Hours Labor Costs 5165.00 $180.00 $165.00 511000 S11000 575.00 I,ADD[TIONAL SERVICES a Design of up In 000 LF of WAIL casing a anessing KFB near SH-45 3 6 6 12 20 20 64 S 8,570.00 $ S S 64 $ 8,570.00 5 s S _ $ 0 $ 4.0 EXHIBIT D KFB W W L.xlsx Page 2 of 7 Exhibit D Kenney Fort Blvd. Wastewater Line Improvements Project City of Round Rock Expense Item Unit Unit Cost Amount Total Cost CADD Plotting 5f_ $ 1.50 - Mylar Plots If___ $ 6.00 Digital Ortho Plotting if $ 2.00 - 11"X 17"Mylar _ sheet S 1.00 S - 8 1l2"X 11"B/VV Paper Copies _.. . sheet S 0.10 4,000 S 400.00 11"X 17"BNV Paper Copies sheet $ 0.15 100 S 15.00 8 112"X 11"Color Paper Copies _ sheet S 1.00 - $ _ _ - 11"X 17"Color Paper Copies _ sheet 5 1.80 _ $ Fax Copies sheet $ 0.10 $ - Film and Development _ ruli S 8.00 S _ 4 X 6 Digital Color Prints _ _ picture S 0.50 5 Oversized Digital Color Prints __ picture S 5000 S _ Standard Postage letter S 0.44 5 Express Mail(Standard) each S 15.00 2 S 30.00 Express Mail(Oversized) each S 30.00 S - Deliveries each S 25.00 Airfare each S 200.00 S - Rental Car day $ 80.00 S - Lodging day S 85.00 S_ Meals day S 3609 _5 - Mileage mile S 0.550 100__5 55.00 GPS Rental day S 109.000 $ Cultural Resources Archival Research _ each S 500.000 0 $ _ HazMal Database Search each $ 200.000 $ - Miscellaneous Project Related Expenses NA - al cost NA..§._._— .._.. SUBTOTAL DIRECT EXPENSES 5 SOO 00 XHIBIT D KFB W WL.xlsx Page 7 of 7 CERTIFICATE OF INTERESTED PARTIES FORM 1295 loll Complete Nos.1-4 and 6 if there are Interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 If there are no Interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2019.499407 CP&Y,Inc. Dallas,TX United States Date Filed: 2 Name of governmental entity or state agency that Is a parry tot the contract for which t e forms 06/03/2019 being filed. - City of Round Rack Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or Identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. 000000 KFB WWL Improvements Professional Services Nature of Interest 4 Name of Interested Party City,State,Country(place of business) (chock applicable) Controlling Intermediary Patel,Pete Dallas,TX United States X Chiang,Walter Dallas,TX United States X Roohms,J.J. Austin,TX United States X Vergara,Marisa San Antonio,TX United States X Hays,David Dallas,TX United States X Boswell,Jeremy Oklahoma, OK United States X 5 Check only If there Is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is David Hays and my date of birth Is My address is 1820 Regal Row, Suite 200 Dallas TX , 75235 USA (street) (city) (state) (zip wde) (muntry) I declare under penalty of perjury that the foregoing is true and correct. Executed in Dallas County, State of Texas on the 3rd day of June '20 19 (month) (year) Signature of authorized agent of c tracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.39f8039C CERTIFICATE OF INTERESTED PARTIES FORM 1295 lofl Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2019-499407 CP&Y, Inc. Dallas, TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 06/03/2019 being filed. City of Round Rock Date Acknowledged: 06/27/2019 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. 000000 KFB WWL Improvements Professional Services Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary Patel, Pete Dallas,TX United States X Chiang ,Walter Dallas,TX United States X Roohms, J.J. Austin,TX United States X Vergara, Marisa San Antonio,TX United States X Hays, David Dallas,TX United States X Boswell, Jeremy Oklahoma, OK United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is and my date of birth is My address is (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of ,on the_day of ,20_ (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.39f8039c