CM-2015-828 - 7/20/2015STATE OF TEXAS
COUNTY OF WII.LLIAMSON
SUPPLEMENTAL CONTRACT NO.1
TO CONTRACT FOR ENGINEERING SERVICES
FIRM: BINKLEY & BARFIELD, INC. ("Engineer")
ADDRESS: 1611 Chisholm Trail Road, Suite 250, Round Rock, TX 78681
PROJECT: FM 3406 — Sports Center Wastewater Line Improvements
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 Brinkley & Barfield, Inc.,
hereinafter called the "Engineer".
WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter
called the "Contract', on the 27th day of April, 2015 for the FM 3406 — Sports Center
Wastewater Line Improvements in the amount of $35,376.00; and
WHEREAS, it has become necessary to amend the Contract to modify the provisions for the
scope of services and to increase the compensation by $9,234.00 to a total of $44,610.00;
NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract
is amended as follows:
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 Q. Fee Schedule shall be amended by increasing by
$9,234.00 the lump sum amount payable under the Contract for a total of $44,610.00, as shown
by the attached Addendum to Exhibit D.
�M-Zos--8Z8
Supplemental Contract
00337771/ss2
IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental
Contract in duplicate.
BINKLEY & BARFIELD, INC.
0
Date
CITY OF D ROCK
By: 1
Laurie Hadley, Cityanager
(�I& 9-o Z olf
Date
Supplemental Contract
00337771/ss2
AP R VEDAS T FORM:
Steph L. Sheets, City Attorney
1s
ADDENDUM TO EXHIBIT B
Engineering Services
The changes to the scope of this project are as follows:
Basic Services:
A. Design and Bid Phase
1. Produce all construction drawings and obtain permits necessary for the construction of
the improvements associated with the new route at the Sports Center. Construction
drawings are to be produced at the schematic level in order to get final agreement on
the placement and alignments of all proposed lines. Once alignments are agreed upon,
construction drawings are to be produced at the 60%, 90%, and 100% design stages.
2. Provide all technical specifications necessary for the new route at the 60% and 90%
design stages.
3. Preparation and updating of cost estimate for the new route at the schematic, 60%,
90%, and 100% design stages is included as part of the original scope.
4. Design review meetings (up to 3) are included in the original scope.
5. It is our understanding that it will be the contractor's responsibility to prepare the
Stormwater Pollution Prevention Plan (SWPPP) as stated in the original scope.
6. Surveying: Obtain topographic and tree survey information along the new route. No
easements are proposed for this project at this time.
7. Geotechnical engineering included in the original scope.
8. Attend pre-bid meeting (included in original scope).
9. Aid City in answering contractor questions during the bid phase (included in original
scope).
10. Aid City in evaluating contractor bids and qualifications (included in original scope)..
B. Construction Phase Services (included in original scope)
C. Reimbursables / Reproductions (included in original scope)
Addendum to Exhibit D
Fee Schedule
Project Name: On Time On Budget
Task
Total
Labor Hours
Total
Loaded Labor Cost
Other
Direct Costs
Subconsultants
TOTALS
Task 1: Surveying
43
$4,354.00
$0.00
$0.00
$4,354.00
Task 2: Public Outreach and Concept Design Development
0
$0.00
$0.00
$0.00
$0.00
Task 3: Preliminary Design/ 30% plans
0
$0.00
$0.00
$0.00
$0.00
Task 4: Final Design/ 60%, 90%, 100% plans
67
$4,068.00
$0.00
$0.00
$4,068.00
Task 5: Bid Phase Services
0
$0.00
$0.00
$0.00
$0.00
Task 6: Construction Phase Services
0
$0.00
$0.00
$0.00
$0.00
Task 7: Project Management - (e.g. meetings, accounting, etc.)
6
$812.00
$0.00
$0.00
$812.00
GRAND TOTAL:
116
$9,234.00
$0.00
$0.00
$9,234.00
Guidelines:
Not all task categories will apply to each project. The list above is not all inclusive.
There should be at least 3 task categories (e.g. pre -design work, design work, post -design work).
Construction phase services shall be listed as a separate task.
Project Management shall be listed as a separate task.
Subconsultants tasks (and fees) shall be itemized when the subconsultant tasks reach $20,000 or 10% of the contract price whichever is greater.
Details of task breakdowns inlcuding hours per person, and their full -loaded rate shall be provided to the PM for review and approval.
Detail shall be maintained in the project file but NOT included in the contract documents or with Agenda packet.
A separate task line or table may be used for cost plus services; however, only a loaded rate shall be shown.
ra
JTF
OCity of Round Rock
ONO ROCKxas Agenda Item Summary
Agenda Number:
Title: Consider executing Supplemental Contract No. 1 with Binkley & Barfield,
Inc. for the FM 3406 Round Rock Sports Center Wastewater Line
Improvements.
Type: City Manager Item
Governing Body: City Manager Approval
Agenda Date: 7/10/2015 /
Dept Director: Michael Thane, Director of Utilities and Environmental Services
Cost:
Indexes:
Attachments: SC#1_BinkBar_FM3406_CM7.10.15.pdf
Department: Utilities and Environmental Services
Text of Legislative File CM -2015-828
Consider executing Supplemental Contract No. 1 with Binkley & Barfield, Inc. for the
FM 3406 Round Rock Sports Center Wastewater Line Improvements.
/�- (A M (10 � -( -e 1 e4L -
Group One (Pens`ke) is developing the property of land at 2800 Chisholm Trail, located
north of the existing Sports Center, west of Chisholm Trail and north of F.M. 3406. In a
Memorandum of Understanding (MOU), the developer has agreed to pay the cost of
the upsizing of an existing 10 -inch Wastewater Line (WWL) along F.M. 3406.
This project will increase the final segment (manhole to manhole) of the 10 -inch WWL
before it ties into the Onion Branch Regional Interceptor (approximately 350 If) to an
18 -inch WWL. The cost of the 10" to 18" upsize will be reimbursed by the Group One
developer and is verified in the MOU. Also included in this project is approximately
1000 L.F. of 8 -inch WWL running along the west side of the Sports Center to extend
wastewater service to the Group One parcel immediately to the north.
The City Utility staff engaged the local engineering firm of Binkley & Barfield, Inc. to
perform the necessary design engineering, bid phase and minimal construction phase
services. The City Utility staff asked Binkley & Barfield to survey and design the
wastewater line to run adjacent to the existing Oncor and Atmos easements which lie
adjacent to the railroad ROW. It became clear that the existing elevation at the north
City of Round Rock Page 7 Printed on 7/18/2015
Agenda Item Summary Continued (CM -2015.828)
portion of the line would be too shallow. The Utility staff has requested an additional
survey and design for a line to cross the Sports Center property at a diagonal and
terminate at a location of higher elevation that has been since agreed to by the Group
One design team. The cost for this additional work is $9,234 which will raise the
original contract of $35,376 to $44,610. The City Utility staff recommends the City
Manager to authorize execution of Supplemental Contract #1 with Binkley and Barfield,
Inc. for the amount of $9,234.
Staff recommends approval.
City of Round Rock Page 2 Printed on 7/18/7015
LEGAL DEPARTMENT APPROVAL FOR CITY COUNCIL/CITY MANAGER ACTION
Required for Submission of ALL City Council and City Manager Items
Department Name: Public Works Project Name: FM 3408 - SC Wastewater tine improvements
Project Mgr/Resource: Jeff Bell ContractorNendor: Binkley x Barfield, Inc.
Council Action:
ORDINANCE RESOLUTION
Agenda Wording
xx City Manager Approval
CMA Wording
Consider executing Supplemental Contract No. 1 with Binkley & Barfield, Inc. for the FM 3406 Round Rock Sports Center
Wastewater Line Improvements.
Attorney Approval
El -Attorney f �i���Date �4161Z 11r
Notes/Comments _
Subject to Engineer's signature.
H,(u A vu. 7M--- 1011-\ g trM of
pork, rit,t � NI-7.o15-$Z�d,
SCW,DUt.?,t"J F e, 7J ID C'm-
71 a,#,,i �Ja'
0:\wdox\SCClnts\0127\1502\MISC\00337845.XLS Updated 6/3/08