R-01-12-20-10D7 - 12/20/2001RESOLUTION NO. R- 01- 12- 20 -10D7
WHEREAS, the City of Round Rock has previously entered into a
contract ( "Contract ") with S.D. Kallman, L.P. for the design of the
Westinghouse Wastewater Interceptor, and
WHEREAS, S.D. Kallman, L.P. has submitted Contract Amendment No.
1 to the Contract for a change in the scope of services, and
WHEREAS, the City Council desires to enter into said Contract
Amendment No. 1 with S.D. Kallman, L.P., 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 Contract Amendment No. 1 with S.D. Kallman, L.P.,
for a change in the scope of services, a copy of said amendment 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.
ODMA \"OBLDOX \Or \W pox \RES°LUTI \x1122007
0 /[m
ATTEST:
RESOLVED this 20th day of December, 2001.
CHRISTINE R. MARTINEZ, City Secr ary
2
ROB A. STLUKA, J ., Mayor
City of Round Rock, Texas
STATE OF TEXAS
COUNTY OF WILLIAMSON
SUPPLEMENTAL AGREEMENT NO. 1
TO CONTRACT FOR ENGINEERING SERVICES
EXHIBIT
This Amendment to the Contract for Engineering Services is made by and between the City of
Round Rock, Texas, hereinafter called the "City" and S.D. KALLMAN, L.P., hereinafter called the
"Engineer ".
WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter
called the "Contract ", on the 25 "' day of January 2001 to provide Design and Construction
Phase Services for the Westinghouse Wastewater Interceptor from the Chandler Creek Inter-
ceptor to the South Property Line of the Westinghouse Property in North Round Rock.
WHEREAS, ARTICLE 2, SCOPE OF SERVICES TO BE PROVIDED BY ENGINEER, de-
scribes those engineering services to be provided by the Engineer as a part of the Contract, and
WHEREAS, ARTICLE 3, CONTRACT PERIOD, requires the termination of the Contract on
March 1, 2002 unless the Contract is extended, and
WHEREAS, ARTICLE 4, COMPENSATION, establishes the maximum lump sum payable un-
der this contract at $125,500.00 without modification of the contract, and
WHEREAS, it has become necessary to amend the contract to provide for performing Tree Sur-
veys and preparing a Water Pollution Abatement Plan Application.
WHEREAS, the Engineer has agreed to have the additional work performed for $10,000.00 in-
creasing the lump sum fee for the contract to $135,500.00.
NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract is
amended as follows:
ARTICLE 3, CONTRACT PERIOD, shall be amended to extend the contract period to December
31, 2002.
ARTICLE 4, COMPENSATION, shall be amended by the changing the lump sum amount payable
under this contract as $135,500.00.
ATTACHMENT "B", Services to be Provided by the Engineer shall be amended as set forth in the
attached AMENDMENT NO. 1 to ATTACHMENT `B ".
ATTACHMENT "C" Work Schedule shall be amended as set forth in the attached AMENDMENT
NO. 1 to ATTACHMENT "C ".
ATTACHMENT "D" Fee Schedule shall be amended as set forth in the attached AMENDMENT
NO. 1 to ATTACHMENT "D ".
IN WITNESS WHEREOF, the City and the Engineer have executed Supplemental Agreement in
duplicate.
S.D. KALLMAN, L.P.
By: A f
Steven D. Kallman, P.E., R.P.L.S.
Title: President, Steven D. Kallman, L.L.C.,
General Partner, S.D. Kallman, L.P.
Date
CITY OF ROUND ROCK
By:
Robert A. Stluka, Jr., Mayor
Date
ATTACHMENT B
SERVICES TO BE PROVIDED BY THE ENGINEER - AMENDMENT NO. 1
Basic Services include:
Preparation of Plans and Specifications, governmental approvals, TxDOT Highway R.O.W.
crossing permits, assistance in advertising (City pays publication costs) and receiving Bids,
Construction Phase services, preparation of as -built drawings and attendance at staff and City
Council meetings, as requested. Also, included is the preparation of the Sewage Collection
System (SCS) and Water Pollution Abatement Plan (WPAP) Applications (Amendment
No. 1) for the project as it lies in the Edwards Aquifer Recharge Zone and the preparation of
a Stormwater Pollution Prevention Plan (SWPPP) for conducting construction activities under
the Nationwide Permit System.
• Construction plans include the horizontal and vertical location of all existing utilities within the
construction area. The utilities shall include, but not be limited to electric, gas, water,
wastewater and communication utilities.
Construction plans shall provide horizontal and vertical control information sufficient, that
contractor's surveyor can reestablish said controls and provide required construction staking.
These control points shall be established on the ground.
Engineer shall review and approve cut sheets, shop drawings and prepare and sign change
orders.
Special Services include:
• Property surveys and preparation of wastewater line easement descriptions and "drawings.
• Amendment No. 1 - Tree surveys for the limits of the wastewater line alignment as
requested by the Owner.
en gcontrc.wpd/343- 653.r2
Page 15 of 20
Date
February 2001
ATTACHMENT C
WORK SCHEDULE (REVISED 11- 09 -01)
Milestone
Engineer Retained to Design Project
October 15, 2001 Doug Tune, P.E., met with Don Rundell, P.E. and Jeff Bell of City of
Round Rock to Discuss Project
November 30, 2001 Construction Plans and Specifications, SCS and WPAP Applications and
SWPPP Submitted to City's Public Works Department for Review.
December 31, 2001 Submittals Approved by Public Works Department
January 7, 2002 SCS and WPAP Applications Submittal to TNRCC (allow 90 days for
review and approval)
April 7, 2002 SCS and WPAP Applications Approved by TNRCC
April 14 & 21, 2002 Public Notice Advertising Bids
May 3, 2002 Bids Received at City Hall
May 10, 2002 City Awards Contract
May 26, 2002 Contractor Returns Contract Documents with Signature, Bonds, and
Certificate of Insurance, Notice of Intent (NOI) Submitted to EPA
June 2, 2002 City Signs Contract Documents; City and Engineer Hold Pre - Construction
Conference and Issues Notice to Proceed.
June 9, 2002 Begin Construction
November 11, 2002 Construction Complete (5 Months)
November 16, 2002 City and Engineer Prepare Final Punch List
December 1, 2002 Final Project Acceptance -- Facility in Service
Paor tF of ?(1
ATTACHMENT D
FEE SCHEDULE - AMENDMENT NO. 1
PROJECT: Estimated Construction Cost Including 10% Contingency is $1,050,600.
Fee Schedule - Basic Services:
Compensation for Basic Services shall be as follows:
Phase I. Engineering Services for Design Phase $ 93,500.00
Sewage Collection System Application $ 5,000.00
Stormwater Pollution Prevention Plan $ 1,500.00
Amendment No. 1 - Water Pollution Abatement Plan Application $ 3,500.00
Phase II. Engineering Services for Construction Phase $ 16,500.00
Total Original Basic Services Fee $ 116,500.00
Total Amendment No. 1 Basic Services Fee $ 3,500.00
Total Amended Basic Services Fee $ 120,000.00
Fee Schedule - Special Services:
Compensation for Special Services for field note and drawing preparation for
wastewater line easements shall be reimbursed in accordance with Attachment H -
Hourly Rate Schedule not to exceed $9,000.
Amendment No. 1 - Compensation for Special Services for a tree survey for the
limits of the wastewater line alignment as requested by the Owner shall be
reimbursed in accordance with Attachment H - Hourly Rate Schedule not to
exceed $6,500. $ 6,500.00
Total Original Special Services Fee $ 9,000.00
Total Amendment No. 1 Special Services Fee $ 6,500.00
Total Amended Special Services Fee $ 15,500.00
TOTAL ORIGINAL FEE $ 125,500.00
TOTAL AMENDMENT NO. 1 FEE $ 10,000.00
TOTAL AMENDED FEE $ 135,500.00
Note: Since it is assumed that the construction contractor shall provide construction staking for this
project, no fees have been included for that task.
n.,,.o 1'/ nF7n
$ 9,000.00
1
Westinghouse Wastewater Interceptor
6.aAPWGSroINCILAaJtA nnn m 4wD' 1- SIa 1WOMIGIHoLxEWArTEWAfPAWTPA.CEPldt l-..I
DATE: December 14, 2001
SUBJECT: City Council Meeting — December 20, 2001
ITEM: * 10.D.7. Consider a resolution authorizing the Mayor to execute Contract
Amendment No. 1 to the Contract for Professional Services with S.D.
Kallman, L.P. for the Westinghouse Wastewater Interceptor Project.
The total fee for this contract amendment is $10,000.00.
Resource: Jim Nuse, Director of Public Works
Don Rundell, Chief Utility Engineer
History: This project consists of the design approximately 8,500 linear feet of wastewater
main from 12- inches to 27- inches in diameter and serving approximately 4,000
acres. This Interceptor will run from the City's Water Treatment Plant connecting to
an existing 36 -inch wastewater interceptor (constructed in 1985) located
approximately 1000 feet east of IH 35 and 5000 feet south of Chandler Road.
The scope of work under this amendment is to provide a Tree Survey and to submit
a Water Pollution Abatement Plan Application (WPAP) to TNRCC, as required
Funding:
Cost: $10,000.00
Source of funds: Wastewater Utility Fund
Outside Resources: S.D. Kallman, L.P.
Impact/Benefit: To stay in compliance with City Ordinance (Tree Survey) and with State
Law (WPAP).
Public Comment: N/A
Sponsor: N/A
r -9
STATE OF TEXAS
COUNTY OF WILLIAMSON
SUPPLEMENTAL AGREEMENT NO. 1
TO CONTRACT FOR ENGINEERING SERVICES
This Amendment to the Contract for Engineering Services is made by and between the City of
Round Rock, Texas, hereinafter called the "City" and S.D. KALLMAN, L.P., hereinafter called the
"Engineer ".
WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter
called the "Contract ", on the 25 day of January 2001 to provide Design and Construction
Phase Services for the Westinghouse Wastewater Interceptor from the Chandler Creek Inter-
ceptor to the South Property Line of the Westinghouse Property in North Round Rock.
WHEREAS, ARTICLE 2, SCOPE OF SERVICES TO BE PROVIDED BY ENGINEER, de-
scribes those engineering services to be provided by the Engineer as a part of the Contract, and
WHEREAS, ARTICLE 3, CONTRACT PERIOD, requires the termination of the Contract on
March 1, 2002 unless the Contract is extended, and
WHEREAS, ARTICLE 4, COMPENSATION, establishes the maximum lump sum payable un-
der this contract at $125,500.00 without modification of the contract, and
WHEREAS, it has become necessary to amend the contract to provide for performing Tree Sur-
veys and preparing a Water Pollution Abatement Plan Application.
WHEREAS, the Engineer has agreed to have the additional work performed for $10,000.00 in-
creasing the lump sum fee for the contract to $135,500.00.
NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract is
amended as follows:
ARTICLE 3, CONTRACT PERIOD, shall be amended to extend the contract period to December
31, 2002.
ARTICLE 4, COMPENSATION, shall be amended by the changing the lump sum amount payable
under this contract as $135,500.00.
ATTACHMENT `B ", Services to be Provided by the Engineer shall be amended as set forth in the
attached AMENDMENT NO. 1 to ATTACHMENT `B ".
ATTACHMENT "C" Work Schedule shall be amended as set forth in the attached AMENDMENT
NO. 1 to ATTACHMENT "C ".
ATTACHMENT "D" Fee Schedule shall be amended as set forth in the attached AMENDMENT
NO. 1 to ATTACHMENT "D ".
IN WITNESS WHEREOF, the City and the Engineer have executed Supplemental Agreement in
duplicate.
S.D. KALLMAN, L.P. By: / `' �` la
Steven D. Kallman, P.E., R.P.L.S.
Title: President, Steven D. Kallman, L.L.C.,
General Partner, S.D. Kallman, L.P.
Date
CITY OF • orrl ROC �.
By: �'RA � Li/
Robe "�tluka, Jr., Mayor
i )0 - 0 1
Date
ATTACHMENT B
SERVICES TO BE PROVIDED BY THE ENGINEER - AMENDMENT NO. 1
Basic Services include:
• Preparation of Plans and Specifications, governmental approvals, TxDOT Highway R.O.W.
crossing permits, assistance in advertising (City pays publication costs) and receiving Bids,
Construction Phase services, preparation of as -built drawings and attendance at staff and City
Council meetings, as requested. Also, included is the preparation of the Sewage Collection
System (SCS) and Water Pollution Abatement Plan (WPAP) Applications (Amendment
No. 1) for the project as it lies in the Edwards Aquifer Recharge Zone and the preparation of
a Stormwater Pollution Prevention Plan (SWPPP) for conducting construction activities under
the Nationwide Permit System.
• Construction plans include the horizontal and vertical location of all existing utilities within the
construction area. The utilities shall include, but not be limited to electric, gas, water,
wastewater and communication utilities.
Construction plans shall provide horizontal and vertical control information sufficient, that
contractor's surveyor can reestablish said controls and provide required construction staking.
These control points shall be established on the ground.
• Engineer shall review and approve cut sheets, shop drawings and prepare and sign change
orders.
Special Services include:
• Property surveys and preparation of wastewater line easement descriptions and drawings.
• Amendment No. 1 - Tree surveys for the limits of the wastewater line alignment as
requested by the Owner.
en geontrc.w,d/343- 653.r2
Page 15 of 20
Date
February 2001
ATTACHMENT C
WORK SCHEDULE (REVISED 11- 09 -01)
Milestone
Engineer Retained to Design Project
October 15, 2001 Doug Tune, P.E., met with Don Rundell, P.E. and Jeff Bell of City of
Round Rock to Discuss Project
November 30, 2001 Construction Plans and Specifications, SCS and WPAP Applications and
SWPPP Submitted to City's Public Works Department for Review.
December 31, 2001 Submittals Approved by Public Works Department
January 7, 2002 SCS and WPAP Applications Submittal to TNRCC (allow 90 days for
review and approval)
April 7, 2002 SCS and WPAP Applications Approved by TNRCC
April 14 & 21, 2002 Public Notice Advertising Bids
May 3, 2002 Bids Received at City Hall
May 10, 2002 City Awards Contract
May 26, 2002 Contractor Returns Contract Documents with Signature, Bonds, and
Certificate of Insurance, Notice of Intent (NOI) Submitted to EPA
June 2, 2002 City Signs Contract Documents; City and Engineer Hold Pre- Construction
Conference and Issues Notice to Proceed.
June 9, 2002 Begin Construction
November 11, 2002 Construction Complete (5 Months)
November 16, 2002 City and Engineer Prepare Final Punch List
December 1, 2002 Final Project Acceptance -- Facility in Service
engcon..wpdJ343- 653.r2
Page 16 of 20
ATTACHMENT D
FEE SCHEDULE - AMENDMENT NO. 1
PROJECT: Estimated Construction Cost Including 10% Contingency is $1,050,600.
Fee Schedule - Basic Services:
Compensation for Basic Services shall be as follows:
Phase I. Engineering Services for Design Phase $ 93,500.00
Sewage Collection System Application $ 5,000.00
Stormwater Pollution Prevention Plan $ 1,500.00
Amendment No. 1 - Water Pollution Abatement Plan Application $ 3,500.00
Phase II. Engineering Services for Construction Phase $ 16,500.00
Total Original Basic Services Fee $ 116,500.00
Total Amendment No. 1 Basic Services Fee $ 3,500.00
Total Amended Basic Services Fee $ 120,000.00
Fee Schedule - Special Services:
Compensation for Special Services for field note and drawing preparation for
wastewater line easements shall be reimbursed in accordance with Attachment H -
Hourly Rate Schedule not to exceed $9,000.
Amendment No. 1 - Compensation for Special Services for a tree survey for the
limits of the wastewater line alignment as requested by the Owner shall be
reimbursed in accordance with Attachment H Hourly Rate Schedule not to
exceed $6,500. $ 6,500.00
Total Original Special Services Fee $ 9,000.00
engeontrc.wpd/343- 653.(1
Total Amendment No. 1 Special Services Fee $ 6,500.00
Total Amended Special Services Fee $ 15,500.00
TOTAL ORIGINAL FEE $ 125,500.00
TOTAL AMENDMENT NO. 1 FEE $ 10,000.00
TOTAL AMENDED FEE $ 135,500.00
Note: Since it is assumed that the construction contractor shall provide construction staking for this
project, no fees have been included for that task.
Page 17 of 20
$ 9,000.00
Mayor
Robert A. &tuka, Jr.
Mayor Pro -tem
Tom Nielson
Council Members
Alan McCraw
Carrie Pitt
Earl Palmer
Isabel Callahan
Gary Coe
City Manager
RobertL Bennett, Jr
City Attorney
Stephan L Sheets
February 5, 2002
Mr. Steven D. Kallman, P.E., R.P.L.S.
S. D. Kallman, Inc.
1106 S. Mays, Suite 100
Round Rock, Texas 78664
Dear Mr. Kallman:
Sincerely,
Christine R. Martinez
City Secretary
Enclosure(s)
Fax: 512- 218 -7097
hot),
1- 800 -735 -2989 TDD 1- 800 -735 -2988 Voice
www.ci.round- rock.tx.us
221 East Main Street
Round Rock, Texas 78664
512- 218 -5400
The Round Rock City Council approved Resolution No. R- 01- 12- 20 -10D7 at
their regularly scheduled meeting on December 20, 2001. This resolution
approves the Contract Amendment No. 1 for a change in the scope of services
for the design of the Westinghouse Wastewater Interceptor.
Enclosed is a copy of the resolution and original Supplemental Agreement No.
1 for your files. If you have any questions, please do not hesitate to call.