Loading...
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.