Loading...
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