Loading...
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.