CM-06-03-042STATE OF TEXAS
COUNTY OF WILLIAMSON
SUPPLEMENTAL CONTRACT NO. 1
TO CONTRACT FOR ENGINEERING SERVICES
FIRM: HDR Engineering, Inc. ("Engineer")
ADDRESS: 4401 West Gate Blvd., Suite 400, Austin, TX 78745
PROJECT: East Water Transmission Line — Phase 3B-2
This Supplemental Contract No. 1 to Contract for Engineering Services is made by and between
the City of Round Rock, Texas, hereinafter called the "City" and HDR Engineering, Inc.,
hereinafter called the "Engineer".
WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter
called the "Contract", on the 1st day of December, 2005 for the East Water Transmission Line —
Phase 3B-2 Project in the amount of $299,338.00; and
WHEREAS, it has become necessary to amend the Contract to modify the provisions for the
scope of services and to increase the compensation; and
NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract
is amended as follows:
I.
Article 2, Engineering Services and Exhibit B, Engineering Services shall be amended as set
forth in the attached Addendum To Exhibit B.
II.
Article 4, Compensation and Exhibit D, Fee Schedule shall be amended by increasing by
$21,554.00 the lump sum amount payable under the Contract for a total of $320,892.00, as
shown by the attached Addendum to Exhibit D.
IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental
Contract in duplicate.
Supplemental Contract
hdr-eastwater3b2; WL12ETWLB2; 96894
1
CM --t'3- t7f 2
Rev.03/02/04
84275
HDR ENGINEERING, INC.
By:
Date
CITY OF ROUND ROCK
Supplemental Contract
hdr-eastwater3b2; WLI2ETWLB2; 96894
2
A ' P ' OVED AST FORM:
a
Step an L. Sheets, City Attorney
Rev.03/02/04
84275
ADDENDUM TO EXHIBIT B
Engineering Services
The changes to the scope of this project are as follows:
DESIGN PHASE
1. Establish the scope, and advise the City, of any additional soil and foundation investigations
or any special testing which, in the opinion of the Engineer, may be required for the proper
execution of the Project not included in the adjacent project titled "C.R. 122 16" East Water
Transmission Line (Phase 3A.1)".
2. Establish the scope, probable cost of construction and advise the City, of any additional field
surveys to collect information, which in the opinion of the Engineer, may be required for the
proper execution of the Project not included in the existing drawings titled "Forest Creek
Drive Expansion Project" dated May 1999. Construction staking of the pipe centerline will
be the sole responsibility of the Construction Contractor to pay for and execute the required
surveying services.
3. Approximately 1,100 linear feet of 12 -inch water line will be constructed. Plans will be
prepared by adding the proposed work to the applicable drawings of the above mentioned
plans in Item No. 2; and adding them to the project currently under design titled "East
Transmission Line — Phase 3B-2". This work will be bid and constructed as part of the Phase
3B-2 project.
4. Coordinate with City of Round Rock on the placement of the proposed 12 -inch water line to
be constructed within the existing Forest Creek Drive right-of-way. Prepare field notes and
update as -built drawings of "Forest Creek Drive Expansion Project" plans as required
including the currently known development activities inside the right-of-way.
5. Include provisions in the fitting layout and design to accommodate ease of future water line
connections and/or pressure reducing valve installations.
6. Furnish to the City, where required by the circumstances of the assignment, the engineering
and/or survey data necessary for applications for routine permits and/or acquisitions of
easements including Private Property, TxDOT, Williamson County, state, and federal
authorities. The Engineer shall also assist the City in obtaining approval of the
aforementioned routine permit applications from TxDOT, local, state, and federal authorities.
7. Prepare specifications and contract drawings, for construction authorized by the City and
submit to the applicable local and state agencies for approval.
8. The specifications will be prepared in conformance with the sixteen -division format of the
Construction Specification Institute and will be based upon Engineer's master specifications.
The General Conditions and other Contract Documents will be the City's standard
documents with the revisions previously suggested by the Engineer and approved by the
City.
9. Prepare for review and approval by City, its legal counsel and other advisors, contract
agreement forms, general and supplementary conditions of the construction contract,
proposal form, invitation to bid and instructions to bidders.
10. Evaluations of the City's Project budget, preliminary estimates of Construction Cost and
detailed estimates of Construction Cost, if any, prepared by Engineer, represent Engineer's
judgment as a design professional familiar with the construction industry. It is recognized,
however, that neither Engineer nor the City has control over the cost of labor, materials or
equipment; over the Contractor's methods of determining bid prices; or over competitive
bidding, market or negotiating conditions. Accordingly, Engineer cannot and does not
warrant or represent that bids or negotiated prices will not vary from the City's Project
budget or from any estimate of Construction Cost or evaluation prepared or agreed to by
Engineer.
11. Furnish the City all necessary copies of review sets and final approved plans, specifications,
notices to bidders, and proposals. Furnish two sets of half sized prints and two sets of full
sized prints of signed and approved drawings, electronic files (AutoCAD 2000i on CD
ROM) to the City.
12. Provide information on utilities to be relocated in connection with the project. The City will
provide excavation to determine location and depth of underground water and sewer lines.
Utilities to be relocated by others shall be noted on the plans. City -owned utilities to be
relocated shall also be noted on the plans. Where feasible, relocation of City -owned utilities
shall be included in the construction contract.
BIDDING PHASE
1. Assist City in advertising for and obtaining proposals or negotiating proposals for the prime
contract for construction materials, equipment and services to be performed by a contractor
for the project (hereinafter called "Work"); and, where applicable, maintain a record of
prospective bidders to whom Contract Documents have been issued, attend pre-bid
conference and receive and process deposits for Contract Documents.
2. Issue addenda as appropriate to interpret, clarify or expand the Contract Documents.
3. Consult with City to determine the acceptability of substitute materials and equipment
proposed by potential contractor(s) when substitution prior to the award of contracts is
allowed by the Contract Documents.
4. Attend and conduct the bid opening and prepare bid tabulation sheets. Evaluate bids or
proposals; prepare bid tabulation sheets and letter recommending award of contract to the
lowest and most qualified bidder and in assembling and awarding contracts for construction
materials, equipment and services.
CONSTRUCTION PHASE
1. Consult with and advise City as set forth herein and as provided in the General Conditions
and Supplementary General Conditions of the Contract for Construction included in the
Contract Documents for the project. The extent and limitations of the duties and
responsibilities of Engineer as assigned in said Contract Documents shall not be modified,
except as Engineer may otherwise agree in writing. City shall issue all instructions to the
contractor performing the Work (hereinafter called "Contractor") except as otherwise
provided in writing.
2. Make periodic visits to the site to observe the progress and quality of the executed work and
to determine in general if the work is proceeding in accordance with the Contract
Documents. In performing this service, the Engineer will not be required to make exhaustive
or continuous on-site inspections to check the quality or quantity of the work or material; he
will not be responsible for the techniques and sequences of construction or the safety
precautions incident thereto, and he will not be responsible or liable in any degree for the
contractors' failure to perform the construction work in accordance with the Contract
Documents. During visits to the construction site, and on the basis of the Engineer's on-site
observations as an experienced and qualified design professional, he will keep the City
informed of the extent of the progress of the work, and advise the City of material and
substantial defects and deficiencies in the work of contractors which are discovered by the
Engineer or otherwise brought to the Engineer's attention in the course of construction, and
may, on behalf of the City, exercise whatever rights the City may have to disapprove work
and materials as failing to conform to the Contract Documents.
3. Attend and conduct the monthly progress/coordination meeting with the city, contractor and
others including review of the project schedule.
4. Make recommendations to City concerning the disapproval or rejection of Contractors' Work
while it is in progress if Engineer believes that such Work will not produce a completed
project that conforms generally to the Contract Documents or that it will prejudice the
integrity of the design concept of the project as reflected in the Contract Documents.
Engineer shall have access to the Work at all times wherever it is in preparation or progress.
5. Consult and advise with the City; issue all instructions to the contractor requested by the
City; and prepare routine change orders as required.
6. Evaluate and determine the acceptability of substitute materials and equipment proposed by
Contractor.
7. Make recommendations to City regarding the advisability of requiring special inspections or
testing of the Work and have City, for the purposes of this paragraph, receive and review all
certificates of inspections, testing and approvals required by laws, rules, regulations,
ordinances, codes, orders or the Contract Documents to determine generally that their content
complies with the requirements of, and the results certified indicate compliance with, the
Contract Documents.
8. Act as initial interpreter of the requirements of the Contract Documents, judge the
acceptability of the Work and make decisions on all claims of City and Contractor relating to
the acceptability of the Work or the interpretation of the requirements of the Contract
Documents pertaining to the execution and progress of the Work. Engineer shall not be
liable for the results of any such interpretations or decisions rendered in good faith.
9. Review samples, catalog data, schedules, shop drawings, laboratory, shop and mill tests of
materials and equipment and other data which the contractor is required to submit, only for
conformance with the design concept of the Project and compliance with the information
given by the Contract Documents; and assemble written guarantees which are required by the
Contract Documents.
10. Determine the amount owing to Contractor based on Engineer's observations at the site and
the data comprising the Application for Payment, and recommend in writing payments to
Contractor in such amounts. Such recommendations of payment will constitute a
representation to City that the Work has progressed to the point indicated and that, to the best
of Engineer's knowledge, information and belief, the quality of the Work is in accordance
with the Contract Documents. The foregoing representations are subject to an evaluation of
the Work for conformance with the Contract Documents upon Substantial Completion, to
results of subsequent tests and inspections of others, to minor deviations from the Contract
Documents correctable prior to completion and to specific qualifications expressed by
Engineer. The issuance of a recommendation will further constitute a representation that the
Contractor is entitled to payment in the amount certified. However, the issuance of a
recommendation for payment will not be a representation that the Engineer has (1) made
exhaustive or continuous on-site inspections to check the quality or quantity of the Work; (2)
reviewed construction means, methods, techniques, sequences or procedures; (3) reviewed
copies of requisitions received from Subcontractors and material suppliers and other data
requested by the City to substantiate the Contractor's right to payment; or (4) made
examination to ascertain how or for what purpose the Contractor has used money previously
paid on account of the Contract Price.
11. Receive and review maintenance and operating instructions, schedules, guarantees, bonds,
certificates of inspection and tests and approvals of equipment, which are to be provided by
Contractor in accordance with the Contract Documents. Determine that their content
complies with the requirements of the Contract Documents and transmit them to City with
written comments.
12. Conduct, in company with the City, a preliminary and a final inspection of the Project for
assessing conformance with the design concept and compliance with the Contract
Documents, determining the substantial completion date for the Project, and recommending
final payment to the contractor in writing.
13. Revise contract drawings, with the assistance of the City's representative, to provide record
drawings of the completed Project. Furnish one set of reproducible drawings, electronic files
(AutoCAD 2000i on CD ROM), and two sets of prints of the record drawings to the City.
Because data stored in electronic media format can deteriorate or be modified inadvertently or
otherwise without authorization of the data's creator, the party receiving electronic files agrees
that it will perform acceptance tests or procedures within 60 days, after which the receiving
party shall be deemed to have accepted the data thus transferred. Any errors detected within
the 60 -day acceptance period will be corrected by the party delivering the electronic files.
Engineer shall not be responsible to maintain documents stored in electronic media format after
acceptance by the City. When transferring documents in electronic media format, Engineer
makes no representations as to long term compatibility, usability, or readability of documents
resulting from the use of software application packages, operating systems, or computer
hardware differing from those used by Engineer at the beginning of this Project. The City may
make and retain copies of Documents for information and reference in connection with use on
the Project by the City. Such Documents are not intended or represented to be suitable for
reuse by the City or others on extensions of the Project or on any other project. Any such reuse
or modification without written verification or adaptation by Engineer, as appropriate for the
specific purpose intended, will be at the City's sole risk and without liability or legal exposure
to Engineer or to Engineer's subconsultants. The City shall indemnify and hold harmless
Engineer and Engineer's subconsultants from all claims, damages, losses, and expenses,
including attorneys' fees arising out of or resulting there from. If there is a discrepancy
between the electronic files and the hard copies, the hard copies will govern.
14. Compile, review, and comment on operation and maintenance manuals, which will be
provided by Contractor in accordance with the Contract Documents.
15. Assist City staff during start-up of the project. The Engineer shall provide technical support
and professional advice regarding any unforeseen problems with the operation and
maintenance of the Project for a period of 1 year to the City.
ADDENDUM TO EXHIBIT D
Fee Schedule
The changes to the fee schedule for this project are as follows:
$16,633 I
Sheet Sheet/Task Description
SERIES 100 - Pipeline
# 1C11 Plan & Profile - Forest Creek Drive (1"=20')
# 1C12 Plan & Profile - Forest Creek Drive (1"=20')
# 1C13 Pian & Profile - Forest Creek Drive (1"=20')
PROJECT MANUAL
Division 0 - Bidding Requirements & Conditions
Division 15 - Mechanical
MISCELLANEOUS TASKS
Preliminary and Final Route Alignment Field confirmation visits
Pre -advertisement field confirmation visit
Project Administration
LABOR TOTALS
City of Round Rock
East Water Transmission Line, Phase 3B-2
DESIGN DOCUMENTS PREPARATION
12 -inch Water Line on Forest Creek Drive
Budget Hours
Project Project Senior Project Admin.
Principal Manager En ineer Engineer Technician Assistant
2 2
2 2
2 2
2
8 16
8 16
8 16
2 4
2 4
12
4
8
4
4
Task
Fee
$3,300
$3,300
$3,300
$900
$900
$1,900
$500
$1,000
TOTAL DIRECT LABOR FEE
TOTAL LABOR FEE
TOTAL HOURS
6
8
52 8
48
8
$15,100
REIMBURSABLE DIRECT COSTS
Postage & Delivery
Travel Expenses
Miscellaneous
Printing & Photocopying (Check Prints 11x17)
Telephone
Technology Charge:
3 Months
3 Months
3 Months
3 Months
130 hours t $4.10/hour
$15,100
$50.00 per month
lump sum mileage
$50.00 per month
$0.10 per copy
$100.00 per month
500 copies/mn
$150
$250
$150
$150
$300
$533
TOTAL REIMBURSABLE DIRECT COSTS
$1,533
TOTAL DESIGN FEE
Task Description
BIDDING
Administration
8 Weeks Est. Bid Duration
3 Phone Calls/Week
Hours per Phone Call
Phone Call Allowance
Pre -Bid Meeting
Correspondence
Recommendation for Award
LABOR TOTALS
City of Round Rock
East Water Transmission Line, Phase 3B-2
BIDDING AND CONSTRUCTION PHASE SERVICES
12 -inch Water Line on Forest Creek Drive
Budget Hours
Project Project Senior Project Admin.
Principal Manager Engineer Engineer Technician Assist.
1
1
4
1
2
Task
Fee
$700
$0
$300
Bidding Expenses
Postage & Delivery
Travel Expenses
Miscellaneous
Printing & Photocopying
Printing of Bid Sets
Telephone
Technology Charge:
TOTAL BIDDING FEE
0 2
0
2 Months $25.00 per month
lump sum mileage
2 Months $25.00 per month
2 Months $0.10 per copy
50 Sets $3.00 per set
2 Months $10.00 per month
9 hours @ $4.10/hour
5
0
500 copies/mn
2
$50
$0
$50
$0
$150
$20
$0
CONSTRUCTION
Meetings/Site Visit:
36 Weeks Est. Project Duration
Visit Time Allowance
Pre -Construction Meeting
Correspondence
Hours per Week Project Correspondence
Administrative (monthly reports, files, billing, subcontract admin)
Construction Administration
Pay Application: Hours per Contractor Payment Requests
Submittal Review
Hours per Shop Drawing Review
4 Shop Drawing Submittals
Hours per O&M Manaul Review
1 O&M Manuals
Hours per Misc. Or Resubmittal
1 Misc and Resubmittal Review (20%)
Requests for Information and Field Orders
Hours per Response
2 Responses
Inspection - Preliminary & Final
Start-up Observation and Advice
Record Drawings - approx 28 sheets
Close-out Document Review
LABOR TOTALS
'TOTAL LABOR FEE
TOTAL HOURS
2
2
2
4
2
1
1
4
1
2
4
4
4
$1,270 1
$200
$0
$400
$400
$0
$400
$200
$100
$100
$400
$100
$600
$0
0 0
0 26
4
8
REIMBURSABLE DIRECT COSTS
Postage & Delivery
Travel Expenses
Miscellaneous
Printing & Photocopying
Printing of Record Sets
Telephone
Technology Charge:
'TOTAL REIMBURSABLE DIRECT COSTS
3 Months
$25.00 per month
lump sum mileage
3 Months $25.00 per month
3 Months $0.10 per copy
5 Sets $3.00 per set
3 Months $10.00 per month
38 hours @ $4.10/hour
500 copies/mn
$2,900 I
$75
$250
$75
$150
$15
$30
$156
'TOTAL CONSTRUCTION FEE
$751 I
$3,651 I
DATE: March 4, 2006
SUBJECT: City Manager Approval - March 24, 2006
ITEM: Action authorizing the City Manager to execute Supplemental
contract No. 1 with HDR Engineering, Inc. for the design of
the East Water Transmission Line, Phase 36-2
Improvements.
Department: Water and Wastewater Utility
Staff Person: Tom Clark, Director of Utilities
Justification:
This Supplemental Contract is for the design of the "Forest Creek 12 inch
Waterline" that will provide water to the Forest Creek area to correct high
velocities in the existing 12"
waterline in Forest Creek Drive caused by high
demands in the area.
Funding:
Cost: $21,554.00
Source of funds: Utility Self -Financed Construction - Water
Outside Resources: HDR Engineering, Inc.
Background Information:
This 12" water line was identified in the Water Distribution System Master Plan
dated August 2004. The waterline will be designed and incorporated into the
East Water Transmission Line, Phase 3B-2 Construction Plans. This water line
project will be approximately 1,150 linear feet in length and will run down
Forest Creek Drive from Red Bud Lane to St. Andrews Drive. Total estimated
cost of the project is $187,942.00.
Public Comment: N/A
Request for City Council/City Manager Action
0 City Council
City Manager
Submit completed form for all City Manager and City Council approvals.
For Administration Use ONLY
REermAP,7
Department Name:
Contact Person:
Project
Manager/Resource:
Project Coordinator:
Assigned Attomey:
Blue Sheet wording
WNVW UTILITY
Latha Kumar/Tiffany Galley
Don Rundell
Council or City Manager Approval Date:
Tag #
01,
Original Documents Received:
Project Name: East Water Transmission Line, Phase 3B-2 Improvements.
Contractor/Vendor: HDR Engineering, Inc.
Funding Source:
Amount
Account Number:
March 24, 2004
UWitySeif-Financed Construction - Water
$21,554.00
Action authorizing the City Manager to execute Supplemental Agreement No. 1 with HDR Engineering, Inc. for the design of the East Water
Transmission Line, Phase 3B-2 Improvements.
Finance Information
Is Funding Required?
D
0
Finance Approval
0Finance
JFInance
Purchasing
Yes El No
Initial Construction Contract
Construction Contract Amendment #
Change Order if
Changs in Quantity
Unflorsssen Clreumstanvsa
Initial Professional Services Agreement
Supplemental Professional Svcs. AI 9 1
Purchasing/Service Agreement
Purchase Order
Item(s) to be purchased:
Amount
$21,554.00
Other (Please clearly identify action on lines below)
Date
Date
Date
❑BudOet Date
RReeauired for Submission of AL{,ibc •
..)/i . Manager It—msDept. Director Signature:
....
Project Mgr. Signature:
4 ../
City Attorney Signature: `/,
City Manager Signature:
; • . • is req I rod for all Mom
Date: .7-15-06,
Date: �J "'CC
Date: a�
c)
Updated 2!18/08
Request for City Council/City Manager Action
ED City Council City Manager
For Administration Use ONLY
Received:
Tag #
Submit completed form for all City Manager and City Council approvals. Original Documents Received:
Department Name: w/wW UTILITY
Contact Person: Latha Kumar/Tiffany Calley
Project
Manager/Resource: Don Rundell
Project Coordinator:
Assigned Attorney:
Council or City Manager Approval Date:
Blue Sheet Wording
Project Name: East Water Transmission Line, Phase 3B-2 Improvements.
ContractorNendor: HDR Engineering, Inc.
Funding Source:
Amount:
Account Number:
March 24, 2006
Utility Self -Financed Construction - Water
$21,554.00
Action authorizing the City Manager to execute Supplemental Contract No. 1 with HDR Engineering, Inc. for the design of the East Water
Transmission Line, Phase 3B-2 Improvements.
Finance Information
Is Funding Required? o Yes No
Initial Construction Contract
Construction Contract Amendment #
Change Order #
Change in Quantity
Unforeseen Circumstances
Amount
EIInitial Professional Services Agreement
xx Supplemental Professional Svcs. A # 1 $21,554.00
EJPurchasing/Service Agreement
Finance Approval
Finance
Finance
EJPurchasing
EJBudget
Purchase Order
Item(s) to be purchased:
Other (Please clearly identify action on lines below)
L. Olsen
N/A E. Wilson
N/A CYD
Date 3/22/2006
Date 3/21/2006
Date
Date 3/21/069
Required for Submission of ALL City Council and City Manager Items
Project Mgr. Signature: Date:
Dept. Director Signature: Date:
City Attorney Signature*: K Date:
City Manager Signature: Date:
Legal Approval is required for all items.
Updated 2/16/06