Contract - CP&Y, Inc. d/b/a STV Infrastructure - 2/27/2025 SUPPLEMENTAL AGREEMENT NO. 1
TO "AGREEMENT BETWEEN THE CITY OF ROUND ROCK
AND CP&Y,INC.DBA STV INFRASTRUCTURE
FOR PROFESSIONAL CONSULTING SERVICES RELATED TO
THE KENNEY FORT BLVD. SEGMENT 5
24-INCH WATERLINE EXTENSION PROJECT"
CITY OF ROUND ROCK §
STATE OF TEXAS § KNOW ALL BY THESE PRESENTS:
COUNTY OF TRAVIS §
COUNTY OF WILLIAMSON §
THIS SUPPLEMENTAL AGREEMENT NO. 1 to "Agreement between the City of
Round Rock and CP&Y, Inc. dba STV Infrastructure for Professional Consulting Services
related to the Kenney Fort Blvd. Segment 5 24-inch Waterline Extension Project" (the
"Agreement"), hereinafter called "Supplemental Agreement No. 1," is made by and between the
City of Round Rock, Texas, a home-rule municipality, hereinafter called the "City" and CP&Y,
Inc., hereinafter called the "Consultant," located at 13809 Research Boulevard, Suite 300,
Austin,Texas 78750.
WHEREAS, the City and Consultant previously executed the referenced Agreement in
the amount of$46,039.00; and
WHEREAS, it is necessary to amend the Scope of Services and add additional costs to
the Agreement in the amount of$338,681.00;
NOW THEREFORE, in consideration of the mutual promises and obligations in the
Agreement and this Supplemental Agreement No. 1, the City and Consultant agree that said
Agreement is amended and supplemented as follows:
1.
Section 2.0 of the Agreement is hereby amended to read as follows:
2.0 SCOPE OF SERVICES
A. City shall provide the services set forth in Exhibit "A" titled, "City Services,"
which shall be incorporated herein by reference for all purposes.
B. Consultant has provided its proposal for Consulting Services, such proposal for
Consulting Services being attached hereto as Exhibit"B"titled"Scope of Services," which shall
be referred to as the Scope of Services of this Agreement and incorporated herein by reference
for all purposes.
4937-69834265/ss2
2.® 2,5 -0W 0
C. Consultant shall satisfactorily provide all services described herein and as set
forth in Exhibit "B." Consultant's undertaking shall be limited to performing Consulting
Services for City and/or advising City concerning those matters on which Consultant has been
specifically engaged. Consultant shall perform the Consulting Services in accordance with this
Agreement in a professional and workmanlike manner pursuant to the Work Schedule attached
hereto as Exhibit"C," and incorporated herein by reference for all purposes.
II.
Section 3.0 of the Agreement is hereby amended to read as follows:
3.0 LIMITATION TO SCOPE OF SERVICES
Consultant's undertaking shall be limited to performing services for City and/or advising
City concerning those matters on which Consultant has been specifically engaged. Consultant
and City agree that the Scope of Services to be performed is enumerated in Exhibit "B," and
may only be modified by written Supplemental Agreement executed by both parties as described
in Section 9.0.
III.
Section 4.0 of the Agreement is hereby amended to read as follows:
4.0 CONTRACT AMOUNT
A. In consideration for providing the Consulting Services, Consultant shall be paid
on the basis of actual hours worked provided by Consultant in accordance with the Price Sheet
attached hereto as Exhibit"D,"and incorporated herein by reference for all purposes.
B. Consultant's total compensation for Consulting Services hereunder shall not
exceed $384,720.00. This amount represents the absolute limit of City's liability to Consultant
hereunder unless same shall be changed by Supplemental Agreement, and City shall pay, strictly
within the not-to-exceed sum recited herein, Consultant's fees for work done on behalf of the
City.
IV.
This Supplemental Agreement No. 1 shall amend the original Agreement only as set forth
herein with no other changes in terms or conditions of the original Agreement.
2
IN WITNESS WHEREOF, the City and Consultant have executed this Supplemental
Agreement to be effective as of the last date of due execution by both parties.
CITY OF ROUND ROCK,TEXAS CP&Y, INC.
By: By: h,
Printed Name: Printed Name: matI A Verq A 0—,
Title: Mmol ' Title: Sr iC,Q, P re5*"1
Date Signed: Z.I Z 7 12 S Date Signed: 'Z I It /25
ATTEST:
By: " AAa;IS&
Ann Franklin, City Clerk
FOR CITY, APPROVED AS TO FORM:
By:
tephame L. Sandre, City Attorney
3
- 13809 Research Blvd.,Suite 300
Sh Austin,TX 78750
0.512.349.0700 1 f.512.349.0727
stvinc.com
EXHIBIT A
CITY SERVICES FOR
KENNEY FORT BLVD SEGMENT 5 24-INCH WATERLINE EXTENSION DESIGN
ROUND ROCK,TEXAS
JANUARY 23,2024
I. City Services
A. The following items are not included in the Engineer's scope. The City will provide the
following in a timely manner.
1. City will provide the Engineer with all criteria and full information as to the City's
requirements for the Project,including study objectives and constraints,space,capacity
and performance requirements, flexibility, and expandability, and any budgetary
limitations; and furnish copies of all design and construction standards which the City
will require to be included in study, and Drawings and Specifications; and furnish
copies of the City's standard forms, conditions,and related documents for Engineer to
include in the Bidding Documents, when applicable.
2. City will provide proposed water pipe size to meet capacity needs.
3. City will provide electronic copies of available and relative information, including the
following:
a. GIS source layers available, including utility infrastructure, streets, property lines,
and easements.
b. Record drawings and available pipe shop drawing submittals for pipelines proposed
for connection, and pipelines in the project area.
c. Known public projects and private development projects within subject area that
may impact the project.
4. City will give prompt written notice to Engineer whenever the City observes or
otherwise becomes aware of a hazardous environmental condition or of any other
development that affects the scope or time of performance of Engineer's services, or
any defect or nonconformance in Engineer's services or in the work of any Contractor.
5. City will arrange for legal access and/or right-of-entry for Engineer and Subconsultants
to enter upon public and private property as required to perform services under the
Agreement. Engineer will not be responsible for acquiring Right-of-Entry permits.
6. City will engage the services of a right of way agent to perform any required easement
negotiations, title reports, appraisals, and any other services required to support right
of way/easement negotiations.
7. City will examine all alternate solutions, studies, reports, sketches, drawings,
specifications, proposals, and other documents presented by Engineer (including
obtaining advice of an attorney, insurance counselor, and other advisors or consultants
as City deems appropriate with respect to such examination) and render in writing
timely decisions pertaining thereto. Written review comments are to be delivered to the
Engineer within fourteen(14)calendar days after receipt of each submittal.
KFB Seg 5 24in WL Ext Design Exhibit A City Services 1/23/2025 1
. 13809 Research Blvd.,Suite 300
Austin,TX 78750
AN a512.349.0700 j f.512.349 0727
stvinc.com
8. City will prepare front end documents and provide to the Engineer for inclusion in the
Project Manual.
9. City will pay any permit application fees associated with the project, sign permits,and
all permits will be under the City's name.
10. Pay for costs associated with newspaper public notice for bid advertisement.
11. Provide construction inspection and construction testing services including
coordination and scope of services.
12. Review the Application for Payment and supporting documentation submitted by the
Contractor.
13. Manage construction documentation submitted by the Contractor.
KFB Seg 5 24in WL Ext Design Exhibit A City Services 1/23/2025 2
- 13809 Research Blvd.,Suite 300
Austin,TX 78750
AN 0.512.349.0700 1 f.512.349.0727
stvinc.com
EXHIBIT B
ENGINEERING SERVICES FOR
KENNEY FORT BLVD SEGMENT 5 24-INCH WATERLINE EXTENSION DESIGN
ROUND ROCK,TEXAS
JANUARY 23,2024
Background
CP&Y, Inc.,dba STV Infrastructure(Engineer) will provide engineering services for the City of
Round Rock's(City's) Kenney Fort Blvd Segment 5 24-inch Waterline Extension Design
project,hereinafter referred to as the"Project."Engineering services will include design,bid,
and construction phase services for a proposed 24-inch waterline totaling approximately 3,253
LF. In addition to the 24-inch waterline, the project includes approximately 29 LF of 12-inch
waterline and 127 LF of 8-inch waterline for connections to certain nearby waterlines along the
project length, and also includes the demolition or abandonment of approximately 827 LF of
existing 8-inch waterline running parallel to the proposed waterline.
While the assumptions are more completely stated toward the end of this Exhibit B, it assumed
existing Survey, SUE, Geotechnical, Environmental performed for the roadway project are
sufficient for use on this waterline project aside from the SUE Level A work noted in Task III
Special Services.
The proposed waterline will connect at the south end of the Project to an existing 24-inch
waterline near the existing blowoff valve located along the east side of the planned segment 5 of
Kenney Fort Blvd and the north side of existing Old Settlers Blvd.
The proposed waterline will connect at the north end of the Project to an existing 24-inch
waterline along the west side of segment 5 of Kenney Fort Blvd and the south side of existing
Wallin Bradley Dr.
Additional connections include two (2)connections to existing waterlines. The first connection
will be to the existing 8-inch waterline near the existing stormwater pond behind Deerfern Ln.
The second connection will be to an existing 12-inch waterline located near the intersection with
Haselwood Lane.
Within the project area to the south near E Old Settlers Blvd, existing wastewater will be
avoided. One(1)reuse service crossing is also anticipated.
Through the project area, the following proposed roadway improvements are planned to be
designed concurrently by STV,which at this time plans to include: roadway design for Kenney
Fort Blvd segment 5, additional right of way acquisition, associated shared use path along east
side, sidewalk on the west side,retaining walls,proposed grading,buried storm sewer systems
and one culvert, street lighting, signage, signals, any associated dry utilities relocations to
accommodate roadway design and associated ROW improvements.
KFB Seg 5 24in WL Ext Design Exhibit B Engineering Services 1/23/2025 1
- 13809 Research Blvd.,Suite 300
AN Austin,TX 78750
o 512.349.0700 1 f.512.349.0727
stvinc.com
Although the Project will not include relocation of the existing wastewater lines located in the
south of the waterline project area near Old Settlers Blvd, it is recognized that the Project design
will include appropriate plan callouts identifying locations requiring major or minor manhole
adjustments to be performed according to either a City of Round Rock standard detail if
available,or if not available another appropriate standard detail. The vertical adjustments to the
manhole tops are intended to adjust the top elevations to elevations which appropriately conform
to the roadway grading design to be proposed by others during roadway design,while following
the requirements of the standard detail.
The alignment evaluation includes preliminary development of the alignment,design concepts,
and identification of potentially necessary coordination with utility owners.
The work will be done in accordance with the City's Engineering Design Manual,Construction
Standards, Standard Specifications and, and Texas Commission on Environmental Quality
(TCEQ)Rules.
The Project will be bid and constructed as part of the Kenney Fort Blvd Segment 5 roadway
project. The anticipated schedule for the design phase is nine (9)months, and the water line
construction phase is anticipated to be approximately eighteen(18)months, depending on
roadway construction phasing.
The tasks and deliverables are more fully described in the following TASK OUTLINE.
TASK OUTLINE
I. Basic Services
A. PROJECT MANAGEMENT
1. Manage professional services to complete the Project. Provide professional services in
this task as follows:
a. Project Startup / Initiation Meeting: Review scope of services and available data,
clarify and define the City's requirements for the Project, specifically, alignment
offsets, cover requirements, approach to conflicts with other utilities, material
preferences, etc.; Project organization, staffing and establish lines of
communication;present initial work plan Project schedule,and discuss any changes
in the scope of work after scope and fee submittal. Startup meeting will review
project solicitation components and identify any additional information needed.
Project Startup/Initiation Meeting will be conducted at a City facility.
b. Quality Control Team: Assemble a QC Review Team comprised of Engineer's
Senior Technical Management Team. Schedule and direct two (2) internal QC
Workshops during the Design phases. QC Review Team will review project
progress, exchange ideas and information on technical elements of the Project.
c. Client Progress / Coordination Medtings: Conduct two (2)progress meetings with
the City to provide an update on the Project status, collect and disseminate Project
information, document and discuss Project action items and decisions during the
Design Phase. The Engineer will be responsible for developing the agenda and
KFB Seg 5 24in WL Ext Design Exhibit B Engineering Services 1/23/2025 2
- 13809 Research Blvd.,Suite 300
StN Austin,TX 78750
0 512349.0700 I f.512.349.0727
stvinc.com
preparing draft meeting minutes or appropriate documentation for each of the
meetings.Engineer will maintain an Action Item Log and Decision Log to maintain
project activity issue closure. Engineer will submit the documentation to the City
for review and approval. All above identified meetings will be conducted in person
at the City's Facility.
d. Design Team Coordination Meetings: Engineer will schedule and direct biweekly
coordination meetings with the engineering design team and other associated staff
to coordinate Project task assignments, action items and to maintain progress
schedule for deliverables. Engineer will maintain an internal Action Item and
Decision Log to maintain project activity issue closure.
e. Project Controls and Reporting: Prepare monthly Project Summary Reports and
submit with monthly invoice. The reporting will include the following elements
unless noted otherwise:
i. Project Budget Summary
ii. Project Schedule(monthly email update)
iii. Summary of Work Completed to Date
iv. Upcoming Project Activities (monthly email update)
B. DESIGN PHASE SERVICES
1. 60%Design
a. Site Visit:Conduct up to one(1)additional site visit with City staff and design team
members to confirm assumptions and approaches to Project elements.
b. Prepare 60%plans to include a cover sheet,project layout sheet,construction notes,
plan and profile drawings of proposed waterline, existing wastewater/reuse lines,
erosion/sedimentation control plan and details, and City standard details. Plan and
profile sheets will feature right-of-way, easements, existing utilities, and
topographic features and will be prepared at a scale of 1"=40' horizontal and 1"_
4' vertical.
c. Obtain document titles of City-prepared front end documents. Sequence these front
end documents into the Table of Contents (TOC).
d. Prepare a list of City standard specifications and special specifications anticipated
for the project and incorporate into the TOC.
e. Prepare 60%Opinion of Probable Construction Cost(OPCC).
f. Perform combined Inter-Disciplinary Review(IDR)and QC of project documents.
g. Incorporate combined IDR/QC review comments into project documents.
h. Perform QA review of project documents.
i. Incorporate QA review comments into project documents for City submittal.
j. Submit 60%plans, project manual TOC, and OPCC to City.
k. Facilitate a meeting with the City project team to point out key elements of the 60%
submittal for review and solicit initial City feedback. Meeting will be held via
Teams.
2. 90%Design
a. Site Visit:Conduct up to one(1)additional site visit with City staff and design team
members to confirm assumptions and approaches to Project elements.
KFB Seg 5 24in WL Ext Design Exhibit B Engineering Services 1/23/2025 3
. 13809 Research Blvd.,Suite 300
Austin,TX 78750
AN o.512,349.0700 1 f.512.349.0727
sr✓inc.conn
b. Respond in narrative format to City's 60%review comments.
c. Prepare 90%plans to include a cover sheet,project layout sheet,construction notes,
plan and profile drawings of proposed waterline, existing wastewater/reuse lines,
erosion/sedimentation control plan and details,and City standard details.
d. Develop special details as necessary and incorporate into the plans.
e. Prepare construction sequencing/phasing plan for project.
f. Prepare the 90% Project Manual. Front-end documents will be prepared and
provided by the City. Assemble technical specifications from City standard
specifications and,if necessary,also prepare and include any Special Specifications
and/or Special Provisions.
g. Prepare 90%OPCC.
h. Perform IDR/QC combined review of project documents.
1. Incorporate IDR/QC combined review comments into project documents.
j. Perform QA review of project documents.
k. Incorporate QA review comments into project documents for City submittal.
1. Submit 90%plans, project manual, and OPCC to City.
in. Facilitate a meeting with the City project team to point out key elements of the 90%
submittal for review and solicit initial City feedback. Meeting will be held via
Teams.
3. Issued for Bid Plans and Construction Documents
a. Respond in narrative format to City's 90%review comments.
b. Prepare final Construction Plans and Contract Documents for Bid Phase.
c. Perform combined IDR/QC review of project documents.
d. Incorporate combined IDR/QC review comments into project documents for QA
review.
e. Perform QA review of project documents.
f. Incorporate QA review comments into project documents for City submittal.
g. Submit Issued for Bid Plans and Construction Documents.
C. COORDINATION AND PERMITTING
1. Utility Owner Coordination:
a. Request existing record drawing information of potentially impacted utilities from
SUE investigation and, if received, perform review for potential conflicts. If
available, include timeline estimate for relocation of utilities identified as potential
conflicts.
2. Texas Commission on Environmental Quality(TCEQ)Permitting:
a. Prepare and submit Summary Transmittal Letter and accompanying documentation
to the TCEQ in accordance with state requirements, beginning after 90% design
submittal.
b. Prepare and submit Engineer's Notification of Completion and accompanying
documentation to the TCEQ in accordance with state requirements, following
completion of construction.
D. BID PHASE SERVICES
KFB Seg 5 24in WL Ext Design Exhibit B Engineering Services 1/23/2025 4
- 13809 Research Blvd.,Suite 300
AN Austin,TX 78750
0.512.349.0700 1 f.512.349.0727
stvinc.com
1. Attend pre-bid meeting with City for interested Contractors.
2. Address and respond to Contractor's questions and interpretation of bid documents,
and issue addenda as required.Develop up to one(1)Addenda to clarify bid documents;
fee is based on this number of addenda.
3. Attend the virtually hosted bid opening.
4. Prepare conformed contract documents and construction plans.
5. Perform combined IDR/QC review of conformed project documents.
6. Incorporate combined IDR/QC review comments into conformed project documents
for QA review.
7. Perform QA review of conformed project documents.
8. Incorporate QA review comments into conformed project documents for City
submittal.
9. Submit conformed project documents to City.
E. CONSTRUCTION PHASE SERVICES
1. Attend and assist the City in a Pre-Construction Conference.
2. Construction Progress Meetings: Attend up to six (6) monthly progress meetings with
the City and the Contractor during the construction phase to review progress,
outstanding action items and issues, and schedule. Meetings will be held via Teams
3. The Engineer will make periodic visits to the Project site and prepare site visit reports
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 up to six(6)times.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 line and grade shown in the Construction
Contract Documents. 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:
a. the means, methods,techniques, sequences, and procedures of construction,
b. safety precautions and programs incident to the construction,and
c. 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.
4. Coordinate and maintain a log of water-related Contractor construction submittals,
reviews and approvals for shop drawings, product data, samples, and other submittals
KFB Seg 5 24in WL Ext Design Exhibit B Engineering Services 1/23/2025 5
- 13809 Research Blvd.,Suite 300
Austin,TX 78750
AN o.512.349.0700 I f.512349.0727
stvinc.com
from the Contractor for contract compliance. Status of submittals and shop drawings
will be communicated to the Contractor and the City. 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.
Engineer will review up to fifteen (15) submittals; fee is based on this number of
submittals.
5. Coordinate and maintain a log of Contractor construction resubmittals, reviews and
approvals for shop drawings, product data, samples, and other resubmittals from the
Contractor for contract compliance. Status of resubmittals and shop drawings will be
communicated to the Contractor and the City. Review up to five (5) resubmittals; fee
is based on this number of resubmittals.
6. Review,coordinate and maintain a log of Contractor's Requests for Information(RFIs)
and respond accordingly. Such clarifications and interpretations will be consistent with
the intent and reasonably inferable from the Construction Contract Documents.
Engineer will review up to five(5)RFIs; fee is based on this number of RFIs.
7. Coordinate and review proposed field changes with City's inspector.Review and make
recommendations to the City for acceptability of the field changes for incorporation
into the redlines.
8. Coordinate, manage, and review"Change Orders" (COs)submitted by the Contractor.
Review and make recommendations to the City for acceptability of the Change Order
for Owner's execution. If required, Engineer will provide "corrections" to the plans.
Review and make recommendations of up to two(2)COs; fee is based on this number
of COs.
9. 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, a site
visit to determine if the work is substantially complete. If the City and the Engineer
r consider the work substantially complete, issue a certificate of substantial completion
containing a list of required tasks "punch list" for the Contractor to complete prior to
issuance of certificate of final completion.
10. Conduct a final walk through together with the City 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 City for final
payment to the Contractor.
11. Receive, review and transmit to the Owner Close-Out Documents, including
maintenance and operating instructions,warranties and guarantees,close-out checklist
items, marked up record documents received from the Contractor, which reflect field
changes to the conformed 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.
12. Prepare Project record drawings incorporating compiled change orders and field
changes that are received from the City and the Contractor. One (1) full size sets of
KFB Seg 5 24in WL Ext Design Exhibit B Engineering Services 1/23/2025 6
. 13809 Research Blvd.,Suite 300
5�h Austin,TX 78750
0 512.349.0700 1 f.512.349.0727
stvinc.conn
prints, one (1) PDF of"Record Drawings," and MicroStation/OpenRoads alignment
files will be submitted by the Engineer to the Owner.
13. Perform combined IDR/QC review of project record drawings.
14. Incorporate necessary revisions to record drawings from IDR/QC review.
15. Perform QA review of project record documents.
16. Incorporate QA review comments into project record documents for City submittal.
17. Submit project record documents to City.
II. Deliverables
A. Submit 60%design documents for City's review and comment.
1. Three (3) sets each of(11"x 17") plans, specifications, and OPCC, and one (1) PDF
each of the plans, specifications, and OPCC will be submitted to the City for review
and comment.
B. Submit 90%design documents for City's review and comment.
1. Three (3) sets each of(11"x l 7") plans, contract documents, and OPCC, and one (1)
PDF each of the plans, specifications, and OPCC will be submitted to the City for
review and comment. Submittal will also include response to City's 60%comrtlents.
2. Required submittals will be made electronically to permitting entities. Any required
permit review fees will be paid for by the City.
C. Submit Issued for Bid documents.
1. One(1)PDF each of the plans,contract documents,and OPCC will be submitted to the
City. Submittal will also include response to City's 90%comments.
D. Submit conformed documents for City's review.
1. One(1)PDF each of the plans,specifications,and OPCC will be submitted to the City.
E. Submit record documents for City's review.
1. One(1)PDF each of the plans,specifications,and OPCC will be submitted to the City.
III. Special Services
A. SUBSURFACE UTILITY ENGINEERING(STV)
1. Summary of SUE services is SUE-B locates up to 3,000 LF,and SUE-A locates for up
to three(3) locations to include one(1)water, and two (2)gas.
2. Designating& Locating Effort(QL-B)
a. For up to 3,000 LF, perform Quality Level `B' (QL-B) SUE in the project location
to assist with designation effort.
i. Select and employ the appropriate suite of industry standard geophysical
equipment to search for existing utilities within the limits specified on the
project. For metallic/conductive utilities (e.g. steel pipe, electrical cable,
telephone cable) electromagnetic induction, and magnetic equipment will be
employed. Engineer will attempt to designate non-metallic/non-conductive
utilities using other proven methods, such as rodding and/or probing. As
agreed to with the Client, this scope of work includes mapping of all utilities
within the work limits. Utility service lines and irrigation lines are not
included in this scope.
KFB Seg 5 24in WL Ext Design Exhibit B Engineering Services 1/23/2025 7
- 13809 Research Blvd.,Suite 300
Austin,TX 78750
o.512.349.0700 1 f.512.349 0727
stvinc.conn
ii. Interpret the surface geophysics and mark the indications of utilities with paint
on the ground surface for subsequent depiction on deliverable utility maps.
iii. Record all marks on electronic field sketches and correlate such data with
utility records and above ground appurtenances obtained from visual
inspection to resolve differences and discrepancies. Denote any utilities found
where ownership/utility type is not available from records as "unknown"
facilities.
iv. Survey the existing utility designating marks and above ground utility
appurtenances according to the project control and record the data for
subsequent depiction on the plan deliverables.
V. Maintenance of traffic control for temporary lane closures is not included in
the scope of work.
vi. Field crews and equipment are not equipped or prepared to work in any area
that possibly are or may have been contaminated with hazardous materials at
any time.
3. Employ vacuum excavation to verify the horizontal and vertical location of the existing
utilities at three (3)test holes(Quality Level `A'/QL-A).
a. Once each utility is located, Engineer will record the utility type, size, material,
depth to top and general direction.
b. Each test hole will be assigned a unique ID number and will be marked with
rebar/cap. A survey lath labeled with the test hole ID number and other pertinent
utility information will be placed at each test hole location.
c. If rock or concrete is encountered during the excavation and Engineer is not able to
excavate through our normal test hole procedures, the Client will be immediately
notified of the field condition. Excavation in rock or to a depth greater than 13 feet
may require additional measures, include a backhoe, shoring, etc. Engineer will
contact the client to discuss other options and approaches if excavation encounters
issues such as cave-ins or ground water.
d. Engineer will vacuum down to obtain the required information, and then replace
material removed, mechanically-tamped in 6-inch lifts. Asphalt surfaces will be
repaired with asphalt cold patch and concrete cores will be epoxied back in place,
flush with surrounding surface. If restoration efforts are needed beyond what is
described above Engineer shall be notified in writing prior to mobilizing to the
field.
e. Survey the final utility test hole locations according to the project control once all
vacuum excavation field work has been completed.
IV. Additional Services
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.
KFB Seg 5 24in WL Ext Design Exhibit B Engineering Services 1/23/2025 8
- 13809 Research Blvd.,Suite 300
Austin,TX 78750
AN 0.512.349.0700 1 f.512.349.0727
stvinc.com
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.
The following list includes assumptions and items that are not included in the current scope of
work for the Project.
A. Assume existing wastewater relocation, or replacement are not required. However,
proposed major manhole adjustments of existing manholes located in the south of the
waterline project area will be included in the waterline plan and profile sheets, and
appropriate standard details will be included on the details sheets.
B. Assume existing reuse water line relocation or extension is not required. Any remove and
replace or adjustment for the reuse service (and potential reuse valves in conflict) shown
on City GIS can be handled without specific design drawings.
C. Assume crossing at existing Bluffstone Dr is to be open cut with steel encasement.
D. Assume steel casing to be installed by open cut for crossing of future Haselwood Ln
intersection with Kenney Fort Blvd.
E. Assume no modifications or removal of existing waterlines are required other than the
single 8-inch waterline to the south which will be abandoned.
F. Assumed existing Survey, SUE,Geotechnical,Environmental are sufficient for use on this
waterline project aside from the SUE Level A work noted above.
G. Exclude ROW or easement acquisition.
H. Assume right of entries not required,and if necessary, will be obtained by others.
I. Assume no easements or ROW is required for proposed waterline. The waterline will be
placed within existing ROW or within ROW the City is confident will be acquired for the
roadway project.
J. Assume management of all construction correspondence and project documentation on a
third-party file management system will be handled by the City.
K. Assume no review of Contractor's monthly pay request as needed after review and
acceptance by the City's field representative.
L. During construction phase, additional occurrences of submittals, resubmittals, RFIs,
change orders that bring the total of such items above the quantity identified in scope
section for construction phase services.
KFB Seg 5 24in WL Ext Design Exhibit B Engineering Services 1/23/2025 9
. 13809 Research Blvd.,Suite 300
StN Austin,TX 78750
0.512.349.0700 1 f.512349.0727
stvinc.com
EXHIBIT C
WORK SCHEDULE FOR
KENNEY FORT BLVD SEGMENT 5 24-INCH WATERLINE EXTENSION DESIGN
ROUND ROCK,TEXAS
JANUARY 23,2025
I. Schedule
NTP Wed 2/19/25
Kickoff Meeting Tue 2/25/25
Submit 60%Design Thu 4/24/25
Design Workshop No. 2 -60% Mon 5/5/25
Submit 90%Design Fri 7/11/2025
Design Workshop No. 3 -90% Tue 7/29/2025
Submit Issued for Bid Plans and Construction Documents Fri 8/22/25
Begin Construction Tue 7/15/2025
End Construction Tue 1/26/27
Note: The roadway and waterline schedules will need to be synced up prior to bidding.
KFB Seg 5 24in WL Ext Design Exhibit C Work Schedule 1/23/2025 1
City of ROWcl Roek
K-y FM Bkrd 5
Pra).cL K.nrwy Fort Blvd S.gm.nt S 241.11,Wa 11 E.Hnuon DESIGN Englnwrin F.E.k W
CIHnICnvof Round Rock STAFF LATEGORYIHOURS LABOR SubZ....I.- _ TOTALS
0
r..k o..lrtpbtln ; g �' § i
R o a a
1_O
d
xu c A6 F W
Cnmract Bllln Ruin $]]4 $]12
$299 $234 3176 12 1. 3180 f1]] $124 $98
ECT tMNAMBIENT
1.a Pro1 Istarrupllnl non Mooting 1 4 4 S N,860 f0 $1,980 $62 $1,99
1A DuaMiy Conlr.l Taam IOL M.eliny and Coortlrna[bn) 2 1 ] ] ] 3 17 $3.D05 $0 $7,006 SO t 73.00
1.c CM.m P.......I Coord nal o r Meel nys IDesignl 2 8 10 1t 54.251 30 $4,261 784 f $4,33
t.d D..Ign 1.em Coordrnalm,r Maennys lBiweeklyl 18 18 4 IS 8 t N $10 816 N $10,81 f0 310.91
1.4 Prost Controls antl H.pmn.0 I7 11 1/ 01 N $22022 $0 {22,072 N $22,02
TOTAL' N!1 N N {o N W $42,015 3127 y__ $o _ H2,1)2
PHASE tlRWttB ___.
1.. Si.Visits _ 1 7 S B $7,18 N 31,40] N 31,N
1.b Prepar.60.1.Drawings SO N t0 t0 6 200 7N S0.7 N 16t,7Y f0 f $59,7
1.c X0-11 List o1 From End D.cum.ms 7 1 2 N N]e $0 3 fu
t.d TOC for Standard Spat:and Sp-1 Sp 1 2 2 / _ _ 9 $1,62 N tt.e2 $0 $1,82
t.. 60%OPCc 2 2 4 12 4 24 $3.822 $0 $3,922 So $ $3,92
1./ Pont-Combin.d IDWOC It- 2 t is 4 2 2 32 $8.552 fo te,es2 so N.
1.p Ylcorpor.t.ComkYMd DR/OC R.vww Comm.nH 1 4 • 7 8 18 $2.750 f0 fI,750 SO 32,7
1.0 PMorm OA _ _ -._. __.- 7 - 2 $488 f0 3198 110 __. _-_ ...-.
_
1.1 klcorpo u,QAComm.nt. 1 2 2 2 1 51,183 f0 $1,183 _ $o
1.l Submit 60%0-(60%Drowk4m Spin-OPCC) 1 2 2 8 $910 31 30 3910 __$145 $1.06
1.k L9 60Y.Revww Meotlny 2 2 5 51.3/8 $0 51,149 fD 31,
k: 3 h 11 It 103 107 1 214 0 0 NS U 5121 N N N N N N {0 $82,423 3145 N Nt,Stt
NPHASE SERVICES
2.4 gIH-'t 3 l 0 $1,483 SO f1,d83 N ft,
t
2 R..pond to 60%Clty Comments r 2 2 4 /_ 13 $2.662 f0 22.882 -..-SO f $2,88
2. 90%.D-1.9. 12 6 22 44 M 11 110 232 $38PS8 $0 538,088 N $ 338,09
2 D.v.lop SiD.HIN 4 4 4 7 tl 22 $383b _ N 3J,8]5 110 $ 33,83
2. ProP.r.Con.trucnon S.qu.ncinglPM44np PMn / 7 / 2 4 10 $3.111 N fJ.211 �_ f0 f 13,211
2.1 Prol.cl M4nual / / 17 18 38 N.288 N fb,266 N 3 38,26
2.9 90%OPLL 1 2 4 16 / 27 N.W/ M 34,001 $0 SO 34,00
t.b PMorm 90%IDWOC LombYMd R.vHw 2 • NN 8]2
t2 • 2 2 Ze ,831 56, f0 i 36,93
2.1 lncorp 90%011110Cm.nH IOC Ccvn -- 1 4 4 1 4 14 $2.204 - 60 32204 -_.60 --_ $0 __$2.-.
2.1 PMorm 90%OA 2 -_ 2 NBB N 5468 N so
2.1, klcorp 905OAComm.nH 1 2 2 2 7 $1,183 $0 _$1.193 so N,t
2.1 811bm1190%D.Mwrab-(90%Orawln9.,W%S". 90%OPCC) 1 2 3 5 5910 N N 3910 _ _S1 31
24K L 90%R.-M..1,. _ _ - 1 2 2 6 $1,349 N ft,N9 N 51
411 1$1111,473 $140 $0 W $0 $0 N $0 W $70.473 NSB N $70
_SDDBIM PMAM SERVICES _
r
s/ R..pontl H90°i.City Commenu 1 ! 2 1 1 13 $2861 N $2,882 N 117.
3A Pr.p.I.FI-1 C-1,Plans ane Prol.et Wnr141for&d Ph.. 22 t 22 37 33 t N _ 1N $28.793 so {28,7% N W,
3.e PMorm Combin.d IDWDC Revww 2 1 t 11 SI.3B8 N $4.388 $0 114,
mems 1 2 2 1 4 10 $1.606 _ N__ $1, f0 $1,
3.d Ncorporat.Lombm.tl IDRIOC R.vHw Com _ _ __
3.1 P.rform OA 2 2 5488 $0 3488 110
3.1 In corporate DA Comments 1 2 2 2 7 $1,183 - .so __$1,183 _ 110 11111_
3. 8ubm1 IF8 Di,1- bl.s(IFS Drawlnyz,IIB Pr.I M-1 1 2 3 $663 $0 $663 $0 $
mm !111 7tl N N $0 $0 N N N Sr $37,792 f0 so $77,762
Exhibit D-Fee-KFB 5 241n WL Ext DESIGN.xlu 1 Of 2 .
City of Round Rock
R.nr1.y Fort Bhd 5
Cit.-Cr.of Routs R- STAFF CATEGORYMOURS
S Ma
euB
E Taih D.icrlptlon iF rn v, rn M S1 7.6i
<
o
t M z
Contract Bil.n Rete - 371 311 5299 S2]d 5116 1134 8150 fti] $124 $98 _
•DDONDN11t10N AND PlRHTTMD _
1 Unhty Owner c-du-.-nauon ] 3 '. B $1,638 N $1,N• N $1,83
2 TCEO Permiln,, 2 2 2 I 12 18 $2,925 _ _ N $2 N 02
/ / 6 5 2 12 0 0 0 0 24 64,N3 N N N W s0 f0 N N PAS N N N,9.3
/No.
1 An.ntl NonMandatory Pr.-0Itl M..nnq 1 2 2 5624 _N $21 f SBd
2 Contractor Clardk.tluni antl Addenda ltl 3 1 1 4 4 1 4 18 $3,361 so $7,7N N f0 S'1,361
3 Attend Bid Oy.nlnp lvktual) 1 1 1 $]12 so N1 N7 fo fJl'
4 Pnpar.Gonlorm.d Contract Docuinems aha Cunsuucuon Pians 2 4 12 2 12 J2 H145 N {4,7 !0 fd.74.
5 P.Korm CCO Camblri.d IDfOOC Review 1 2 2 2 7 82.136/ N f f2.UB
/ YKr.PGab CCD Comnln.d IDRIOC Revl.w Commanb 1 1 3 1 2 8 $1,281 N N,A+ $ 51.281
7 P.Aorm CCD OA 2 2 $468 N _ _ $40
/ b[orporate c OA Comments 1 1 1 2 5 $881 N N iBB
/ Summ�Conformal Pro ect Documents[o Cit 1 2 3 $863 _ N {N$
79 $i {40 so N N $9 59 $0 $6 {14,401 $42 $8 MAO
PI+ASM MtYl=
1 A.Wt City ane Mune Pra C...tructmn Conference 1 2 _ 2 4 $975 _ $6 N75_ $42 $1,01
2 YonMly
'Co Progress kwahngs • • 6 $1.672 $121 so $1,/72 $127
3 P.1- Conatrucnon Ste Nsu. • 18 _ u JB $8.775 82_41 M N.T7 _ __$_2.5_$ $0 s9,a2
/ Subm I Review.Log.Status Commumcauon(5 nrs aacnl 15 15 N N 75 $13,850 N $/8.80 N f 813.65
5 R.submrttal R.I-Log,Status Communlcatlon(4 ori sato) 5 3 / 10 21 $3,467 N $3,M7 N $ f3,46J
6 RFI R.vww,Log,Respond(5 nrs ea[hl 5 8 3 3 5 8 25 $5,476 N $5,47 _ $0 55,47
7 Fl.b Cg 1,11h.bn 20 N 60 $16.770 N (15,770 N f _ $16,77
e Ch,rip Oren 2 • 3 12 12 35 $5,981 N N.•81 N N,••1
9 P...hIbt Walk Through 1 4 4 8 $1 960 so _81,0!10 - 842 $ 51,99
10 Final CompMtton Walk Through / 4 4 8 s1960 __N _ $1.950 $42 $ 11.99
11 Revl.w Contractor M.rkups for RDiICbwout Docum.nts - 2 4 4 10 81820 N 81,620 $0 $ $1,81
12- �Pr._Par.Pro(ect Recortl Dr-iriga I Clot Docum.n. 2 4 4 1 8 19 $3.062 ---- N 6 ADDIS -- 110-
$3,06
1] P.Aorm RD Comb-d IDRIOC R.vbw 1 2 2 5 51.378__ N {1,77/ N St,37
14 I.-porat.RD Combnb IORIOC Ravl.w C--. 1 1 7 1 2 8 $1 281 N {1,A1 so f $1,281
1511 do,,RD OA 2 2 $468 N sm $1 $46
16Incorparab RD OAComm.nts + 1 1 2 _ 5 $am_ N sw to $0 SBB
17 'Submit Pro(act Racortl Drawing.and Cbse-out Document.to City 1 + 2 4 $1037, N SIA27. so V $1,037
MD TOTAL' 2 6 N1 $71,815 8482 N $@ $* _ soN N N $71.1115 $W7 N $72,322
•OPN2AL Nayw=
YI.A ,SUE A III cabs for up to dtr..131:SUEb up to 3.0°0-L F 2 2 d 8 $1,489 f 11.594 $11,SM 71 jSN2"j'5-.3
$148
_.- 0 $0 30
i 1 - D N W _. soso
o N _W 80- N
-' SUBTOTAL: 0 2 0 - 2 4 0 • / 1 N N+MS N N N N N N1 614• so Tobi R.cov.rabb Houn,rano,and Ex11.nr. 3/ 204
N 107 4N 3/0 A .,,�- 0 N 1771 N1 $/20 $110M N N N N N N1 1 $977 •$1
Exhibit O-Fee-KFB 5 24In WL Eat DESIGN.xisix 2 0f 2 .