R-12-01-12-10D3 - 1/12/2012 RESOLUTION NO. R-12-01-12-10D3
WHEREAS, the City of Round Rock has previously entered into a Contract for Engineering
Services ("Contract") with Rodriguez Transportation Group, Inc. for the Chisholm Trail Road
Reconstruction/Parkway Extension Project, and
WHEREAS, Rodriguez Transportation Group, Inc. has submitted Supplemental Contract No.
4 to the Contract to modify the provisions for the scope of services, and
WHEREAS, the City Council desires to enter into said Supplemental Contract No. 4 with
Rodriguez Transportation Group, 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
Contract No. 4 to the Contract with Rodriguez Transportation Group, 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 12th day of January, 2012.
ALAN MCGRAW, Mayor
City of Round Rock, Texas
ATTEST:
SARA L. WHITE, City Clerk
O:\wdox\SCClnts\0112\1204\MUNICIPAL\00240637.DOC/rmc
EEXHIBIT
"A"
f
STATE OF TEXAS §
COUNTY OF WILLIAMSON §
SUPPLEMENTAL CONTRACT NO.4
TO CONTRACT FOR ENGINEERING SERVICES
FIRM: RODRIGUEZ TRANSPORTATION GROUP,INC. ('Engineer")
ADDRESS: 11211 Taylor Draper Lane, Suite 100,Austin,TX 78759
PROJECT: Chisholm Trail Road Reconstruction/Parkway Extension
This Supplemental Contract No. 4 to Contract for Engineering Services is made by and between
the City of Round Rock, Texas, hereinafter called the "City" and Rodriguez Transportation
Group, Inc.,hereinafter called the"Engineer".
WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter
called the "Contract', on the 9th day of October, 2008 for the Chisholm Trail Road
Reconstruction/Parkway Extension Project in the amount of$732,052.90; and
WHEREAS,the City and Engineer executed Supplemental Contract No. 1 on March 11,2010 to
amend the scope of services and to increase the compensation by $168,791.39 to a total of
$900,844.29; and
WHEREAS, the City and Engineer executed Supplemental Contract No. 2 on November 23,
2010 to amend the scope of services and to increase the compensation by$120,968.08 to a total
of$1,021,812.37; and
WHEREAS, the City and Engineer executed Supplemental Contract No. 3 on October 31, 2011
to amend the scope of services and to increase the compensation by $30,959.80 to a total of
$1,052,772.17; 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 $87,458.32 to a total of$1,140,230.49;
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 eering 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
0199.7080;00239438 84275
STI ICHSM
I
II.
Article 4. Compensation and Exhibit D, Fee Schedule shall be amended by increasing by
$87,458.32 the lump sum amount payable under the Contract for a total of$1,140,230.49, as
shown by the attached Addendum to Exhibit D.
IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental
Contract in duplicate.
RODRIGUEZ TRANSPORTATION GROUP, INC.
By: I & 4 V'�
ARC E . r2 51z(G("Ez Rt sr �7t•i
Date
CITY OF ROUND ROCK APPROVED AS TO FORM:
By:
Alan McGraw,Mayor Stephan L. Sheets,City Attorney
Date
Supplemental Contract Rev.12/01/08
0199.7080;00239438 84275
STI ICHSM
2
ADDENDUM TO EXHIBIT B
Engineering Services
The additional Scope of Work to be perfonned by the Engineer under this Supplemental Contract is
described as follows:
• The City of Round Rock requested revisions/additions to the Phase l plan set including but
not limited to the following: re-alignment of Chisholm Parkway that will tie to a future
Chisholm Trail Road that will be re-aligned from Chisholm Parkway to the north. The
addition of an 8"wastewater line in included as well as all incidental impacted by the above-
described re-aligned roadway. (The effort associated with developing plan sheets for the
future re-aligned Chisholm Trail Road is not included this supplemental contract).
FUNCTION CODE 130 (ROW and UTILITY COORDINATION)
Revisions to the storm drain systems require additional effort to re-evaluate conflicts with existing
utilities. Adjustment to the plans as a result of the ROW acquisition process also required additional
utility coordination.
Utility Conflict Identification
1. The Engineer shall continue to identify potential utility conflicts and coordinate with the City
and the utility companies to help resolve the conflicts. The Engineer will make changes to
the plans as requested by the City in an attempt to accommodate existing utilities. The
Engineer will coordinate with the City on the requested changes.
ROW Coordination
1. The Engineer shall prepare exhibits as requested by the City in an attempt to expedite the
ROW acquisition process.
FUNCTION CODE 150 (FIELD SURVEY)
The re-alignment of Chisholm Parkway will require revision to ROW documents. The following
defines the additional services that will be performed:
Design Surveys
1.Provide design surveys in the vicinity of the re-aligned Chisholm Parkway
Right-of-Way Surveying and Mapping:
1. Revise right of way map to reflect revised Chisholm Parkway alignment.
2. Revise plats and descriptions for parcels 19-Part 1, 19-Part 2, 19-E-Part 4 and 19-E-Part 5.
3. Provide a plat and description for the new Chisholm Parkway alignment.
4. Provide a plat and description for the portion of the original Chisholm Parkway right-of-way
to be vacated.
- - 1 -
FUNCTION CODE 160 (ROADWAY DESIGN)
The re-alignment of Chisholm Parkway requires that the following sheets be updated as needed:
MISCELLANEOUS PLANS
1. TITLE SHEET
2. INDEX OF SHEETS
3. PROJECT LAYOUT
ROADWAY PLANS &GEOMETRY
1. PROPOSED TYPICAL SECTIONS
2. HORIZONTAL ALIGNMENT DATA SHEET
FUNCTION CODE 161 (HYDRAULIC DESIGN)
The re-alignment of Chisholm Parkway will require the design of a new system and the evaluation of
currently designed systems to confine that these systems will accept the future reconstruction of
Chisholm Trail Road. Drainage sheets that will be re-designed for the Phase 1 construction plans
will include:
STORM SEWER DESIGN
1. OFFSITE AND INTERIOR DRAINAGE AREA MAPS
2. RUN-OFF AND INLET COMPUTATIONS
3. STORM SEWER COMPUTATIONS
4. DRAINAGE PLAN AND PROFILES
S. LATERAL PROFILES
WATER POLLUTION ABATEMENT PLAN (WPAP) AND ORGANIZED SEWAGE
COLLECTION SYSTEM PLAN (OSCSP)
1. GEOLOGICAL ASSESSMENT -The Engineer will update the geological assessment to
include the proposed right-of-way for the Chisholm Parkway realignment
2. WPAP (Extension, Update and/or Modification)—The Engineer will adjust the WPAP as
needed and will coordinate with the TCEQ to determine if an extension, update or a
modification of the previously submitted WPAP is required.
FUNCTION CODE 163 (MISCELLANEOUS ROADWAY PLANS)
WATER/WASTEWATER—Approximately 800 LF of 8"wastewater line will be added to the plan
set. The line will run along the re-aligned section of Chisholm Parkway. Additionally,the water line
sheets will be revised to reflect the new location of the proposed pressure reducing valve assembly
and vault.
1. ROUTE/SIZE COORDINATION—The Engineer will meet with City staff to detei mine the
location for the proposed facilities. It is assumed the existing 8" diameter main will be
replaced with a proposed 8"diameter main.
2. CONSTRUCTION DRAWINGS—The Engineer will prepare utilityplan and profile sheets
(estimated at 27 plan sheets). Additionally,utility details sheets will be prepared as needed.
_ 2 -
3. TECHNICAL SPECIFICATIONS—The Engineer will submit for inclusion into the Contract
Documents pertinent City Standard Specifications and Special Provisions as necessary.
4. PERMITTING—The Engineer will include the wastewater re-alignment to the previously
prepared Organized Sewage Collection System Plan to the Edwards Aquifer Protection
Program. It is assumed that all TCEQ review and permitting fees will be paid by the City.
QUANTITIES/SUMMARY SHEETS -The re-alignment of Chisholm Parkway requires that the
following sheets be updated as needed:
1. Miscellaneous
2. Inlet and Manhole
3. Storm Sewer
4. Illumination
5. Erosion Control
6. Water and Wastewater
STANDARDS, SPECIFICATIONS AND ESTIMATE—The re-alignment of Chisholm Parkway
requires the following be updated as needed:
1. GENERAL NOTES - The Engineer will review general notes provided by the City for
applicability to the project. The Engineer will mark-up a set and return it to the City for their
review and approval.
2. OPINION OF PROBABLE CONSTRUCTION COST-An engineer's opinion of probable
construction cost will be prepared at the 60%submittal and prior to final PS&E submittal,
and supplied to the City in Microsoft Excel format.
FUNCTION CODE 190 (PROJECT MANAGEMENT)
The re-alignment of Chisholm Parkway requires the following additional project management duties:
1. Development and implementation of QA/QC plan
2. Coordination with the sub-consultants and all project resources
- 3 .
E
v
t
3 `
Hi III Will
'sro. in n m a
t
f
ADDENDUM TO
EXHIBIT D
Fee Schedule
Total Total Other
Task Labor Hours Loaded Labor Cost Direct Costs Subconsultants TOTALS
Task 1: (e.g.surveying) 222 $0.00 $0.00 $20,328.00 $20,328.00
Task 2: (e.g. utility coordination) 16 $2,426.73 $0.00 $0.00 $2,426.73
Task 3: (e.g. utility design) 88 $0.00 $0.00 $9,733.00 $9,733.00
Task 4:(e.g.final design/60%,90%, 100% plans) 371 $47,674.61 $0.00 $1,500.00 $49,174.61
Task 5:(e.g. bid phase services) 0 $0.00 $0.00 $0.00 $0.00
Task 6: (e.g.construction phase services) 0 $0.00 $0.00 $0.00 $0.00
Task 7: e.g. project management) 42 $5,795.98 $0.00 $0.00 $5,795.98
GRAND TOTAL: 739 $55,897.32 $0.00 $31,561.00 $87,458,32
ROUND ROCK, xas City Council Agenda Summary Sheet
PURPOSE.Pi4SSM PROSPERn
Agenda Item No. 10D3.
Consider a resolution authorizing the Mayor to execute Supplemental Contract No.4 with
Rodriguez Transportation Group, Inc. for the Chisholm Trail Road Reconstruction/Parkway
Agenda Caption: Extension Project.
Meeting Date: January 12, 2012
Department: Transportation
Staff Person making presentation: Gary Hudder
Transportation Director
Item Summary:
For the Chisholm Trail Road Reconstruction/Parkway Extension Project, Chisholm Trail Road will be reconstructed to
a five-lane urban section and Chisholm Parkway will be extended from its current termini to Chisholm Park Road.
The City Council approved the initial engineering services contract for this project on October 9, 2008 in the amount
of$732,052.90. Supplemental Contract No. 1 was approved March 11, 2010 for$168,791.39 for additional design
services and construction phase services. Supplemental Contract No. 2 was approved November 23, 2010 for
additional surveying and engineering services related to the right-of-way acquisition process, revisions to Texas
Commission for Environmental Quality (TCEQ) required documents, and a Letter of Map Revision (LOMR) through
FEMA at a cost of$120,968.08. On October 28, 2011, Supplemental Contract No. 3 was approved to revise Phase I
plans to include an additional 865 linear feet of wastewater laterals that were not part of the original scope at an
additional cost of$30,959.80.
Supplemental Contract No. 4 is requested for additional design effort to re-align Chisholm Parkway, utility design
and coordination,and project management at a cost of$87,458.32.
The new contract total would be$1,140,230.49.
Cost: $87,458.32
Source of Funds: 2002 General Obligation Bonds and Type B Corporation Funds
Date of Public Hearing(if required): N/A
Recommended Action: Approval
EXECUTED
DOCUMENTS
FOLLOW
STATE OF TEXAS §
COUNTY OF WILLIAMSON §
SUPPLEMENTAL CONTRACT NO.4
TO CONTRACT FOR ENGINEERING SERVICES
FIRM: RODRIGUEZ TRANSPORTATION GROUP, INC. ("Engineer")
ADDRESS: 11211 Taylor Draper Lane, Suite 100,Austin,TX 78759
PROJECT: Chisholm Trail Road Reconstruction/Parkway Extension
This Supplemental Contract No. 4 to Contract for Engineering Services is made by and between
the City of Round Rock, Texas, hereinafter called the "City" and Rodriguez Transportation
Croup, Inc.,hereinafter called the"Engineer".
WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter
called the "Contract", on the 9th day of October, 2008 for the Chisholm Trail Road
Reconstruction/Parkway Extension Project in the amount of$732,052.90; and
WHEREAS, the City and Engineer executed Supplemental Contract No. 1 on March 11,2010 to
amend the scope of services and to increase the compensation by $168,791.39 to a total of
$900,844.29; and
WHEREAS, the City and Engineer executed Supplemental Contract No. 2 on November 23,
2010 to amend the scope of services and to increase the compensation by $120,968.08 to a total
of$1,021,812.37; and
WHEREAS, the City and Engineer executed Supplemental Contract No. 3 on October 31, 2011
to amend the scope of services and to increase the compensation by $30,959.80 to a total of
$1,052,772.17; 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 $87,458.32 to a total of$1,140,230.49;
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. Exhibit C, Work Schedule shall be amended as
set forth in the attached Addendum To Exhibit C.
Supplemental Contract Rev.12/01/08
0199.7080;00239438 84275
STI l CHSM
1
-�2-0(-Iv 103
II.
Article 4, Compensation and Exhibit D. Fee Schedule shall be amended by increasing by
$87,458.32 the lump sum amount payable under the Contract for a total of$1,140,230.49, as
shown by the attached Addendum to Exhibit D.
IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental
Contract in duplicate.
RODRIGUEZ TRANSPORTATION GROUP, INC.
By: z ' S /
19/L/I E. R fAca"'-
/ 2' /Z —.2�11
Date
CITY OF OUND ROCK APPIt0jVED IAS T FORM:
By:
Alan McGraw,Mayor Steph—aih. Sheets,City ttorney
Date
Supplemental Contract Rev.12/01/08
0199.7080;00239438 84275
STI ICHSM
2
ADDENDUM TO EXHIBIT B
Engineering Services
The additional Scope of Work to be performed by the Engineer under this Supplemental Contract is
described as follows:
• The City of Round Rock requested revisions/additions to the Phase l plan set including but
not limited to the following: re-alignment of Chisholm Parkway that will tie to a future
Chisholm Trail Road that will be re-aligned from Chisholm Parkway to the north. The
addition of an 8"wastewater line in included as well as all incidental impacted by the above-
described re-aligned roadway. (The effort associated with developing plan sheets for the
future re-aligned Chisholm Trail Road is not included this supplemental contract).
FUNCTION CODE 130 (ROW and UTILITY COORDINATION)
Revisions to the storm drain systems require additional effort to re-evaluate conflicts with existing
utilities. Adjustment to the plans as a result of the ROW acquisition process also required additional
utility coordination.
Utility Conflict Identification
1. The Engineer shall continue to identify potential utility conflicts and coordinate with the City
and the utility companies to help resolve the conflicts. The Engineer will make changes to
the plans as requested by the City in an attempt to accommodate existing utilities. The
Engineer will coordinate with the City on the requested changes.
ROW Coordination
1. The Engineer shall prepare exhibits as requested by the City in an attempt to expedite the
ROW acquisition process.
FUNCTION CODE 150 (FIELD SURVEY)
The re-aligtuilent of Chisholm Parkway will require revision to ROW documents. The following
defines the additional services that will be performed:
Design Surveys
l.Provide design surveys in the vicinity of the re-aligned Chisholm Parkway
Right-of-Way Surveying and Mapping:
1. Revise right of way snap to reflect revised Chisholm Parkway alignment.
2. Revise plats and descriptions for parcels 19-Part 1, 19-Part 2, 19-E-Part 4 and 19-E-Part 5.
3. Provide a plat and description for the new Chisholm Parkway alignment.
4. Provide a plat and description for the portion of the original Chisholm Parkway right-of-way
to be vacated.
- 1 -
FUNCTION CODE 160 (ROADWAY DESIGN)
The re-alignment of Chisholm Parkway requires that the following sheets be updated as needed:
MISCELLANEOUS PLANS
1, TITLE SHEET
2. INDEX OF SHEETS
3. PROJECT LAYOUT
ROADWAY PLANS & GEOMETRY
1. PROPOSED TYPICAL SECTIONS
2. HORIZONTAL ALIGNMENT DATA SHEET
FUNCTION CODE 161 (HYDRAULIC DESIGN)
The re-alignment of Chisholm Parkway will require the design of a new system and the evaluation of
currently designed systems to confirm that these systems will accept the future reconstruction of
Chisholm Trail Road. Drainage sheets that will be re-designed for the Phase 1 construction plans
will include:
STORM SEWER DESIGN
1. OFFSITE AND INTERIOR DRAINAGE AREA MAPS
2. RUN-OFF AND INLET COMPUTATIONS
3. STORM SEWER COMPUTATIONS
4. DRAINAGE PLAN AND PROFILES
5. LATERAL PROFILES
WATER POLLUTION ABATEMENT PLAN (WPAP) AND ORGANIZED SEWAGE
COLLECTION SYSTEM PLAN (OSCSP)
1. GEOLOGICAL ASSESSMENT -The Engineer will update the geological assessment to
include the proposed right-of-way for the Chisholm Parkway realignment
2. WPAP (Extension, Update and/or Modification)—The Engineer will adjust the WPAP as
needed and will coordinate with the TCEQ to determine if an extension, update or a
modification of the previously submitted WPAP is required.
FUNCTION CODE 163 (MISCELLANEOUS ROADWAY PLANS)
WATERIWASTEWATER—Approximately 800 LF of 8"wastewater line will be added to the plan
set. The line will run along the re-aligned section of Chisholm Parkway. Additionally,the water line
sheets will be revised to reflect the new location of the proposed pressure reducing valve assembly
and vault.
1. ROUTE/SIZE COORDINATION—The Engineer will meet with City staffto determine the
location for the proposed facilities. It is assumed the existing 8" diameter main will be
replaced with a proposed 8"diameter main.
2. CONSTRUCTION DRAWINGS—The Engineer will prepare utility plan and profile sheets
(estimated at 27 plan sheets). Additionally,utility details sheets will be prepared as needed.
2 .
3. TECHNICAL SPECIFICATIONS—The Engineer will submit for inclusion into the Contract
Documents pertinent City Standard Specifications and Special Provisions as necessary.
4. PERMITTING—The Engineer will include the wastewater re-alignment to the previously
prepared Organized Sewage Collection System Plan to the Edwards Aquifer Protection
Program. It is assumed that all TCEQ review and permitting fees will be paid by the City.
QUANTITIES/SUMMARY SHEETS - The re-alignment of Chisholm Parkway requires that the
following sheets be updated as needed:
1. Miscellaneous
2. Inlet and Manhole
3. Storm Sewer
4. Illumination
5. Erosion Control
6. Water and Wastewater
STANDARDS, SPECIFICATIONS AND ESTIMATE—The re-alignment of Chisholm Parkway
requires the following be updated as needed:
1. GENERAL NOTES - The Engineer will review general notes provided by the City for
applicability to the project. The Engineer will mark-up a set and return it to the City for their
review and approval.
2. OPINION OF PROBABLE CONSTRUCTION COST-An engineer's opinion of probable
construction cost will be prepared at the 60%submittal and prior to final PS&E submittal,
and supplied to the City in Microsoft Excel format.
FUNCTION CODE 190 (PROJECT MANAGEMENT)
The re-alignment of Chisholm Parkway requires the following additional project management duties:
1. Development and implementation of QA/QC plan
2. Coordination with the sub-consultants and all project resources
- 3 -
Mama zrnwsi T T lam Paa•OWfuluedo Pm am
ZT9ei-ti LT+iy-cz T T ("mPaeu ftplq-APeelymwpDgM am
ZT'9�3'6T ZT-Ied-8T T i mimeo gsueM Fuld OM
ZT-gei a rt4p e9 s s ROWWae0 Md PMM eRWMV am
Zt-"" ZT-MM s s VJG19AM I-ftMM-' S WWW 060T
r ZT"uehl,Z ZT-U1l6L s s oun au%L vueo;OV3 VAW 04"1 MT
ZT-u4-TZ ZT-eem s s ffAmno yplouaul O[aT
—
ZVORM ZT-ug" of at (+-poowwdvdMpP-ddY4MAMeVZ)nL owl
zT-eeroc n-yea-s 09 os eenanweDD km ar+eaido 0=
�� zT-a• T TT"U"T 06 06 vAm-v devn moa am
TT—o* T,-.Cns s 3ueue>SMVlea Op" O60T
ZT-ueML u-no-a at OF OZOT
U."T n—*-=I aE 06 am
tt-wm I TT wtm I aT OT i e d9�Jp '1.P a00S
apPaNs*wM
JUBU 3 OL Mr#ONXM
ADDENDUM TO
EXHIBIT D
Fee Schedule
Total Total Other
Task Labor Hours Loaded Labor Cost Direct Costs Subconsultants TOTALS
Task 1: (e.g.surveying) 222 $0.00 $0.00 $20,328.00 $20,328.00
Task 2: (e.g. utility coordination) 16 $2,426.73 $0.00 $0.00 $2,426.73
Task 3: (e.g. utility design) 88 $0.00 $0.00 $9,733.00 $9,733.00
Task 4:(e.g.final design/60%, 90%, 100% plans) 371 $47,674.61 $0.00 $1,500.00 $49,174.61
Task 5:(e.g. bid phase services) 0 $0.00 $0.00 $0.00 $0.00
Task 6:(e.g.construction phase services) 0 $0.00 $0.00 $0.00 $0.00
Task 7:(e.g. project management) 42 $5,795.98 $0.00 $0.00 $5,795.98
GRAND TOTAL: 739 $55,897.32 $0.00 $31,561.00 $87,458.32