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