Loading...
CM-2016-1073 - 4/2/2016STATE OF TEXAS § COUNTY OF WILLIAMSON § SUPPLEMENTAL CONTRACT NO.2 TO CONTRACT FOR ENGINEERING SERVICES FIRM: CP&Y, INC. ("Engineer") ADDRESS: 13809 Research Boulevard, Suite 300, Austin, TX 78750 PROJECT: Lake Creek 3 Wastewater Line Upgrade This Supplemental Contract No. 2 to Contract for Engineering Services is made by and between the City of Round Rock, Texas, hereinafter called the "City" and CP&Y, Inc., hereinafter called the "Engineer". WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the "Contract", on the 23rd day of June, 2011 for the Lake Creek 3 Wastewater Line Upgrade Project in the amount of $90,814.27; and WHEREAS, the City and Engineer executed Supplemental Contract No. 1 on October 14, 2014 to amend the scope of services and to increase the compensation by $38,996.12 to a total of $129,810.39; 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 $19,107.31 to a total of $148,917.70; NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract is amended as follows: I. Article 1, City Services and Exhibit A, City Services shall be amended as set forth in the attached Addendum To Exhibit A. II. Article 2, Engineering Services and Exhibit B, Engineering Services shall be amended as set forth in the attached Addendum To Exhibit B. Exhibit C, Work Schedule shall be amended as set forth in the attached Addendum To Exhibit C. Supplemental Contract Rev.12/01/08 0199.7173;00354444 84275 0A4rZv/4 — 16 S Article 4, Compensation and Exhibit D, Fee Schedule shall be amended by increasing by $19,107.31 the lump sum amount payable under the Contract for a total of $148,917.70, as shown by the attached Addendum to Exhibit D. IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental Contract in duplicate. CP&Y,, IN,C..� d,T4Z'/Z olio Date CITY QrJZOUND ROCI� 7"D A,,� Alan ;, - _ - Attorney Date Supplemental Contract Rev.12/01/08 0199.7173;00354444 84275 0) ADDENDUM TO EXHIBIT A City Services The City will continue to furnish the following information to the Engineer and/or perform the following tasks: 1. Provide existing reports or data the City has on file concerning comprehensive master planning, land use, population forecasts and/or private land development within the Lake Creek wastewater collection basin. 2. Provide design criteria for development of PS&E documents. 3. Provide existing data the City has on file concerning water demands and wastewater flows within the Lake Creek wastewater collection basin. 4. Define service area for the project based on the area map prepared by the Engineer. 5. Provide existing data the City has on file concerning the Project. 6. Provide as -built plans for the existing wastewater lines. 7. Provide as -built plans for City owned utilities within the project area. 8. Provide utility, parcel and/or topographic mapping information of the project area. 9. Assist the Engineer in locating and exposing existing wastewater manholes that are buried. 10. Assist the Engineer, as necessary, in obtaining any required data and information from the State, County, and/or other franchise utility companies. 11. Assist the Engineer by requiring appropriate utility companies to expose underground utilities within the right-of-way, when required. 12. Give prompt written notice to the Engineer whenever the City observes or otherwise becomes aware of any development that affects the scope of the Engineer's services. 13. Provide construction inspection and construction testing services including coordination and scope of services. 14. Pay all fees associated with approvals and/or permits from entities when such approvals and/or permits are necessary as determined by the City. 15. Pay for costs associated with newspaper public notice for bid advertisement. 16. Secure easements (using documents prepared by Engineer) as required for construction of improvements described in Engineer's final design plans. ADDENDUM TO EXHIBIT B Engineering Services In addition to the scope outlined in the original Engineering Services Contract dated June 23`d, 2011 for the Lake Creek 3 (LC -3) Wastewater Improvement Project, the Engineer shall provide additional construction phase services as outlined below. The LC -3 project has been designed to upsize all of the existing pipe (about 1300 LF) to 36 inch diameter pipe to allow the abandonment of an adjacent section of the Lake Creek 2 pipeline located within Lake Creek (LC -2). The upstream and downstream ends of LC -3 will tie to LC -2, and a section of LC -2 will be replaced by the proposed LC -3 project. In addition, the LC -3 project has been combined with a concurrent LC -2 project that ties to the referenced upstream and downstream ends of LC -3. The Engineer will continue to coordinate construction administration for the combined project. The Engineer for the LC -2 project will retain responsibility for submittal review, RFI responses, change order request reviews and construction changes to the LC -2 portion of the project. The Engineer shall also provide the necessary engineering and technical services for the completion of the Stormwater Pollution Prevention Plan (SWP3) as well as additional coordination for submittal reviews, Requests for Information (RFI), Change Order review, and specification interpretation assistance for both segments of the Lake Creek project. The tasks and products are more fully described in the following TASK OUTLINE. I. BASIC SERVICES B. ADDITIONAL BID AND CONSTRUCTION PHASE SERVICES 1. BID PHASE SERVICES (a) NA 2. ADDITIONAL CONSTRUCTION PHASE SERVICES (a) The Engineer will prepare a SWP3 for both segments of the Lake Creek project. The City will review and comment, and the Engineer will finalize and seal the SWP3. The Engineer will prepare the Notice of Intent, and the City will execute and submit the NOI with the necessary fees to TCEQ. (b) NA (c) Issue necessary clarifications and interpretations of the Construction Contract Documents as appropriate to the orderly completion of the Contractor's work. Such clarifications and interpretations will be consistent with the intent and reasonably inferable from the Construction Contract Documents. (d) Make recommendations to the Owner regarding change orders as appropriate and when directed by the Owner, and prepare Change Orders as reasonably required. Preparation of Change Orders, which result from significant changes in the scope, extent, or character of the Project designed by the Engineer, is not included in this scope of services. (e) Review samples, catalog data, schedules, submittals, shop drawings, laboratory, shop and mill tests of material and test equipment and other data as required by the Construction Contract Documents, but only for conformance with the design concept indicated in the Construction Contract Documents. Such reviews will not extend to means, methods, techniques, sequences or procedures of construction or to safety precautions and programs incident thereto. (f -g) NA ADDENDUM TO EXHIBIT C Work Schedule Duration Completion Date Notice to Proceed 0 Apr 22, 2016 SWP3 Submittal 0 NA Construction Phase Services 284 Jan 31, 2017 Project Close -Out 0 Jan 31, 2017 Addendum to Exhibit D Lake Creek 3 Wastewater Line Upgrade City of Round Rock Fee Schedule Task Description Total Cost L BASIC SERVICES A. PRELIMINARY ENGINEERING $ B. DESIGN AND BID DOCUMENT PREPARATION $ C. BID AND CONSTRUCTION PHASE SERVICES $ 19,107.31 D.EXPENSES $ SUB -TOTAL BASIC ENGINEERING SERVICES $ 19,107.31 I/. SPECIAL SERVICES A. CP&Y ENVIRONMENTAL SERVICES $ B. INLAND GEODETICS, LP $ C. FUGRO CONSULTANTS, INC. $ - SUB -TOTAL SPECIAL SERVICES $ - GRAND TOTAL (BASIC & SPECIAL SERVICES) $ 19,107.31 00354457.XLSX Page 1 of 6 x J x L!1 ZT L(1 m 0 0 a m J N V oO p U m O ~ fA fA f9 (A fA (9 fA f9 s9 t� � C A J 0 o O — O m = O F - U � O Q U U fA fA fA fA f9 O O O p m `A O fA fA fA lA ff3 d C O O � O M a w w d F»EnwviFn � o CSi CL g � o0 h 41 Y C W vi us vi ra f» V L LL U d O i i i 3 CL w Q. N o 0 5 U p- O d •- O Y U aa` (0w.90969 L U m Y f6 J m c o c d m E v c N -y 0 9 N 20 O N EE N 2 W U .r. °E vw 2c m a LU Z 0.9 N C - C W O SE v y asUU �,0mrdo �,,.. z z > 2 �y ° E='hyo y 06 CL U z W W `o E v O N C o m Ui t a N C m'- c o (n yN5F O m � m y c S -H 8-' w m a O O o a' �n0��0 m ? �Ed�=yvow PHmuQ o p NW Fd�.S� aUo m61 �O m a m L) j ��°od>>c> mo- md�m WZ)��{1,J�Wm - O-iOXz) v w E aAUQ�p_O _ xOO HLLW d t N n U a m a U v m w t N m d LL x J x L!1 ZT L(1 m 0 0 7 0 0 m v OA f0 m `o m J U N O O U A F fr9 v9 w (9 69 f9 69 69 fH 69 10 61� w m o o 0 0 F J 2 C O O d N Q U 69 < C 0 0.2 0 p 2 0 ¢ 41 IDN U r f» O fA w w fA w aVi � o 0 d » w cC L 0 Q o d 0 E rm O Y w Ul. J O fA f9 fR 6-9 fA L N O d � O to NLL fn f13 fA 69 w cC a- O cc n o , L U Y N N m C m 0 C C O W o ¢ N m m f0 O C c E c y N W O m e 2 C v o N Q m ¢ W m T y To J U E a m U v o O v n 0.1 N m ° m O m rn F- >U) C 3 N f0 N (� 0 F- cn co 0 c m m N E U IRE U pO¢Z IL =yEaU 'myU — ¢ � Z C r _ �yc 0 d O C O o QQ O mQ W¢ W N O N d (n J¢ J LL p In D N c .� d C U N? CO `f `� a i0 m j U= N W w W O m ,p y .. o C o m C N o o m 2 c m I¢— O> O x n m F W m �¢d oo m0 W ddb -200F LL. cn d U_ V m 7 O w N O W N d L N 4. cu.O 0.. l0'DUV 4) cm U U fn q y m N LL 0 0 m v OA f0 m X N X n tfi d' d' Ln m 0 0 a° 8 8888 0 8 nl J N 99 9 � O ` O m N m t0 a O U A F w w w w www .(9 w w w w w w w A J 0 O — m = O F C U N m m Q N n 6 U w wwwww in ° o 0 O m o a d � U � � w w w w w F p LLI M w o m m m Q Q o 0 o Q n 0 0 0 N N O N m m 'tcl) N V o Q N cl I d d O Q Q w w w w m 0 0 0 m O O O Q OO V V OO w m Q V O C O V m N L d O N r al m w w Q w www w d N m m m m N 0 0 0 m n 0 0 0 0 m 0 V d rn 8 oQ rn 'ov J O O C tp NOIN (") 3 3 CM Y U w o N ` N a m U m `o N (D Z J N = C m E m c c c3 m m E p a m 'n U c ° v o n _ & 'c N O c °w Cc n N O «� C C 6 y m 0 m � a E 16m8 E o ° m mC m m p t Fi w m° ami t `o m fn m U) �L yc va!a N a m N gym"c a`� E v w Q ¢ D C m d Q V) p n a ¢ $ cm E v D O m 0 .0 Hid O 0 0 � J C N pl C y F¢-OOaO o L. o=� E c Jm" 170H> w _p v E E o HmO omaa m�<m(0n W3 ¢ m p w <n n vmi m 3'E p 3 c 3 3 m i m m m O wg U x J LL 0 d Y U 0 m U. d m a m m E m m m m m y m E N W K Q~ ��wFwm > m m e ai a m c t> ppmm cQ 23 2..m OY >Y'>» mmmm� m L° a �.O_>pX� wti aU❑ ¢a0mw.m _wU� ��Q:�U x m w =xo0HLLrn t m O fn U mma my m—, Uma ma m.` r I I m m N LL X N X n tfi d' d' Ln m 0 0 0 0 ui ai m a X N X 0 J d N � O O U A FfA t9 N � V3 en O n N J � O O — O d 2 ' T � 7 O U n a � u�w wuaw � � d v c o o U) Q ai uaw wu cu C y o o > U n c3 L w a w N Q. O s O O J d5;�� vO L LL W V) O C 7 o N O o m o � c M ++ s U w d 0 CU c N CD z s m J N C E d d0 N O E 0 N � w N a F Q � V C d C J Q i U C t0 m O U) U c d O m 0 W CN O U O N J F O F U _ W _ H 0 m Qo 13 aNi U m m� Q W Q LL F m O W c fqm 7 BU=J O O h E C C m t m W� Q W F W F m H o � y m 2 d d � -0XD 2 Oif Mu) cn w in C7 y Q m U LL 0 0 ui ai m a X N X Addendum to Exhibit D Lake Creek 3 Wastewater Line Upgrade City of Round Rock Expense Item Unit Unit Cost Amount Total Cost CADD Plotting sf $ 1.50 $ Mylar Plots If $ 6.00 $ Digital Ortho Plotting If $ 2.00 $ 11" X 17" Mylar sheet $ 1.00 $ 8 1/2" X 11" B/W Paper Copies sheet $ 0.10 $ 11" X 17" B/W Paper Copies sheet $ 0.15 $ 8 1/2" X 11" Color Paper Copies sheet $ 1.00 $ 11" X 17" Color Paper Copies sheet $ 1.80 $ Fax Copies sheet $ 0.10 $ Film and Development roll $ 8.00 $ 4 X 6 Digital Color Prints picture $ 0.50 $ Oversized Digital Color Prints picture $ 50.00 $ Standard Postage letter $ 0.44 $ Express Mail Standard each $ 15.00 $ Express Mail Oversized each $ 30.00 $ Deliveries each $ 25.00 $ Airfare each $ 200.00 $ Rental Car da $ 80.00 $ Lodging da $ 85.00 $ Meals da $ 36.00 $ Mileage mile $ 0.550 $ GPS Rental da $ 100.000 $ Cultural Resources Archival Research each $ 500.000 $ HazMat Database Search each $ 200.000 $ Miscellaneous Project Related Expenses NA at cost $ SUBTOTAL DIRECT EXPENSES I $ 00354457.XLSX Page 6 of 6 Ss�-dwS II in I. I 1CD m D Ill C7 C7 L G7 z W N 0 r Z 2 m NPA Ul 9 Cl) CPr X ui ;urn Mn >m Co M FX 0 c ®� C- M X 2 n C- y i, DOVE HAVEN DR l l� i3' City of Round Rock J f ]% ROUND ROCK TCXAs Agenda Item Summary Agenda Number: Title: Consider executing Supplemental Contract No. 2 with CP&Y, Inc. for the Lake Creek 3 Wastewater Line Upgrade Project. Type: City Manager Item Governing Body: City Manager Approval Agenda Date: 4/1/2016 Dept Director: Michael Thane, Director of Utilities and Environmental Services Cost: Indexes: Attachments: SCNo.2_CP&Y_LakeCreek3_4.1.16.pdf, LAF_CP&Y_LakeCreek3_4.1.16.pdf, MAP_LC3_CM4.1.16.pdf Department: Utilities and Environmental Services Text of Legislative File CM -2016-1073 Consider executing Supplemental Contract No. 2 with CP&Y, Inc. for the Lake Creek 3 Wastewater Line Upgrade Project. On June 23, 2011, an engineering services contract with Chiang, Patel, & Yerby, Inc., (CP&Y, Inc.) was awarded for design and construction phase services for proposed wastewater main improvements along Lake Creek from Lake Creek Park to Burnet Street. This project will increase the capacity of approximately 1,300 linear feet of existing 12 -inch and 18 -inch diameter wastewater mains to a 30 -inch wastewater main. It was later determined that wastewater capacity would increase due to an agreement with the City of Austin to provide capacity in the Southwest Interceptor (Lake Creek 2 & Lake Creek 3). Additional capacity required changing some of the line sizes to a 36 -inch main. Supplemental Contract No. 1 was needed for additional Design and Construction Phase services. Supplemental Contract No. 2 is now required for the preparation of a Stormwater Pollution Prevention Plan (SWPPP) and additional Design and Construction Phase services. The fee for Supplemental Contract No. 2 is for $19,107.31 which brings the total contract amount to $148,917.70 City of Round Rock Page 1 Printed on 313112016