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..+