R-03-05-08-15E2 - 5/8/2003RESOLUTION NO. R- 03- 05 -08 -15E2
WHEREAS, the City of Round Rock has previously entered into an
Agreement for Engineering Services ( "Agreement ") with S.D. Kallman,
L.P. for the design of the Westinghouse Wastewater Interceptor, and
WHEREAS, S.D. Kallman, L.P. has submitted Supplemental Agreement
No. 3 to the Agreement for a change in the scope of services, and
WHEREAS, the City Council desires to enter into said Supplemental
Agreement No. 3 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 Supplemental Agreement No. 3 to the Agreement with
S.D. Kallman, L.P., a copy of said agreement 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.
AT
RESOLVED this 8th day of May, 2003.
CHRISTINE R. MARTINEZ, City Secre
0:�wa ox.\aesonuxr\R3050ee1. wen /sc
A&C—A!,'" " 4
NYL. ?S ELL, Mayor
City of Round Rock, Texas
STATE OF TEXAS
COUNTY OF WILLIAMSON
SUPPLEMENTAL AGREEMENT NO. 3
TO AGREEMENT FOR ENGINEERING SERVICES
This Supplemental Agreement No. 3 to the Agreement 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 an Agreement for Engineering Services, hereinaf-
ter called the "Agreement ", on the 25th of January, 2001 for the design of the Westinghouse
Wastewater Interceptor, and
WHEREAS, on December 20, 2001, City and Engineer executed Supplemental Agreement No.
1 to (1) extend the contract period to December 31, 2002, (2) change the scope of services and
work schedule, and (3) to increase the lump sum fee by $10,000.00 for a total of $135,500.00;
and
WHEREAS, on December 19, 2002, City and Engineer executed Supplemental Agreement No.
2 to (1) extend the contract period to December 1, 2003, (2) change the scope of services and
work schedule, and (3) to increase the lump sum fee by $14,205.00, for a total of $149,705.00,
and
WHEREAS, it has become necessary to amend the Agreement to provide for a change in the
scope of services to be provided by the Engineer, a change in the lump sum fee and an extension
of the contract period.
NOW THEREFORE, premises considered, the City and the Engineer agree that said Agree-
ment is amended as follows:
I.
ARTICLE 3, AGREEMENT PERIOD, shall be amended to extend the contract period to July 1,
2004.
11.
ARTICLE 4, COMPENSATION, shall be amended by adding $25,500.00 to the lump sum
amount payable under this Agreement for a total of $175,205.00.
ATTACHMENT `B ", Services to be Provided by the Engineer shall be amended as set forth in
the attached ADDENDUM to EXHIBIT B.
Supplemental Agreement Rev. 4/2/03
Page 1 oft EXHIBIT
IN WITNESS WHEREOF, the City and the Engineer have executed Supplemental Agreement
in duplicate.
THE ENGINEER
By: - 1as
Steven D. Kallman, P.E., R.P.L.S.
Title: President, Steven D. Kallman; L.L.C.,
General Partner, S.D. Kallman, L.P.
4- 2- ? - �3
Date
CITY OF ROUND ROCK
By
Nyle Maxwell, Mayor
Date
Supplemental Agr Form dodspecs master. conhacts & forms — Revised 4/1/02
Supplemental Agreement Rev. 4/2/03
Page 2 of 2
ATTACHMENT B
SERVICES TO BE PROVIDED BY THE ENGINEER - ADDENDUM NO. 3
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. The preparation of the Sewage Collection System
(SCS) and Water Pollution Abatement Plan (WPAP) Applications (Addendum 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 The revision for construction plans and specifications to
include Alternate Bid Item No. 1 to upsize a portion of the Westinghouse Wastewater
Interceptor (AddendumNo. 2). Also, included are the revisions to construction plans
and specifications, Sewage Collection System (SCS), Water Pollution Abatement Plan
(WPAP) and Stormwater Pollution Prevention Plan (SWP3) applications to
accommodate the relocation and redesign of approximately 1,900 Lf. of 27" wastewater
line. The revision to existing construction plans for revised flow rates is also included
(Addendum No. 3).
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.
Addendum No. 1 - Tree surveys for the limits of the wastewater line alignment as requested
by the Owner.
• Addendum No. 2 - Preparation of additional documents for easement acquisition.
▪ Addendum No. 3 - Preparation of additional design surveys, tree surveys and field
notes for easements.
Date
January 31, 2003
July 10, 2003
July 17, 2003
October 17, 2003
October 24 & 31, 2003
November 14, 2003
November 21, 2003
December 5, 2003
December 12, 2003
ATTACHMENT C
WORK SCHEDULE (REVISED 4-22 -03) - ADDENDUM NO. 3
Milestone
TxDOT Bore Permit for F.M. 1431 Approved
Submittals for Plans, Specifications and SCS and WPAP Applications
Approved by Public Works Department
SCS and WPAP Applications Submittal to TCEQ (allow 90 days for
review and approval
SCS and WPAP Applications Approved by TCEQ; Wastewater Line
Easement Acquisition Complete
Public Notice Advertising Bids
Bids Received at City Hall
City Awards Contract
Contractor Returns Contract Documents with Signature, Bonds, and
Certificate of Insurance, Notice of Intent (NOD Submitted to EPA
City Signs Contract Documents; City and Engineer Hold Pre -
Construction Conference and Issues Notice to Proceed.
December 19, 2003 Begin Construction
May 19, 2004 Construction Complete (5 Months)
May 26, 2004 City and Engineer Prepare Final Punch List
July 1, 2004 Final Project Acceptance -- Facility in Service
ATTACHMENT D
FEE SCHEDULE - ADDENDUM NO. 3
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
Addendum No. 1 - Water Pollution Abatement Plan Application $ 3,500.00
Addendum No. 2 - Construction plans and specifications to include
Alternate Bid Item No. 1 to oversize a portion of the Westinghouse
Wastewater Interceptor $ 2,205.00
Addendum No. 3 - Revisions to construction plans and
specifications, Sewage Collection System (SCS), Water Pollution
Abatement Plan (WPAP) and Stormwater Pollution Prevention
Plan (SWP3) applications to accommodate the relocation and
redesign of approximately 1,900 I.f. of 27" wastewater line. The
revision to existing construction plans for revised flow rates is also
included. $ 19,600.00
Phase II. Engineering Services for Construction Phase $ 16,500.00
Total Original Basic Services Fee $ 116,500.00
Total Addendum No. 1 Basic Services Fee $ 3,500.00
Total Addendum No. 2 Basic Services Fee $ 2,205.00
Total Addendum No. 3 Basic Services Fee $ 19,600.00
Total Amended Basic Services Fee $ 141,805.00
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. $ 9,000.00
Addendum 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
Addendum No. 2 - Compensation for Special Services for preparation of additional
documents for easement acquisition as requested by the Owner shall be reimbursed
in accordance with Attachment H - Hourly Rate Schedule not to exceed $12,000. $ 12,000.00
Addendum No. 3 - Compensation for Special Services for preparation of
additional design surveys, tree surveys and field notes for easement acquisition
as requested by the Owner shall be reimbursed in accordance with Attachment
H - Hourly Rate Schedule not to exceed $5,900. $ 5,900.00
ATTACHMENT D
FEE SCHEDULE - ADDENDUM NO. 3
PROJECT: Estimated Construction Cost Including 10% Contingency is $1,050,600.
Total Original Special Services Fee $ 9,000.00
Total Addendum No. 1 Special Services Fee $ 6,500.00
Total Addendum No. 2 Special Services Fee $ 12,000.00
Total Addendum No. 3 Special Services Fee $ 5,900.00
Total Amended Special Services Fee $ 33,400.00
TOTAL ORIGINAL FEE $ 125,500.00
TOTAL ADDENDUM NO. 1 FEE $ 10,000.00
TOTAL ADDENDUM NO. 2 FEE $ 14,205.00
TOTAL ADDENDUM NO. 3 FEE $ 25,500.00
TOTAL AMENDED FEE $ 175,205.00
Note: Since it is assumed that the construction contractor shall provide construction staking for this
project, no fees have been included for that task.
Westinghouse Wastewater Interceptor
.... ,P fr..---
S:IGRAPMCSCWNCIL AGENDA R.IBWN0 B .31.1A11WHIMNO10[ISB WASIEWATHR INTERCEPTOR 1.01
DATE: May 2, 2003
SUBJECT: City Council Meeting — May 8, 2003
ITEM: * 15.E.2. Consider a resolution authorizing the Mayor to execute Supplemental
Agreement No. 3 to the Agreement for Engineering Services with S.D.
Kaltman, L.P. for the Westinghouse Wastewater Interceptor Project.
Resource: Tom Clark, Director of Utilities
History: This project consists of the design of approximately 8,500 linear feet of
wastewater main of various diameters and will serve approximately 4,000 acres.
This Interceptor will be installed beginning at the City's Water Treatment Plant
and ending at an existing 36 -inch wastewater interceptor located near the
intersection of IH 35 and Chandler Road.
Impact/Benefit:
Public Comment:
Sponsor:
Amendment No. 1 provided for a Tree Survey and the submittal of a Water
Pollution Abatement Plan Application (WPAP) to TCEQ, as required for an
additional fee of $10,000.00. Supplemental Agreement No. 2 revised the
construction plans to increase the pipe diameter for a portion of the Wastewater
Interceptor to 36- inches as requested by the City Engineer and provided for
additional costs for easement revisions per the City Attorney's Office.
Supplemental Agreement No. 3 will revise the construction plans to provide
additional surveying and tree survey caused by shifting the alignment of portions
of the pipeline. The alignment change, additional surveying and easements are
requested by the City Attorney's Office, and will reduce the easement acquisition
costs and overall cost of the project.
Funding:
Cost: $25,500.00
Source of funds: Capital Project Funds (Wastewater Utility Fund)
Outside Resources: S.D. Kallman, L.P.
To upgrade the existing wastewater line to meet future capacity
requirements.
N/A
N/A
STATE OF TEXAS
COUNTY OF WILLIAMSON
SUPPLEMENTAL AGREEMENT NO. 3
TO AGREEMENT FOR ENGINEERING SERVICES
This Supplemental Agreement No. 3 to the Agreement for Engineering Services is made by and
between the City of Round Rock, Texas, hereinafter called the "City" and S.D. Kaltman, L.P.,
hereinafter called the "Engineer ".
WHEREAS, the City and Engineer executed an Agreement for Engineering Services, hereinaf-
ter called the "Agreement ", on the 25th of January, 2001 for the design of the Westinghouse
Wastewater Interceptor, and
WHEREAS, on December 20, 2001, City and Engineer executed Supplemental Agreement No.
1 to (1) extend the contract period to December 31, 2002, (2) change the scope of services and
work schedule, and (3) to increase the lump sum fee by $10,000.00 for a total of $135,500.00;
and
WHEREAS, on December 19, 2002, City and Engineer executed Supplemental Agreement No.
2 to (1) extend the contract period to December 1, 2003, (2) change the scope of services and
work schedule, and (3) to increase the lump sum fee by $14,205.00, for a total of $149,705.00,
and
WHEREAS, it has become necessary to amend the Agreement to provide for a change in the
scope of services to be provided by the Engineer, a change in the lump sum fee and an extension
of the contract period.
NOW THEREFORE, premises considered, the City and the Engineer agree that said Agree-
ment is amended as follows: -
ARTICLE 3, AGREEMENT PERIOD, shall be amended to extend the contract period to July 1,
2004.
ARTICLE 4, COMPENSATION, shall be amended by adding $25,500.00 to the lump sum
amount payable under this Agreement for a total of $175,205.00.
ATTACHMENT "B ", Services to he Provided by the Engineer shall be amended as set forth in
the attached ADDENDUM to EXHIBIT B.
Supplemental Agreement Rev. 4/2/03
Page 1 of 2
le- 03.05 - 08 -15E02)
I.
II.
IN WITNESS WHEREOF, the City and the Engineer have executed Supplemental Agreement
in duplicate.
THE ENGINEER )� D�
By: 1 � l6_1(/—
Steven D. Kallman, P.E., R.P.L.S.
Title: President, Steven D. Kallman; L.L.C.
General Partner, S.D. Kallman, L.P.
` x . - 23 - 0?
Date
5
Date
Supplemental Agr Form.dodspecs master /contracts & forms — Revised 4/1/02
Supplemental Agreement Rev. 4/2103
Page 2 of 2
ATTACHMENT B
SERVICES TO BE PROVIDED BY THE ENGINEER - ADDENDUM NO. 3
Basic Services include:
Preparation of Plans and Specifications, governmental approvals, TxDOT Highway R.O.W.
crossing permits, assistance m 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. The preparation of the Sewage Collection System
(SCS) and Water Pollution Abatement Plan (WPAP) Applications (Addendum 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 The revision for construction plans and specifications to
include Alternate Bid Item No. 1 to upsize a portion of the Westinghouse Wastewater
Interceptor (Addendum No. 2). Also, included are the revisions to construction plans
and specifications, Sewage Collection System (SCS), Water Pollution Abatement Plan
(WPAP) and Stormwater Pollution Prevention Plan (SWP3) applications to
accommodate the relocation and redesign of approximately 1,900 LE of 27" wastewater
line. The revision to existing construction plans for revised flow rates is also included
(Addendum No. 3).
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.
Addendum No. 1 - Tree surveys for the limits of the wastewater line alignment as requested
by the Owner.
Addendum No. 2 - Preparation of additional documents for easement acquisition.
Addendum No. 3 - Preparation of additional design surveys, tree surveys and field
notes for easements.
Date
January 31, 2003
ATTACHMENT C
ORK SCHEDULE ' VI ED 4 -22 -03 - ADDEND
Milestone
TxDOT Bore Permit for F.M. 1431 Approved
July 10, 2003 Submittals for Plans, Specifications and SCS and WPAP Applications
Approved by Public Works Department
July 17, 2003 SCS and WPAP Applications Submittal to TCEQ (allow 90 days for
review and approval
October 17, 2003 SCS and WPAP Applications Approved by TCEQ; Wastewater Line
Easement Acquisition Complete
October 24 & 31, 2003 Public Notice Advertising Bids
November 14, 2003 Bids Received at City Hall
November 21, 2003 City Awards Contract
December 5, 2003 Contractor Retums Contract Documents with Signature, Bonds, and
Certificate of Insurance, Notice of Intent (NOD Submitted to EPA
December 12, 2003
City Signs Contract Documents; City and Engineer Hold Pre -
Construction Conference and Issues Notice to Proceed.
December 19, 2003 Begin Construction
May 19, 2004 Construction Complete (5 Months)
May 26, 2004 City and Engineer Prepare Final Punch List
July 1, 2004 Final Project Acceptance -- Facility in Service
ATTACHMENT D
FEE SCHEDULE - ADDENDUM NO. 3
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
Addendum No. 1 - Water Pollution Abatement Plan Application $ 3,500.00
Addendum No. 2 - Construction plans and specifications to include
Alternate Bid Item No. 1 to oversize a portion of the Westinghouse
Wastewater Interceptor $ 2,205.00
Addendum No. 3 - Revisions to construction plans and
specifications, Sewage Collection System (SCS), Water Pollution
Abatement Plan (WPAP) and Stormwater Pollution Prevention
Plan (SWP3) applications to accommodate the relocation and
redesign of approximately 1,900 1.f. of 27" wastewater line. The
revision to existing construction plans for revised flow rates is also
included. $ 19,600.00
Phase II. Engineering Services for Construction Phase $ 16,500.00
Total Original Basic Services Fee $ 116,500.00
Total Addendum No. 1 Basic Services Fee $ 3,500.00
Total Addendum No. 2 Basic Services Fee $ 2,205.00
Total Addendum No. 3 Basic Services Fee $ 19,600.00
Total Amended Basic Services Fee $ 141,805.00
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 11 -
Hourly Rate Schedule not to exceed $9,000. $ 9,000.00
Addendum 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
Addendum No. 2 - Compensation for Special Services for preparation of additional
documents for easement acquisition as requested by the Owner shall be reimbursed
in accordance with Attachment H - Hourly Rate Schedule not to exceed $12,000. $ 12,000.00
Addendum No. 3 - Compensation for Special Services for preparation of
additional design surveys, tree surveys and field notes for easement acquisition
as requested by the Owner shall be reimbursed in accordance with Attachment
11 - Hourly Rate Schedule not to exceed $5,900. $ 5,900.00
ATTACHMENT D
FEE SCHEDULE - ADDENDUM NO. 3
PROJECT: Estimated Construction Cost Including 10% Contingency is $1,050,600.
Total Original Special Services Fee $ 9,000.00
Total Addendum No. 1 Special Services Fee $ 6,500.00
Total Addendum No. 2 Special Services Fee $ 12,000.00
Total Addendum No. 3 Special Services Fee $ 5,900.00
Total Amended Special Services Fee $ 33,400.00
TOTAL ORIGINAL FEE $ 125,500.00
TOTAL ADDENDUM NO. 1 FEE $ 10,000.00
TOTAL ADDENDUM NO. 2 FEE $ 14,205.00
TOTAL ADDENDUM NO. 3 FEE $ 25,500.00
TOTAL AMENDED FEE $ 175,205.00
Note: Since it is assumed that the construction contractor shall provide construction staking for this
project, no fees have been included for that task.