Loading...
R-2026-008 - 1/8/2026 RESOLUTION NO. R-2026-008 WHEREAS, the City of Round Rock has previously entered into a Contract for Engineering Services ("Contract") with Kimley-Horn and Associates, Inc. for the Chandler Creek 4 — 15" Wastewater Upsizing Project, and WHEREAS Kimley-Horn and Associates, Inc. has submitted Supplemental Contract No. 2 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. 2 with Kimley-Horn and Associates, 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. 2 to the Contract with Kimley-Horn and Associates, 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 8th day of January, 2026. CRAIGtRG , Mayor City ofund ock,Texas ATTEST: - 6),�"Ap ANN FRANKLIN, City Clerk 0112.20252;4914-7139-7763 EXHIBIT A STATE OF TEXAS § COUNTY OF WILLIAMSON § SUPPLEMENTAL CONTRACT NO. 2 TO CONTRACT FOR ENGINEERING SERVICES FIRM: KIMLEY-HORN AND ASSOCIATES, INC. ("Engineer") ADDRESS: 10814 Jollyville Road Campus IV, Suite 200,Austin,TX 78759 PROJECT: Chandler Creek 4 - 15" Wastewater Upsizing This Supplemental Contract No. 2 to Contract for Engineering Services is made by and between the City of Round Rock, Texas, hereinafter called the "City" and Kimley-Horn and Associates, Inc., hereinafter called the "Engineer." WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the "Contract," on the 17th day of May, 2024 for the Chandler Creek 4 - 15" Wastewater Upsizing Project in the amount of$44,690.00; and WHEREAS,the City and Engineer executed Supplemental Contract No. 1 on December 19,2024 to amend the scope of services and to increase the compensation by $266,00.00 to a total of $310,690.00; 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 $243,540.00 to a total of$554,230.00; NOW THEREFORE,premises considered, the City and the Engineer agree that said Contract is amended as follows: 1. 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 0199.202423;4927-3250-9052 84275 1 II. Article 4, Compensation and Exhibit D, Fee Schedule shall be amended by increasing by $243,540.00 the maximum amount payable under the Contract for a total of$554,230.00,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 0199.202423;4927-3250-9052 84275 2 KIMLEY-HORN AND ASSOCIATES,INC. By: Date Supplcmental Contract Rcv.06/I6 0199.202423;4927-3250-9052 84275 3 CITY OF ROUND ROCK APPROVED AS TO FORM: By: Craig Morgan, Mayor Stephanie L. Sandre, City Attorney Date Supplemental Contract Rev.06/16 0199.202423;4927-3250-9052 84275 4 Kimley >>Horn ADDENDUM TO EXHIBIT A CITY SERVICES The City of Round Rock (City) will provide the following information and other assistance to the Engineer that the City deems appropriate and necessary: • Any readily available pertinent existing information relating to the services to be performed by the Engineer; the City will provide one copy of such information in a format chosen by the City. • Any available CCTV for the existing wastewater line. • Clear direction and/or response to questions or requests made by the Engineer during the Engineer's performance of services. • Timely review of deliverables that have been properly completed and submitted by the Engineer, and timely provisions of comments, if any, to the Engineer resulting from said reviews. • Meet with the Engineer on an as-needed basis to facilitate performance of the Work. • Arrange for the Engineer and their Sub-Consultants to access public and private property as required to perform services under this contract, if necessary. 10814Road,Avallon IV, Suite 200, Kimley>>)Horn 1 of8Pages ADDENDUM TO EXHIBIT B ENGINEERING SERVICES The Engineer understands that the City is in need of professional engineering design, bidding, and construction phase services for the Chandler Creek Wastewater Upsizing project Phase II. This is a supplemental scope of service to the original contract executed between the City and Kimley-Horn, "Consultant" (executed on May 17th, 2024) and Contract Number 1 dated 12/19/2024 for Phase I design, bid, and construction. The following assumptions are made regarding the project: • This supplement outlines the necessary efforts for professional engineering design, bid, and construction phase services required for Phase II of the project. This phase involves the rehabilitation of approximately 930 linear feet (LF) of existing 12-inch wastewater line using pipe bursting techniques, as well as the upsizing and relocating of 1,525 LF of existing 12-inch wastewater line to a 15-inch wastewater line along Rod Carew Drive. • It is assumed that the existing 12-inch ductile iron pipe within the 36-inch steel encasement (UID: 1466854)will remain as is to avoid construction activities underneath the UBCWCID Dam 17 embankment. • It is assumed that the preliminary engineering tasks already completed will serve as the basis for the scope and fee of Phase ll. (this space is intentionally blank) 10814Road,Avallon IV, Suite 200, Kim ey>>)Horn 2of8Pages Scope of Services Kimley-Horn will provide the services specifically set forth below. Task 1 —Design Management&Data a) Project Schedule and Work Plan—Consultant will develop the project schedule and work plan for executing the project scope of services. b) Invoicing and Progress Reports—Assume this project task will have a duration of eighteen (18)Months and includes monthly invoicing and progress reports.This task overlaps with Phase I and the total duration for design, bid, and construction is expected to be two years. c) Progress Meetings with Client—Consultant will meet with Client to provide project updates. Assume up to;two(2)in person meetings and (4)virtual meetings. d) Design Team Coordination—Consultant will conduct biweekly internal meetings during the design phase of the project.Assume up to twelve(12) meetings. e) Site Visit—Assume up to two (2)site visits. 1) Data Collection—This task includes compiling all available information regarding the project including record drawings and setting up the project utilizing the information provided by Client and others. g) Subconsultant Coordination—This task includes meetings and communication with subconsultants during the design phase of the project. Deliverables from Subs were received in Phase I of this project. SUE still has tasks left to complete in Phase II. Task 2—Phase II-60%Design Phase a) Alignment Verification Meeting: based on the preliminary design provided as part of Task 2A, the Consultant will meet with the Client to finalize the alignment selection for Phase II and update the exhibit from the preliminary phase. b) Capacity Analysis: Consultant will perform capacity analysis of the upsized wastewater segments to confirm and document selected design capacity. Consultant will rely on owner supplied information for the capacity analysis and provide a summary of the findings as part of the updated preliminary phase exhibit. Consultant expects the Client to provide required flows from sanitary sewer models to adequately assess the capacity of the pipes, at minimum, average daily flow and peak wet weather flow. Consultant will provide a table of calculations. c) 60% Design Plans—prepared on 22"x34"sheets: i. Cover Sheet—up to 1 sheet ii. Project Notes and Sheet Index—up to 2 sheets iii. Project Layout—up to 1 sheet iv. Service Sheet—up to 1 sheet V. Plan and Profile—up to 8 sheets(assume 1:20 Scale) vi. Branch Connection Sheet—up to 1 sheet vii. Traffic Control Details—up to 4 sheets viii. Detail Sheets—up to 2 sheets 1081400 Kim ey>>)Horn 3of8Pages d) Subconsultants Coordination: Consultant will review and incorporate information received from subconsultants (outlined in Task 8)into the design files. e) Pipe Bursting Coordination: Consultant will coordinate with pipe bursting vendors, manufacturers,and contractors to ensure that pipe bursting in the proposed alignment is feasible and probable. f) Opinion of Probable Construction Cost(OPCC)—The Consultant will update conceptual opinions of probable construction cost to reflect changes from the Preliminary Engineering. The Consultant has no control over the cost of labor, materials, equipment, or over the Contractor's methods of determining prices or over competitive bidding or market conditions. Opinions of probable costs provided herein are based on the information known to Consultant at this time and represent only the Consultant's judgment as a design professional familiar with the construction industry.The Consultant cannot and does not guarantee that proposals, bids, or actual construction costs will not vary from its opinions of probable costs. g) Project Manual—Table of Contents only, including list of technical specifications, special provisions, and special specifications. Assumes up to four(4)special provisions and four(4) special specifications. h) QA/QC and Revisions—Internal quality control check of deliverable, revisions, and documentation. i) Task Deliverables: • Updated Preliminary Phase Exhibit • PDF 60% Plans(22"x34"sheets) • OPCC • Table of Contents for Project Manual • 60%Workshop Meeting. Task 3—Phase II -90%&Final Design Phase a) 90%Design Plans—prepared on 22"x34"sheets: i. Cover Sheet—up to 1 sheet ii. General Notes and Sheet Index—up to 2 sheets iii. Project Layout—up to 1 sheet iv. Service Sheet—up to 1 sheet V. Erosion and Sedimentation Plan—up to 4 sheets vi. Erosion and Sedimentation Details—up to 2 sheets vii. Bypass Plan—up to 1 sheet viii. Plan and Profile—up to 8 sheets(assume 1:20 scale) ix. Branch Connection Sheet—up to 1 sheet X. Traffic Control Details—up to 4 sheets A. Detail Sheets—up to 2 sheets b) Opinion of Probable Construction Cost(OPCC)—The Consultant will update conceptual opinions of probable construction cost to reflect changes from the Conceptual Design. The Consultant has no control over the cost of labor, materials, equipment, or over the Contractor's methods of determining prices or over competitive bidding or market conditions. 10814Road,Avallon IV, Suite 200, Kimley ))Horn 4of8Pages Opinions of probable costs provided herein are based on the information known to Consultant at this time and represent only the Consultant's judgment as a design professional familiar with the construction industry. The Consultant cannot and does not guarantee that proposals, bids, or actual construction costs will not vary from its opinions of probable costs. c) Project Manual—Kimley-Horn will provide a project manual with front end sections provided by City of Round Rock and technical specifications provided by Kimley-Horn. The technical specifications will include City of Round Rock standard specifications, special specifications for bypass pumping and special specifications for pipe bursting. d) QA/QC and Revisions—Provide quality assurance and quality control checks prior to each milestone submittal. This task also includes providing revisions based on the internal; QA/QC as well as revisions and comments response based on the Client's comments from the previous submittal. e) Final Plans: Consultant will provide one (1) round of revisions of the 90% plans and project manual to address 90% design comments. Upon the City approval, Consultant will provide the City one (1) PDF electronic copy of 22" x 34" plan set and the project manual. f) Task Deliverables: • PDF 90% Plans PDF Final Plans • OPCC Project Manual • 90%Workshop Meeting • Final Workshop Meeting. Task 4—Phase II— Permitting a) TCEQ Permitting—(if needed)The engineer will submit a summary transmittal letter to TCEQ in accordance with TCEQ 217. This assumes (1)submittal in addition to the submittals listed in the previous tasks. b) Round Rock Permitting—assumes two(2)submittals for Round Rock and two(2)meetings. a. Traffic group b. Landscape c. Watershed c) Task Deliverables: TCEQ submittal letter Kimley-Horn does not guarantee the issuance of permits or approvals. If permits are issued for this project, the conditions and expiration dates are the sole responsibility of the Client. Kimley-Horn is not responsible for extending time limited entitlements or permits. Kimley-Horn can provide services to file for extensions, if applicable, provided the Client issues a direct written request for each requested entitlement, prior to the dates of expiration. Task 5—Phase II—Bid Phase Services Consultant will perform the following professional services for the competitive sealed proposal bidding phase of the project: Kim ey>>)Horn 5of8Pages a) Pre-Bid Conference—The Consultant will attend a Pre-bid conference in-person. b) Respond to Contractor Questions — The Consultant will respond to contractor questions regarding clarifications to the plans. c) Addenda — The Consultant will answer contractor questions during the bid process. The Consultant will issue up to four(4)addenda as required. d) Bid Opening—The Consultant will attend the bid opening, review bids and prepare a tabulation of bids.The Consultant will attend the bid opening in-person. e) Bid Evaluation—The Consultant will conduct reference check for each offeror and provide the feedback to the selection committee. The Consultant anticipates one (1) review call with the selection committee. The consultant will also help to create the scoring sheet for the selection committee as needed. f) Recommendations for Award — The Consultant will review compile the scores from the selection committee and prepare a letter with a recommendation for award. g) Final Conformed Contract Documents—The Consultant will print and issue three (3)full size sets of plans and two(2)half size sets of plans and specifications for distribution to the Client. Task Deliverables: a) Bid Tabulation b) Reference check c) Recommendation for Award d) Conformed Documents(3 full size sets of plans and 2 half size sets of plans) Task 6—Phase II -Construction Phase Services Consultant will provide the limited construction phase services specifically stated below: a) Pre-Construction Conference: Consultant will conduct a Pre-Construction Conference prior to commencement of Work at the Site. b) Construction Site Visits: Consultant will make up to four(4)site visits in order to observe the progress of the Work. Such visits and observations by Consultant are not intended to be exhaustive or to extend to every aspect of Contractors work. Observations are to be limited to spot checking, selective measurement, and similar methods of general observation. Based on information obtained during such visits, Consultant will evaluate whether Contractor's work is generally proceeding in accordance with the Contract Documents, and Consultant will keep Client informed of the general progress of the Work. i. Consultant shall not, during such visits or as a result of such observations, supervise, direct, or have control over Contractor's work, nor shall Consultant have authority over or responsibility for the means, methods,techniques, equipment choice and usage, sequences, schedules, or procedures of construction selected by Contractor, for safety precautions and programs incident to Contractor's work, nor for any failure of Contractor to comply with applicable laws and regulations. Consultant neither guarantees the performance of any Contractor nor assumes responsibility for any Contractor's failure to furnish and perform its work in accordance with the Contract Documents. ii. Recommendations with Respect to Defective Work. Consultant will recommend to Client that Contractor's work be disapproved and rejected while it is in progress if, on 1081400 Ki m ey >>H o r n 6 of 8 Pages the basis of such observations, Consultant believes that such work will not produce a completed Project that conforms generally to Contract Documents. c) Monthly Project Meetings: This assumes up to twelve (12)virtual monthly project meetings. The construction meetings shall be with the consultant, selected contractor, owner's representative, and program manager. The consultant shall prepare an agenda and distribute meeting minutes to all attendees. d) Clarifications and Interpretations: Consultant will respond to reasonable and appropriate Contractor requests for information and issue necessary clarifications and interpretations of the Contract Documents to Client as appropriate to the orderly completion of Contractor's work. Any orders authorizing variations from the Contract Documents will be made by Client. This assumes up to ten (10) RFIs. e) Change Orders: Consultant may recommend Change Orders to Client and will review and make recommendations related to Change Orders submitted or proposed by the Contractor. This scope of services assumes up to three (3) change order evaluations. f) Submittals: Consultant will review and approve or take other appropriate action in respect to Shop Drawings and Samples and other data which Contractor is required to submit, but only for conformance with the information given in the Contract Documents. Such review and approvals or other action will not extend to means, methods, techniques, equipment choice and usage, sequences, schedules, or procedures of construction or to related safety precautions and programs. This scope of services assumes up to twenty (20)submittal reviews. g) Substitutes and "or-equal": Evaluate and determine the acceptability of substitute or"or-equal" materials and equipment proposed by Contractor in accordance with the Contract Documents, but subject to the provisions of applicable standards of state or local government entities. The Substitutes must be in compliance with the plans and specifications. If they are not within the current approved plan set,then additional services will be considered. This assumes up to two(2) substitutions for the project construction. h) Inspections and Tests. Consultant may require special inspections or tests of Contractor's work as Consultant deems appropriate and may receive and review certificates of inspections within Consultant's area of responsibility or of tests and approvals required by laws and regulations or the Contract Documents. Consultant's review of such certificates will be for the purpose of determining that the results certified indicate compliance with the Contract Documents and will not constitute an independent evaluation that the content or procedures of such inspections, tests, or approvals comply with the requirements of the Contract Documents. Consultant shall be entitled to rely on the results of such tests and the facts being certified. City of Round Rock shall provide full inspection services. The Consultant can request inspection at their discretion. i) Disagreements between Client and Contractor: Consultant will, if requested by Client, render written decision on all claims of Client and Contractor relating to the acceptability of Contractor's work or the interpretation of the requirements of the Contract Documents pertaining to the progress of Contractor's work. In rendering such decisions, Consultant shall be fair and not show partiality to Client or Contractor and shall not be liable in connection with any decision rendered in good faith in such capacity. j) Substantial Completion: Consultant will, promptly after notice from Contractor that it considers the entire Work ready for its intended use, in company with Client and Contractor, conduct a site Kimley Morn 7of8Pages visit to determine if the Work is substantially complete. Work will be considered substantially complete following satisfactory completion of all items with the exception of those identified on a final punch list. If after considering any objections of Client, Consultant considers the Work substantially complete, Consultant will notify Client and Contractor. k) Final Completion: Consultant will conduct a final site visit to determine if the completed Work of Contractor is generally in accordance with the Contract Documents and the final punch list so that Consultant may recommend, in writing, final payment to Contractor. Accompanying the recommendation for final payment, Consultant shall also provide a notice that the Work is generally in accordance with the Contract Documents to the best of Consultant's knowledge, information, and belief based on the extent of its services and based upon information provided to Consultant upon which it is entitled to rely. 1) Record Drawings: Consultant will prepare a set of record drawings based on the contractors redlines in the field. Record drawings will be delivered in PDF and AutoCAD format. Task Deliverables: - Review of up to ten (10)shop drawings and submittals up to two (2)times. - Prepare up to four(4)site visit/observations notes - Attend and distribute meeting minutes for up to twelve (12)virtual monthly meetings - Prepare responses for up to ten (10) RFIs - Prepare responses for up to three(3)Change Orders - Substantial Completion Walk-Through and checklist - Final Completion and Concurrence Letter - Record Drawings Additional Services Any services not specifically provided for in the above scope will be billed as additional services and performed at our then current hourly rates. Additional services we can provide include, but are not limited to, the following: A) If the pipeline alignment changes after 90%then this will be additional services. B) Franchise Utility Design is not included in this proposal. C) This proposal does not include easement acquisition services or landowner meetings (not anticipated for this project.) D) Unavoidable relocation design and construction for utility, water, wastewater, storm sewer, or other underground structure or pipeline that would conflict with this design is not included. E) Environmental and cultural resources services. F) Providing project representative services, on-site inspection, during the construction phase of the project. G) Preparing or submitting CZP or WPAP for TCEQ permitting. H) Design services for any utilities relocations that could be required. 1) Obtaining right of entry. J) Easement acquisition services. K) Design of the wastewater improvements via any other method besides pipe bursting. If the methodology of pipe bursting is determined to not be pursued, this could have additional services if it changes the design concept. L) Hydraulic modeling of the system. M) If the owner employs a third party to provide review of the project deliverables then this would 10814Road,Avallon IV, Suite 200, Kimley Morn 8of8Pages need to be considered for additional services. N) Any services not listed in the Scope of Services. Fee and Expenses Kimley-Horn will perform the services in Tasks 1 -6 on a labor fee plus expense basis with the maximum fee shown below. Task Supplemental No.2 1 Design Management&Data $37,200 2 Phase II -60% Design Phase $72,945 3 Phase II -90%&Final Design Phase $72,005 4 Phase II -Permitting $16,855 5 Phase II—Bid Phase Services $25,295 6 Phase 11 -Construction Phase Services $56,370 Miscellaneous Direct Expenses $3,750 Reallocation From Phase 1 ($40,880) Total $243,540 Preliminary Engineering $44,690.00 Supplemental No. 1 $266,000.00 Supplemental No. 2 $243,540.00 Total Maximum Fee $554,230.00 10814Road,Avallon IV, Suite 200, ADDENDUM TO EXHIBIT C Work Schedule Attached Behind This Page Chandler Creek 4 - Wastewater Upsizing (Phase 11) ID Task Name Duration Start Finish Half 1,2026 Half 2,2026 MaH 1,2021 D _ J F M A M A I I I I D F M 1 Chandler Creek 4 PH 11-Wastewater 349 days Mon 1/12/26 Thu 5/13/27 Upslzing 2 NTP 1 day Mon 1/12/26 Mon 1/12/26 3 Task 2-Design Phase-60% 66 days Tue 1/13/26 Tue 4/14/26 4 Data Collection 2 wks Tue 1/13/26 Mon 1/26/26 5 60%Plan Production 6 wks Tue 1/27/26 Mon 3/9/26 6 60%QA/QC 1 wk Tue 3/10/26 Mon 3/16/26 7 Addressing QA/QC Comments 1 wk Tue 3/17/26 Mon 3/23/26 8 60%Deliverables 1 day Tue 3/24/26 Tue 3/24/26 9 CoRR Review 3 wks Wed 3/25/26 Tue 4/14/26 10 Task 3-Design Phase-90%&Final 62 days Wed 4/15/26 Thu 7/9/26 11 90%Plan Production 4 wks Wed 4/15/26 Tue 5/12/26 12 90%QA/QC 1 wk Wed 5/13/26 Tue 5/19/26 13 Addressing QA/QC Comments 1 wk Wed 5/20/26 Tue 5/26/26 14 90%Deliverables 1 day Wed 5/27/26 Wed 5/27/26 15 CoRR Review 2 wks Thu 5/28/26 Wed 6/10/26 16 Final Plan Production 2 wks Thu 6/11/26 Wed 6/24/26 17 Final QA/QC 1 wk Thu 6/25/26 Wed 7/1/26 18 Addressing QA/QC Comments 1 wk Thu 7/2/26 Wed 7/8/26 19 Final Deliverables S day Thu 7/9/26 Thu 7/9/26 20 Task 4-Permitting 60 days Fri 7/10/26 Thu 10/1/26 21 CoRR 60 days Fri 7/10/26 Thu 10/1/26 22 TCEQ 30 days Fri 7/10/26 Thu 8/20/26 23 Task 5-Bid Phase Services 40 days Fri 10/2/26 Thu 11/26/26 24 Bid Phase(Bid opening thru Bid Award)8 wks Fri 10/2/26 Thu 11/26/26 25 Task 6-Construction Phase Sevrices 120 days Fri 11/27/26 Thu 5/13/27 26 Construction 6 mons Fri 11/27/26 Thu 5/13/27 Task Inactive Task Manual Summary Rollup External Milestone Manual Progress Split ....... Inactive Milestone Manual Summary r......1 Deadline i Date:Wed 11/19/25 Milestone ♦ Inactive Summary Start-only C Critical Summary r"""1 Manual Task Finish-only 3 Critical Split Project Summary 1 1 Duration-only External Tasks Progress Page 1 ADDENDUM TO EXHIBIT D Fee Schedule Attached Behind This Page gg yy pp pp s` � 11� 11h C C A a ! 9 p .R FCS l I I I I d a a a u' e z —;TITI 1=RA3X+A.•X+� R=.p^— 9X S X+g 7 tt tt 3 +x#.A^_� 9XRRRY=.,.,.+tt �� S�a � tt b __ ^R —15s3 g+««.+g « F d Emu 8 7 x¢ 7 e� j <e F :�`� V� vjs MUM � � 3 �g g s �&esg � `o % 3mog� " �'LLe F aI F'"hX F E Old Settlers 6 � nt /P 7 Phase 1 0 v N c y` X E Q M E n LL Crossing Park O C M G YI d ry No/d 3 N X03 :3 �eeptOC „Waste�ateC Zrte 48 Old Settlers ChagQ,/ , V Park At Palm C, Valley P A A Phase 2 S�e�a�e` tie N\9r�ay�9 as�a Date:12/3/2025 N Chandler Creek 4 - 15" Wastewater Upsizing ROUND ROCKTEXAS vw.K wo..+