R-2021-278 - 10/28/2021RESOLUTION NO. R-2021-278
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. 5 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. 5 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. 5 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 28th day of October, 2021.
�,,, /A / /
C ORr
, Mayor
City of oundk,Texas
ATTEST:
SARA L. WHITE, City Clerk
0112.20212; 00484132
EXHIBIT
A"
STATE OF TEXAS
COUNTY OF WILLIAMSON
SUPPLEMENTAL CONTRACT NO.5
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. 5 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, 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, the City and Engineer executed Supplemental Contract No. 3 on June 27, 2019 to
amend the scope of services and to increase the compensation by $83,520.00 to a total of
$1,993,536.96; and
WHEREAS, the City and Engineer executed Supplemental Contract No. 4 on July 9, 2020 to
amend the scope of services and -to increase the compensation by $114,698.50 to a total of
$2,108,235.46; 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 $66,209.00 to a total of $2,174,444.46;
NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract
is amended as follows:
Supplemental Contract Rev.06/16
0199.1603; 00483478 84275
Article 1, City Services and Exhibit A, City Services shall be amended as set forth in the
attached Addendum to Exhibit A.
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.
Article 4, Compensation and Exhibit D, Fee Schedule shall be amended by increasing by
$66,209.00 the lump sum amount payable under the Contract for a total of $2,174,444.46, 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
0199.1603; 00483478
[signature pages follow]
Rev.06/ 16
84275
2
CP&Y, INC.
By: 04;
yz,",a-
Marisa Trevino Vergara. PE - Sr Vice President
10/11 /2021
Date
Supplemental Contract Rev.06/16
0199.1603; 00483478 84275
CITY OF ROUND ROCK
By:
Craig Morgan, Mayor
Date
Supplemental Contract
0199.1.603; 0.0483478
APPROVED AS TO FORM:
Stephan L. Sheets, City Attorney
Rev.06/ 16
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, existing steel encasement, culverts etc. impacting
the project.
3. Provide any available as -built plans for any reuse 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 sizes of reuse waterlines and perform all necessary calculations to verify sizes.
Exhibit A
9/23/2021
1 of 1
ADDENDUM TO EXHIBIT B
Engineering Services
The Kenney Fort Boulevard (KFB) Reuse Project will include design and construction of approximately 4,900 LF of 16"
reuse waterline located between Forest Creek Drive and Gattis School Road along the west side of the proposed Kenney
Fort Boulevard. The project will also include:
• Approximately 150 LF of 30" casing pipe under Forest Creek Drive
• Approximately 150 LF of 30" casing pipe under Gattis School Road
• Approximately 200 LF of 12" reuse waterline and 150 LF 24" casing pipe under Kenney Ft. Boulevard from the
southwest side to southeast side of Gattis School Road.
• Approximately 860 LF of 12" reuse waterline along the south side of Gattis School Road starting at the southwest
side of the Gattis School Road and Kenney Fort Boulevard intersection.
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 and construction phase
services. The reuse waterline improvement construction documents will be designed in accordance with City of Round
Rock standards and will be constructed as part of a Kenney Fort Boulevard roadway project.
Environmental studies, public involvement, surveying and mapping, geotechnical engineering, preliminary engineering,
and utility locating have already been performed as part of the KFB roadway project under a separate contract.
The design phase duration is anticipated to be approximately 1.5 months, and the reuse waterline 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 notes for reuse lines
(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) Adjust wastewater line alignment and produce updated sheets for Contractor
(e) Prepare construction details
(f) Calculate air relief valve sizing and location requirements; calculate restrained joint location requirements.
(g) Perform internal QA/QC prior to each submittal
(h) Prepare Design Plans, Specifications, and Engineer's Opinion of Probable Construction Cost at 100% design.
Include three sets of plans for City review and respond to review comments.
B. CONSTRUCTION PHASE SERVICES
1. CONSTRUCTION PHASE SERVICES
(a) 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 4 months (in
10/4/2021
1 of 3
addition to 8 months captured in waterline scope). 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
(b) 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
(c) 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
(d) 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
(e) 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
(f) 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
(g) 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
(h) 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.
C. 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
10/4/2021
2 of 3
(b) The Engineer will manage professional services to complete the project Construction Services phase
including, progress reports, milestones and invoicing
(c) 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. Engineer will develop at the request of the Owner reuse waterline design outside of the existing extents of the KFB
roadway project.
10/4/2021
3 of 3
ADDENDUM TO EXI3IBIT C
Work Schedule
Notice to Proceed N/A Oct 29, 2021
30% o Design Schematic 3 Nov 1, 2021
City Review 2 Nov 3, 2021
100% Unsealed Submittal 29 Dec 2, 2021
City Review 2 Dec 4, 2021
Incorporate Comments & Seal 5 Dec 9, 2021
Exhibit C
10/6/2021
1 of l
ADDENDUM TO EXHIBIT D
Fee Schedule
Attached Behind This Page
Exhibit D
Kenney Fort Blvd. Water Line Improvements Project
City of Round Rock
Task Description
Total Labor Hours
Total Loaded Labor
Cost
Other Direct Costs
I. BASIC SERVICES
A. DESIGN AND BID DOCUMENT PREPARATION
343
$ 45,680.00
$
B. CONSTRUCTION PHASE SERVICES
116
$ 14,820.00
$
C. PROJECT MANAGEMENT
44
$ 5,450,00
$ -
D EXPENSES
$ -
$ 25900
SUB -TOTAL BASIC ENGINEERING SERVICES
503
$ 65,950.00
$ 259.00
ll. ADDITIONAL SERWCES
SUB -TOTAL ADDITIONAL SERVICES
$ -
$ -
SUB -TOTAL (BASIC & ADDITIONAL SERVICES)
65,950.00
S 259.00
GRAND TOTAL (BASIC & ADDITIONAL SERVICES & EXPENSES)
$
66,209.00
4.0 EXHIBIT D KFB Reuse Page 1 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
aneeis
Project
Manager
Senior
Engineer
Project
Engineer
E.I.T.
CADD
Operator
Admin /
Clerical
Total
Labor
Hours
Total Direct
Labor Costs
$190.00
$200.00
$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 2 project meetings
2
4
4
10
$ 1,470.00
10
$ 1,470.00
2 Preparation of Construction Plans
a Alignment (30%)
4
2
8
2
2
18
$ 2.860.00
b Reuse Notes Sheet
2
2
4
$ 550.00
c Plan and Profile Sheets
8
8
4
48
48
96
204
$ 25,960.00
d Adjust Wastewater Plan & Profile Sheets
3
2
1
12
12
27
$ 3,850.00
e Construction details
2
2
0
8
10
$ 1.210.00
f Air Release & Restrained Joint Calculations
0
21
4
8
14
$ 1,900.00
9 Internal QA/QC - 100%
6
6
4
6
8
30
$ 4,390.00
h OPCC
2
2
4
8$
1.140.00
i Incorporate Client Response
2
4
4
8
18
$ 2,350.00
333
$ 44,210.00
4.0 EXHIBIT D KFB Reuse Page 2 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
Sheets
Project
Manager
Senior
Engineer
Project
Engineer
E. I T.
CADD
Operator
Admin /
Clerical
Total Labor
Hours
Total Direct Labor
Costs
S190.00
$200.00
$165 00
$110 00
S110.00
S75 00
1. BASIC SERVICES
B. CONSTRUCTION PHASE SERVICES
1 Construction Phase Services
a Make periodic visits, 1 X month @ 3 hrs/visit @ 4 months
121
6
1
2,640.00
b Issue necessary clarifications and interpretations of construction documents
2
4
16
22
$ 2.790.00
c Make recommendations regarding change orders
2
4
6
0.00
d Review submittals for conformance with design concept
6
12
18
2.310.00
e Substantial completion
2
2
4
8$
1,140.00
f Receive, review and transmit to Owner bid documents with field changes
4
4
8
16
$ 1,980.00
g Prepare, Review Project record drawings; submit three (3) 11x17 sets
2
12
12
26
$ 2,970.00
h Submit electronic files used for production of Record Drawings
2
2
S 220.00
4.0 EXHIBIT D KFB Reuse Page 4 of 6
Exhibit D
Kenney Fort Blvd. Water Line Improvements Project
City of Round Rock
Fee Schedule/Budget for CP&Y, Inc.
Task Description
Project
Manager
Senior
Engineer
Project
Engineer
E.I.T.
Admin /
Clerical
Total
Labor
Hours
Total Direct
Labor Costs
$190,00
$200 00
$165 00
$110 00
$75 00
I. BASIC SERVICES
C. PROJECT MANAGEMENT
1 Project Management
$
a Design & Bid Document Prep
2
4
6
$ 680.00
b Construction Services
10
20
30
$ 3,400.00
c Coordination with Roadway project
2
6
8
$ 1,370.00
44
$ 5,450,00
4.0 EXHIBIT D KFB Reuse Page 5 of 6
Exhibit D
Kenney Fort Blvd. Water Line Improvements Project
City of Round Rock
Fee Schedule/Budget for CPBY, Inc.
Task Description
No. of PSBE
Sheets
Project
Manager
Senior
Engineer
Project
Engineer
E.I.T.
CADD
Operator
Admin I
Clerical
Total Labor
Hours
Total Direct
Labor Costs
$165 00
$180 00
$165 00
1111000
$110 00
$75 00
$
3
$
$
0
$
$
$
0
4.0 EXHIBIT D KFB Reuse 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
$
8 1/2" X 11" B/W Paper Copies
sheet
$ 0.10
1,500
$ 15000
11" X 17" B/W Paper Copies
sheet
$ 0.15
50
$ 7 50
8 1/2" X 11" Color Paper Copies
sheet
$ 1.00
S -
11" X 17" Color Paper Copies
sheet
$ 1.80
$
Fax Copies
sheet
$ 0.10
$
Film and Development
roll
800
$
4 X 6 Digital Color Prints
picture
S 0.50
S
Oversized Digital Color Prints
picture
$ 50.00
$
Standard Postage
letter
$ 0.44
S
Express Mail (Standard)
each
$ 15.00
2
S 3000
Express Mail (Oversized)
each
$ 30.00
$ -
Deliveries
each
$ 25.00
$
Airfare
each
$ 200.00
$
Rental Car
day
S 80.00
$
Lodging
day
$ 85.00
$
Meals
day
$ 36.00
S
Mileage
mile
$ 0.550
130
$ 7150
GPS Rental
day
$ 100.000
S
Cultural Resources Archival Research
each
$ 500.000
S
HazMat Database Search
each
$ 200.000
S
Miscellaneous Project Related Expenses
NA
at cost
NA
S
SUBTOTAL DIRECT EXPENSES
I
r $ 259.00
4.0 EXHIBIT D KFB Reuse Page 1 of 1