R-2018-5863 - 9/13/2018 RESOLUTION NO. R-2018-5863
WHEREAS, the City of Round Rock has previously entered into a Contract for Engineering
Services ("Contract") with Halff Associates, Inc. for Chisholm Valley Drainage Assessment Work
Authorization; and
WHEREAS, Halff Associates, Inc. has submitted Supplemental Contract No. 1 to the Contract to
modify the provisions for the scope of services and to increase the compensation; and
WHEREAS, the City Council desires to enter into said Supplemental Contract No. 1 with
Halff Associates, 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. 1 to the Contract with Halff Associates, 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 13th day of September, 2018.
CRAIGO G 14ayor
City of ound ck, Texas
ATTEST:
SARA L. WHITE, City Clerk
0112.1804;00408733
:EXHIBJITA„
STATE OF TEXAS §
COUNTY OF WILLIAMSON §
SUPPLEMENTAL CONTRACT NO. 1
TO CONTRACT FOR ENGINEERING SERVICES
FOR CHISHOLM VALLEY DRAINAGE ASSESSMENT
WORK AUTHORIZATION
FIRM: HALFF ASSOCIATES, INC. ("Engineer")
ADDRESS: 9500 Amberglen Boulevard,Building F, Suite 125,Austin, TX 78729
This Supplemental Contract No. 1 to Contract for Engineering Services is made by and between
the City of Round Rock, Texas, hereinafter called the "City" and Halff Associates, Inc.,
hereinafter called the"Engineer".
WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter
called the "Contract", on the 7th day of December, 2017 for the Chisholm Valley Drainage
Assessment Work Authorization Project in the amount of$75,000.00; 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$39,482.00 to a total of$114,482.00;
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.
III.
Article 4, Compensation and Exhibit C, Fee Schedule shall be amended by increasing by
$39,482.00 the maximum amount payable under the Contract for a total of $114,482.00, as
shown by the attached Addendum to Exhibit C.
Supplemental Contract Rev.06/16
0199.1767;0040848 84275
1
IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental
Contract in duplicate.
[signature pages follow]
Supplemental Contract Rev.06/16
0199.1767;0040848 84275
2
HALFF ASSOCIATES, INC.
By:
Date
Supplemental Contract Rev.06/16
0199.1767;0040848 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
0199.1767;0040848 84275
4
ADDENDUM TO EXHIBIT A
City Services
The City will provide the following information and other assistance to the Engineer that the City
deems appropriate and necessary:
1. Any readily available pertinent existing information relating to the services to be performed
by the Engineer;the City will provide one copy of such information in a format chosen by the
City.This may include plans, as-built data, GIS data,or previous studies in or adjacent to the
project area.
2. Clear direction and/or response to questions or requests made by the Engineer in the course
of the Engineer's performance of services.
3. Timely review of deliverables that have been properly completed and submitted by the
Engineer; and timely provisions of comments, if any, to the Engineer resulting from said
reviews.
4. Provide access to property required to perform any field investigations required as part of the
Engineer's scope of work.
5. City will conduct field observations and gather measurements as needed for theproject.
ADDENDUM TO EXHIBIT B
Engineering Services
WORK AUTHORIZATION NO. 2
Chisholm Valley Drainage Assessment Project—Flood Reduction Alternative SLU&
1. PROJECT PURPOSE
The purpose of the project is to identify and quantify flood risk areas within the Chisholm Valley
neighborhood project limits. Work involves developing solutions and a plan to implement
necessary drainage improvements. The tasks under this contract may require unusually complex
analysis of storm drains, overland flow, and creek interactions.
At the request of the CORR Stormwater Staff,Halff Associates, Inc. (Engineer)has developed this
scope and fee proposal to further evaluate flood mitigation options in the Chisholm Valley
neighborhood. Work Authorization No. 1, which is completed, focused on data collection,
development of a preliminary 2D hydraulic model, and identification of five (5) flood problem
areas within the Chisholm Valley neighborhood. This Work Authorization No. 2 will develop
flood mitigation solutions for the flood risk areas that were identified in Work Authorization No.
1: Areas 1 through 5. See map below for each area's specific locations.
The Chisholm Valley neighborhood is approximately 540 acres with Lake Creek Tributary 1
flowing from north to south on the eastern side of the neighborhood and Lake Creek Tributary 1 A
flowing from the south west area. Halff has conducted detailed hydrology and hydraulic modeling
for Lake Creek Tributary 1 and IA which includes the Engineering Evaluation for Chisholm
Valley Drainage Modeling Project, dated June 2015, and Preliminary Engineering Report for
Frontier Trail Culvert and Downstream Channel Improvements Project, dated May 2016. It
should be noted that subsequent FEMA analysis and the 2017 Preliminary Flood Insurance Rate
Maps refer to the two streams as Lake Creek Tributary 1 (previously Tributary 6) and 1A
(previously Tributary 6A).
2. SCOPE OF WORK
The scope of work for the services to be provided under this work authorization may include the
following tasks:
Chisholm Valley Drainage Assessment
• Task 1: Project Management
• Task 2: Data Collection and Review
• Task 3: Local Flood Mitigation Solutions
• Task 4: Prepare Documentation
Task 1: Project Manage=
Perform general Project Management and coordination during the course of the project
including the following:
a. Conduct and attend project kick-off and data gathering meeting with the City to discuss
any additional information not gathered during WA#1.
1
b. Prepare meeting minute summaries for applicable meetings during the project.
c. Create and submit monthly invoices in required city format.
d. Prepare monthly progress reports that will be submitted to the City with invoices to
provide a written account of the progress made to date on the project.
Task 2: Data Collection and Review
Halff will collect and review the following data of the project area provided by the City to
conduct the analysis. Additional ground survey, geotechnical investigations, subsurface
investigations will not be performed for the phase of the project but may be needed in subsequent
phases. Any field reconnaissance necessary for this project will be performed by City staff.
a. Evaluate results of existing conditions ICM model developed in Work Authorization#1.
b. Review previous studies, as-built plans, existing survey data, LiDAR data, relevant GIS
data,preliminary FEMA models and floodplains in coordination with City staff. If
additional ground or storm drain survey is needed, then a supplemental will be submitted
to the City at that time.
c. Assess newly obtained data collected to further refine the ICM model for flood mitigation
solutions as needed.
d. Conduct an evaluation comparison between the 2012 to 2017 LiDAR and make a
determination on which terrain to use for the ICM model. If the 2017 is selected for
use in the model, a supplemental will be requested at that time to update the model.
Task 3: Local Flood Mitigation Solutions
Halff will utilize the ICM 2D model developed in the previous phase to develop flood mitigation
solutions for the flood problems areas identified. Limited, if any, changes will be made to the
existing conditions 2D model made in the previous phase. Tasks will include the following:
a. Develop one(1) flood mitigation solution for Flood Problem Areas 1, 3, 4, and 5
identified in the previous phase and by the City. This includes all the flood problem areas
seen in Figure 1 below except for Area 2.
b. Assess effectiveness of each proposed flood mitigation solution by comparing existing
and proposed conditions results.
c. Conduct internal quality assurance-quality control (QA/QC) reviews of proposed
alternatives hydrologic and hydraulic modeling.
d. Prepare probable cost estimate for each flood mitigation solution developed based on unit
costs provided by the City.
e. Develop an exhibit of the flood problem areas with 25-year design storm inundation areas
mapped,potential flooded habitable structures identified, and flood inundation areas
outside of public ROW identified for each proposed alternative. Finished floor elevations
(FFE) will be based on the LiDAR determination above and field observations where
actual FFE survey is not available.
2
MODEL
LIMITS 4*
2
4. t
172 t �, 01015 .► ,� ,o s
,W 00
qo
Figure 1. Flood Problem Areas
Task 4: Prepare Documentation
a. Conduct and attend one(1)meeting to present and discuss data findings with the City and
discuss scoping for the subsequent Preliminary Engineering study phase.
b. Prepare a brief memorandum to document the flood mitigation solutions developed.This
memorandum will build off the memorandum written in the previous phase.
Work Schedule
Halff anticipates completing Work Authorization No. 2 within fifteen(15)weeks after receiving a
Notice to Proceed(NTP).
3
ADDENDUM TO EXHIBIT C
Fee Schedule
Attached Behind This Page
City of Round Rock Chisholm Valley Drainage Assessment
Contract for Engineering Services
ATTACHMENT C
Fee Schedule
Hourly rates to be billed on a time and materials basis per the following Rate Schedule attached
(behind this page):
*Rates may be amended once between Nov. 1,2018 and Nov. 1,2019,not to exceed a 3%increase.
Chisholm Valley Drainage Assessment
Exhibit C
Fee Schedule
Total Total Other TOTALS
Task Labor Hours Loaded Labor Cost Direct Costs Subconsultants
'rc :aa a
Task 1:Project Management 28 $4,720.00 $0.00 $0.00 $4,720.00
Task 2:Data Collection and Assessment 100 $12,800.00 $0.00 $0.00 $12,800.00
Task 3:Existing Hydrologic&Hydraulic Assessment 270 $35,784.00 $0.00 $0.00 $35,784.00
Task 4:Prepare Documentation 62 $8,948.00 $145.00 $0.00 $9,093.00
WORK AUTHORIZATION NO.1 TOTAL: 460 $ 62,252.00 $ 145.00 $0.00 $ 62,397.00
r a as a
Task 1:Project Management 32 $4,620.00 $0.00 $0.00 $4,620.00
Task 2:Data Collection and Review 16 $1,880.00 $0.00 $0.00 $1,880.00
Task 3:Local Flood Mitigation Solutions 314 $41,040.00 $0.00 $0.00 $41,040.00
ask 4: Prepare Documentation 28 $4,400.00 $145.00 $0.00 $4,545.00
WORK AUTHORIZATION NO.2 TOTAL: 390 $ 51,940.00 $ 145.00 $0.00 $ 52,085.00
TOTAL PROJECT COST: $ 114,482.00
Chisholm Valley Drainage Assessment-Exhibit D Page D1 of 1