Loading...
R-2018-5082 - 1/11/2018 RESOLUTION NO. R-2018-5082 WHEREAS, the City of Round Rock has previously entered into an Agreement for Professional Consulting Services for Engineering and Design Services Related to the Roundville Lane Project ("Agreement") with Stantec Consulting Services, Inc.; and WHEREAS, Stantec Consulting Services, Inc. has submitted Supplemental Agreement No. 3 to amend the Agreement to modify the Scope of Services and the Fee of services for the Roundville Lane Project; and WHEREAS, the City Council desires to enter into said Supplemental Agreement No. 3 with Stantec Consulting Services, Inc., 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 "City of Round Rock Agreement for Professional Consulting Services for Engineering and Design Services Related to the Roundville Lane Project with Stantec Consulting Services, Inc.," a copy of same 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. RESOLVED this 11th day of January, 2018. /",f, CRAIG A 46RMayor City of Round ock, Texas ATTEST: SARA L. WHITE, City Clerk 0112.1804,00392642 LEXHIBIT „A„ SUPPLEMENTAL AGREEMENT NO.3 TO "CITY OF ROUND ROCK AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES FOR ENGINEERING AND DESIGN SERVICES RELATED TO THE ROUNDVILLE LANE PROJECT WITH STANTEC CONSULTING SERVICES,INC." CITY OF ROUND ROCK § STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF TRAVIS § COUNTY OF WILLIAMSON § THIS SUPPLEMENTAL AGREEMENT NO. 3 to "City of Round Rock Agreement for Professional Consulting Services for Engineering and Design Services related to the Roundville Lane Project with Stantec Consulting Services, Inc.," hereinafter called "Supplemental Agreement No. 3," is made by and between the City of Round Rock, Texas, a home-rule municipality, hereinafter called the "City" and Stantec Consulting Services, Inc., hereinafter called the"Consultant." WHEREAS, the City and Consultant executed the referenced "City of Round Rock Agreement for Professional Consulting Services for Engineering and Design Services related to the Roundville Lane Project,"hereinafter called the "Agreement,"on June 9, 2016; and WHEREAS, the City and Consultant executed Supplemental Agreement No. 1 to amend the Scope of Services and increase the fee by an additional Three Hundred Five Thousand Seven Hundred and No/100 Dollars ($305,700.00) on March 23, 2017 by Resolution No. R-2017-4292; and WHEREAS, the City and Consultant executed Supplemental Agreement No. 2 to further amend the Scope of Services and increase the fee by an additional One Hundred Thirty-Six Thousand Eight Hundred Sixty-Three and 25/100 Dollars ($136,863.25) on May 5, 2017 by Resolution No. R-2017-4453; and WHEREAS, the City desires to further amend the Scope of Services to add additional engineering services for the Roundville Lane Project and further increase the fee by an additional Twenty-Seven Thousand Five Hundred Thirty-One and No/100.00 ($27,531.00); and WHEREAS, it is necessary to amend the Scope of Services and the Fee of services provided in the Agreement; 00385625/ss2 NOW THEREFORE, in consideration of the mutual promises and obligations in the Agreement and this Supplemental Agreement No. 3, the City and Consultant agree that said Agreement is amended and supplemented as follows: I. Section 3.0 of the Agreement is hereby amended to read as follows: 3.0 SCOPE OF SERVICES Consultant shall satisfactorily provide all services described herein and as set forth in Exhibit`B" and the attached Addendum to Exhibit"B"titled"Amended Agreement Form." II. Section 5.0 of the Agreement is hereby amended to read as follows: 5.0 CONTRACT AMOUNT Not-to-Exceed Fee: In consideration for the professional consulting services to be performed by Consultant, City agrees to pay Consultant an amount not-to-exceed Five Hundr-ed Seventy a 25i100 Dona— Pe9774 Six Hundred Six Thousand Two Hundred Ninety-Four and 25/100 Dollars (606,294.25), in accordance with Exhibit "D" entitled "Fee Schedule," and the attached Addendum to Exhibit "D,"which document is attached hereto and incorporated herein by reference for all purposes, in payment for services and the Scope of Services deliverables as delineated in Exhibit`B" and the attached Addendum to Exhibit"B"titled"Amendment Agreement Form." III. This Supplemental Agreement No. 3 shall amend the original Agreement only as set forth herein with no other changes in terms or conditions of the original Agreement. [Signatures on the following page.] 2 IN WITNESS WHEREOF, the City and Consultant have executed this Supplemental Agreement to be effective as of the last date of due execution by both parties. CITY OF ROUND ROCK, TEXAS STANTEC CONSULTING SERVICES, INC. By: By: Printed Name: Printed Name: Title: Title: Date Signed: Date Signed: ATTEST: By: Sara L. White, City Clerk FOR CITY,APPROVED AS TO FORM: By: Stephan L. Sheets, City Attorney 3 Stantec AMENDED AGREEMENT FORM EXHIBIT B Change Order # Change Order No. 1 Date 12 September 2017 "STANTEC" STANTEC CONSULTING SERVICES INC. STANTEC Project # 222010839 221 West 6th Street, Suite 600, Austin, TX 78664 Ph: (512) 328-0011 Fx: (512) 328-0325 email: arnold.gonzales@stantec.com CLIENT CITY OF ROUND ROCK Client Project # 222010839 2008 Enterprise Drive, Round Rock, TX 78664 Ph: (512) 218-7026 Fx: (512) 218-5536 email: clopez@roundrocktexas.gov Project Name and Location: Roundville Lane, Round Rock, Texas In accordance with the original Professional Services Agreement dated 26 May 2016 and Change Orders thereto, the Agreement changes as detailed below are hereby authorized. • Task 2: Geotechnical-Additional services for amended geotechnical analysis, report, and field borings for verification of existing pavement section = $3,960 • Task 5: Final Design-Additional services for final design to include sidewalk along Roundville Lane, driveway additions, and modifications to intersection of A.W. Grimes Blvd. & Roundville Lane to include signal accommodations for 4th leg of intersection =$20,297 • Task 7: Construction Phase Services-Additional services for construction phase assistance to include new sidewalk,signal, and drainage elements requested by City staff. 1. Sidewalk Design, driveway additions, and grading/drainage revisions = $17,797 2. Intersection/Traffic Signal revisions = $2,500 3. Construction Phase Services=$3,274 Total fees this Change Order $ 27,531.00 Original agreement amount $ 578,763.25 Total Agreement $ 606,294.25 Effect on Schedule: N/A Payments shall be made in accordance with the original agreement terms. All other items and conditions of the original Agreement shall remain in full force and effect. STANTEC CONSULTING SERVICES INC. CITY OF ROUND ROCK Arnold Gonzales, Jr., PE, Chris Lopez, EIT SeniorProject Manager Project Manager Print Name and 1 e Print Name and Title Signature Signature Date Signed: � 1Q►. 3 •1 "'] Date Signed: \\us 1561401\workgroup\2220\active\222010606\Transportation\TT Project Management\Contract Docs\Sen1\4-12-17(Change Order#1)\Chonge_Order_#1(Geotech- Sidewalk-intersection Revisions).docx EXHIBIT B-Cont'd. Proposal No.:PAA16-059-00b '' R A B A August 30,2017 Revision No. 1 ) N g ER CONSULTANTS AMENDED AGREEMENT FORM Raba Kistner Consultants,Inc. 8100 Cameron Road,Suite B-150 AS AN ADDITION TO THE FOLLOWING AGREEMENT: Austin,Tx 78754 www.rkci.com Project Name: Roundville Lane,Round Rock,Texas P 512::339::1745 F 512:: 339::6174 RKCI Proposal No.: PAA16-059-00,dated May 5,2016 TSPE Firm F-3257 WE HEREBY AUTHORIZE RKCI TO PERFORM THE FOLLOWING ADDITIONAL SERVICE(S): Update the geotechnical report submission for Roundville Lane Reconstruction RKCI No.AAA16-056-01,July 2017, to incorporate an increased heavy truck traffic load of 25 percent in the pavement analyses of both Roundville Lane and A.W. Grimes, We understand that both roadways will be subject to high volume heavy truck traffic associated with the UPS facility. Furthermore, we understand Roundville Lane should be evaluated in accordance with the City of Round Rock street classifications of Commercial/Industrial Collector and as a Jointed Plain Concrete Pavement (JPCP) with 6 ft X 6 ft concrete panels. A.W. Grimes should be evaluated as a Major Arterial. Consideration should be given to the design life of the existing pavement while incorporating a bonded or unbonded concrete pavement overlay that will extend the service life of the existing pavement and also accommodate an increase heavy truck traffic load of 25 percent. Our engineering pavement analyses will be conducted and an updated report will be issued with our findings. ADDITIONAL LUMP SUM COST: $ 3,600.00 ORIGINAL LUMP SUM COST: � 6 400.00 TOTAL LUMP SUM COST: $ 10,000.00 Our invoices are due and payable upon receipt at P.O. Box 971037, Dallas, Texas 75397-1037. All parties hereby agree that this contract upon acceptance will be performable in Bexar County,Texas. Our services will be performed in accordance with this letter agreement and the previously executed agreement referenced above. Please sign, date, and return one signed copy of this form to provide written confirmation of your authorization for our firm to commence work on the specific services outlined herein. SIGNATURE: DATE: • 3a . 1-7 PRINTED NAME: Mr.Arnold Gonzales,Jr. COMPANY NAME: Stantec Consulting Services,Inc. COMPANY ADDRESS: 221 West Sixth Street,Suite 600 CITY,STATE,ZIP: Austin,Texas 78701 PHONE NUMBER: 512-328-0325 FAX NUMBER: E-MAIL: Arnold.Gonzales@s:tantec.com RABA KISTNER CONSULTANTS,INC. Yvonne Garcia Thomas, P.E. Gabriel Ornelas,Jr.,P.E., PMP Geotechnical Engineering Manager Vice President YGT/GO:tic Copies Submitted:Above(1) San Antonio - Austin . Brownsville • Dallas Houston . McAllen .Mexico .New Braunfels.Salt Lake City Exhibit D Fee Schedule Project Name: Roundville Lane Project (Final Design 60-90-100%) Total Total Other Task Labor Hours Loaded Labor Cost Direct Costs Subconsultants TOTALS Task 1: Surveying 0 $0.00 $0.00 $0.00 $0.00 Task 2: Geotechnical 10 $360.00 $0.00 $3,600.00 $3,960.00 asi 3" PUbfiC OUIreach and Concept design development $0,00 $0,00 $0,00 $0,00 Task 4., Preliminary designi 30% plass $0,00 $0,00 $0,00 $0,00 Task 5: Final Design (60%, 90%, 100% plans) 155 $20,297.00 $0.00 $0.00 $20,297.00 Task 6: Bid Phase Services 0 $0.00 $0.00 $0.00 $0.00 Task 7: Construction Phase Services 25 $3,274.00 $0.00 $0.00 $3,274.00 Task 8: Project Management 0 $0.00 $0.00 $0.00 $0.00 Task 9: Reimbursables 0 $0.00 $0.00 $0.00 $0.00 GRAND TOTAL: 190 $23,931.00 $0.00 $3,600.00 $27,531.00 Note: 8/30/2017 Amended Geotechnical Services EXHIBIT „A„ STATE OF TEXAS § COUNTY OF WILLIAMSON § SUPPLEMENTAL CONTRACT NO. 2 TO CONTRACT FOR ENGINEERING SERVICES FIRM: HDR ENGINEERING, INC. ("Engineer") ADDRESS: 810 Hesters Crossing, Suite 120,Round Rock,TX 78681 PROJECT: US 79 at Telander Drive Operational Improvements 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 HDR Engineering, Inc., hereinafter called the "Engineer". WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the "Contract", on the 26th day of May, 2016 for the US 79 at Telander Drive Operational Improvements Project in the amount of$465,972.95; and WHEREAS, the City and Engineer executed Supplemental Contract No. 1 on September 14, 2017 to amend the scope of services and to increase the compensation by $423,610.38 to a total of$889,583.33; WHEREAS, it has become necessary to amend the Contract to modify the provisions for the scope of services and to increase the compensation by$93,220.00 to a total of$982,803.33; 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.06/16 0199.1619;00390651 84275 1 M. Article 4, Compensation and Exhibit D, Fee Schedule shall be amended by increasing by $93,220.00 the lump sum amount payable under the Contract for a total of $982,803.33, as shown by the attached Addendum to Exhibit D. IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental Contract in duplicate. [signature pages follow] Supplemental Contract Rev.06/16 0199.1619;00390651 84275 2 HDR ENGINEERING,INC. By: Date Supplemental Contract Rev.06/16 0199.1619;00390651 84275 3 CITY OF ROUND ROCK APPROVED AS TO FORM: By: Craig Morgan,Mayor Stephan L. Sheets, City Attorney Date Supplemental Contract Rev.06/16 0199.1619;00390651 84275 4 ADDENDUM TO EXHIBIT A City Services The CITY will provide the following: a. City of Round Rock design criteria, standard details and standard specifications. b. Record drawings of the existing potable and reclaimed water pipelines. c. Submission of permit applications to TXDOT and Union Pacific Railroad, and payment of any applicable fees. d. Prompt review and comments on submittals. e. Coordinate approvals for geotechnical boring. ADDENDUM TO EXHIBIT B Engineering Services The work to be performed by HDR Engineering, Inc. (ENGINEER) for this work shall consist of providing additional engineering services for water line and reclaimed water line design to be included in the Plan, Specifications, and Estimate (PS&E) package for construction of an at-grade crossing of the Union Pacific Railroad (UPRR) at the Brushy Creek Plant entrance, including related intersection improvements on US 79. HDR will prepare drawings and specifications for the installation of approximately 350 linear feet of 16-inch water line and 12-inch reclaimed water line across Highway 79 and the Union Pacific Railroad at Harrell Parkway. All references to Telander Rd. in the original scope of services shall be Harrell Parkway. The detailed scope of services for this work is further described below. I. Water& Waste Water Utilities Design a. HDR will attend a project kick-off meeting to establish the scope of the project, including the proposed alignment for the new pipelines, connection points to the existing potable water and reclaimed water pipelines, and any applicable design standards, including standard details and/or specifications. One (1) meeting is assumed for budget purposes. b. Conduct a site visit after the kick-off meeting to confirm project extents. One (1) field visit is assumed. c. HDR will prepare final drawings and specifications indicating the scope, extent, and character of the work to be performed and furnished by a Contractor. Drawings • Drawings shall be formatted to print on 11 x 17 paper, at a horizontal scale of 1 inch equals 100 feet and a vertical scale of 1 inch equals 10 feet. • Only plan and profile sheets and standard detail sheets will be prepared, for inclusion with the roadway drawings. No additional cover sheet, standard notes, or traffic control sheets will be developed. • The following sheets will be part of the deliverable: 1. General Notes for Water and Wastewater Lines (1) 2. Plan and Profile Drawing — Potable Water (1) 3. Plan and Profile Drawing — Reclaimed Water(1) 4. Connection Details (2) 5. Standard Details (1) 6. Material quantities for inclusion on a roadway quantities sheet. Page 1 of 3 Specifications • Only technical specifications related to the pipeline relocation will be prepared, for inclusion with the roadway relocation specifications. d. HDR will furnish the bidding documents for review by the City, conduct a review meeting with the City, and revise the bidding documents to address the City's comments, as appropriate. e. HDR will provide technical criteria, written descriptions, and design data as necessary for the City's use in filing applications for permits from or approvals of TXDOT and Union Pacific Railroad. HDR will assist the City in consultations with such authorities; and revise the drawings and specifications in response to directives from such authorities. f. HDR will prepare an opinion of probable construction cost based on recent bid tabulations for similar work available to HDR and/or provided by the City. g. Modify roadway design plans to include the change in access for the Water Treatment Plant. h. Update drainage analysis and drainage plans to address the change in access for the Water Treatment Plant. I. Additional boring to verify conflicts for proposed water lines. j. Design security gate and camera system for the new access to the water treatment plant facility. k. Modification and additional traffic control plan sheets to accommodate the design changes. II. Illumination Design Provide engineering services for the removal and relocation of existing continuous illumination assemblies, upgrading the relocated illumination assemblies lamp types from HPS to LED, providing new underground infrastructure for the relocated illumination assemblies, providing new continuous illumination assemblies, providing new electrical service for the new continuous illumination assemblies, and providing new underground infrastructure for the new continuous illumination assemblies for the intersection improvements along US79. a. Contact the utility company for existing available voltage and connected loads of existing electrical services. Coordinate available voltage, location and connected loads of new electrical service. b. Conduct photometric analysis (project limits) for compliance with the required foot candle levels for continuous illumination. The photometric analysis will be utilized to determine the illumination assembly light distribution type only. Mounting height and spacing will be per existing illumination assemblies being relocated. c. Conduct voltage drop calculations for conductor and conduit sizes. Page 2of3 d. Conduct overcurrent protection and load analysis for circuits and electrical service sizes. e. Design continuous illumination utilizing TxDOT Roadway/Illumination Standards. f. Prepare illumination Layouts, Details, and Standards for inclusion in the plan set. III. Utility Coordination a. Pothole (4 locations) to identify depth of gas lines. This work will be performed by a sub consultant. b. Analyze potential utility conflicts based on survey and utility records with respect to engineering plans to determine if the conflict is clear, confirmed, or requires additional Subsurface Utility Investigations. c. Coordinate with SUE provider for SUE Quality Level A and B deliverables. Analyze the SUE deliverables for final conflict determination and resolution. d. Conduct individual meetings with utility companies to further coordinate utility conflicts and determine conflict resolutions to prevent project delays. Attend additional City utility coordination meetings for continued utility conflict resolution. IV. Project Management a. Project coordination, correspondence, and meetings. b. Prepare sub consultant agreements. c. Assist City during advertising of the project for bidding. SERVICES NOT INCLUDED a. It is assumed that sufficient topographic survey, subsurface utility engineering and geotechnical boring data has been collected for the pipeline design. b. No modeling and/or sizing of utilities will be performed for existing or future capacity analysis. c. No pipe material analysis will be performed. d. No easements will be prepared or acquired. e. HDR is not responsible for providing engineering technical review of utility relocation design plans for UAR compliance in State ROW, and confirmation of conflict resolutions. HDR is not required to coordinate and track the utility company relocations and schedules. Such work includes but is not limited to contacting utility companies for progress on design plan completions, work order submittals, material procurement, contractor attainment, relocation completions, abandonment and/or removal completions. HDR is not required to coordinate and respond to utility companies and contractor Requests For Information relating to utility construction and design changes. Page 3 of 3 ADDENDUM TO EXHIBIT C Work Schedule PS&E plans 100% - March 15, 2018 Bid Services— May, 2018 Construction Services— May 2018 to December 2019 ADDENDUM TO EXHIBIT D Fee Schedule Attached Behind This Page Exhibit D Project US 79 at Telander Drive Operational Improvements Name: Consultant: HDR Engineering,Inc. Cost Component,Hours Total Hours Project Principal 0 Project Manager 50 Senior Engineer. 26 Design Engineer 136 Engineer-in-Training 298 Sr. Design Technician 0 CADD Technician 48 Clerical/Steno 18 Total Hours 576 Cost Component,Dollars Billing Totals Rate Project Principal $280 $0.00 Project Manager $256 $12,800.00 Senior Engineer $215 $5,590.00 Design Engineer $155 $21,080.00 Engineer-in-Training $110 $32,780.00 Sr. Design Technician $120 $0.00 CADD Technician $98 $4,704.00 Clerical/Steno $62 $1,116.00 Labor Dollars $78,070.00 Cost Component,Direct Expenses Total Travel Expenses(Mileage billed at IRS Standard Rate) $100 Printing $100 TOTAL DIRECT EXPENSES $200.00 PROJECT FEE SUMMARY Total HDR Costs $78,070.00 HDR Direct Expenses $200.00 Subconsultants: RTG Traffic Control Plans $5,000.00 Raba Kistner Pavement Testing&Design $350.00 Rios Utility Potholes $9,600.00 TOTAL FEE $93,220.00 Page 1 of 1 Project Name: US 79 at Telander Drive Operational Improvements HDR Engineering, Inc. Total Total Other TOTALS Task Labor Hours Loaded Labor Cost Direct Costs Subconsultants TASK I Water&Wastewater Utilities Design 288 $41,738.00 $0.00 $5,350.00 $47,088.00 TASK II Illumination Design 182 $21,818.00 $0.00 $0.00 $21,818.00 TASK III Utility Pot Holes 72 $9,180.00 $0.00 $9,600.00 $18,780.00 TASK IV Project Management 34 $5,334.00 $200.00 $0.00 $5,534.00 GRAND TOTAL: 576 $78,070.00 $200.00 $14,950.00 $93,220.00 Page 1 of 1