Loading...
CM-2018-1891 - 10/1/2018STATE OF TEXAS § COUNTY OF WILLIAMSON § SUPPLEMENTAL CONTRACT NO.2 TO CONTRACT FOR ENGINEERING SERVICES FIRM: BROWN & GAY ENGINEERS, INC. ._("Engineer") ADDRESS: 7000 N. Mom, Suite 330, Austin, TX 78731 PROJECT: Gattis School Road Segment 6 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 Brown & Gay Engineers, Inc., hereinafter called the "Engineer''. WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the "Contract," on the 11 th day of February, 2016 for the Gattis School Road Segment 6 Project in the amount of $482,439.90; and WHEREAS, the City and Engineer executed Supplemental Contract No. 1 to the Contract on May 10, 2018 by Resolution No. R-2018-5420 modifying the scope of services and increasing the compensation by $401,872.25 for a total of $884,3I2.15; and WHEREAS, it has become necessary to further amend the Contract to modify the provisions for the scope of services and to increase the compensation by $8,540.00 for a total of $892,852.15; NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract is amended as follows: Article I, City Services and Exhibit A. City Services shall be amended as set forth in Addendum to Exhibit A. Article 2. En1~ineering 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 1602,00410092 84275 Article 4. Compensation and Exhibit D. Fee Schedule shall be amended by increasing by $8,540.00 the lump sum amount payable under the Contract For a total of $892,852.15, as shown by the attached Addendum to Exhibit D. IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental Contract in duplicate. CITY OF OUND ROC By: { Laurie Hadley, `ity Manager fi&� to 20t Date ATTEST: By: ' Sara 'htte, Crty Clerk BROWN & GAY ENGINE S, I C. By: rri Signature of Princi al Printed Name: +i!.,S AP , OVED AS TO F RM: I tj L - Stephaj L. Sheets, City Attorney Supplemental Contract Rev.06116 0149 1602.00410092 84275 ADDENDUM TO EXHIBIT A CITY SERVICES City of Round Rock will provide digital design files for development/roadway projects to the Engineer, as needed. City of Round Rock will provide any records available which would assist in the completion of the project development. City of Round Rock will provide timely reviews and decisions necessary to maintain the project work schedule. Gattis School Road City of Round Rock From Red Bud Lane to Via Sonoma Trail Exhibit B-2 Services to be Provided by the Engineer ADDENDUM TO EXHIBIT B ENGINEERING SERVICE The work to be performed by the ENGINEER under this contract consists of providing engineering services required for the development of construction plans for the widening and reconstruction of Gattis School Road from Red Bud Lane to Via Sonoma Trail and along Red Bud Lane approximately 500' south of Gattis School Road. The project consists of reconstructing approximately 0.65 miles of the existing 4 -lane roadway section to a 6 -lane divided facility and adding a right turn lane on Red Bud Lane. This project involves surveying, geotechnical, environmental, public involvement, engineering analyses, and associated details necessary to produce PS&E to a 9090 design. The ENGINEER shall perform all work and prepare all deliverables in accordance with the latest version of the City of Round Rock criteria. The ENGINEER shall perform quality control and quality assurance (QA/QC) on all deliverables associated with this project. The ENGINEER shall provide traffic control in accordance with the Texas Manual on Uniform Traffic Control Devices (TMUTCD) when performing onsite activities associated with this contract. RIGHT OF WAY DATA (Function Code 130) Subsurface Utilitv Engineering (SUE) including utility investigations subsurface and above ground prepared in accordance with AASHTO standards [ASCE C -I 38- 021 and Utility Quality Levels as follows. i. Utility Quality Levels are defined in cumulative order (least to greatest) as follows: a. Quality Level D - Existing Records: Utilities are plotted from review of available existing records. b. Quality Level C - Surface Visible Feature Survey: Quality IeveI "D" information from existing records is combined with surveyed surface - visible features (performed by surveyor). Includes Quality Level D information. If there are variances in the designated work area of Level D then a new schematic or plan layout, if needed, is required showing the limits of the proposed project and limits of the work area required for this work authorization; including highway stations, limits within existing or proposed right of way, additional areas outside the proposed right of way, and distances or areas to be included down existing intersecting roadways. C. Quality Level B - Designate: Two-dimensional horizontal mapping. This information is obtained through the application and interpretation of appropriate non-destructive surface geophysical methods. Incorporates quality levels C and D information to produce Quality Level B. If there are variances in the designated work area of Level D then a new schematic or plan layout, if needed, is required showing the limits of the proposed project and limits of the work area required for this work authorization; including highway stations, limits within existing or proposed right of way, additional Siteel 1 of 2 Gattis School Road City of Round Rock From Red Bud Lane to Via Sonoma Trail Exhibit B-2 Services to be Provided by the Engineer areas outside the proposed right of way, and distances or areas to be included down existing intersecting roadways. d. Quality Level A - Locate (Test Hole): Three-dimensional mapping and other characterization data. This information is obtained through exposing utility facilities through test holes.. Actual locations are tied to survey control (performed by surveyor). Incorporates quality levels B, C and D information to produce Quality Level A. ii. Desienate (Ouality Level B). Designate means to indicate the horizontal location of underground utilities by the application and interpretation of appropriate non- destructive surface geophysical techniques, Designate (Quality Level B) Services are inclusive of Quality levels C and D. The UC shall: a. As requested by the City, compile "As Built" information from pians, plats and other location data as provided by the utility owners. b. Coordinate with utility owner when utility owner's policy is to designate theirown facilities at no cost for preliminary survey purposes. The Engineer shall examine utility owner's work to ensure accuracy and completeness. C. Designate, record and marl: the horizontal location of the existing utility facilities using non-destructive surface geophysical techniques. No storm sewer facilities are to be designated. A non -water base paint, utilizing the American Public Works Association (APWA) color code scheme, must be used on all surface markings of underground utilities (6,500 LF of utilities). d. Correlate utility owner records with designating data and resolve discrepancies using professional judgment. A color -coded composite utility facility plan with utility owner names, quality levels, line sizes and subsurface utility locate (test hole) locations, if applicable shall be submitted. It is understood that the line sizes of designated utility facilities detailed on the deliverable are from the best available records and that an actual line size is normally determined from a test hole vacuum excavation. A note must be placed on the designate deliverable that states "lines sizes are from best available records". All above ground appurtenance locations must be included in the deliverable. This information shall be provided in AutoCadd Civil 3D format. The electronic File shall be delivered on CD. A hard copy is required and must be sealed and dated by Haiff. e. Clearly identify all utilities that were discovered from quality levels C and D investigation, but cannot be depicted in quality level B standards. These utilities must have a unique line style and symbology in the designate (Quality Level B) deliverable. sheet 2 of 2 ADDENDUM TO EXHIBIT C WORK SCHEDULE DATE* MILESTONE October 18, 2018 Submit 60% PS&E to City November I, 2018 Receive City 60% PS&E Comments December 5, 2018 Submit 90% PS&E to City December 19, 2018 Receive City 90% PS&E Comments January I, 2019 ii i NTP FINAL 100% DESIGN February I, 2019 Submit 100% PS&E to City December 31, 2019 Contract Expiration *Dates are subject to change as development progresses. II � 0 0 Z vVi d j N 7 2 O d 4 II V � � 2 0 a U'C 0 -+o 0 City of Round Rock ROUND ROOK T. Agenda Item Summary Agenda Number: Title: Consider executing Supplemental Contract No. 2 with Brown & Gay Engineers, Inc. for the Gattis School Road Segment 6 Project Type: City Manager Item Governing Body: City Manager Approval Agenda Date: 9/28/2018 Dept Director: Gary Hudder Cost: $8,540.00 Indexes: RR Transportation and Economic Development Corporation (Type B) Attachments: SC#2 w -Brown Gay Engineers - Gattis School Road Segment 6 (00410095xA08F8) Department: Transportation Department Text of Legislative File CM -2018-1891 Consider executing Supplemental Contract No. 2 with Brown & Gay Engineers, Inc. for the Gattis School Road Segment 6 Project The City entered into a contract for Engineering services with Brown and Gay Engineers Inc. for the work on Gattis School Segment 6 in February of 2016 in the amount of $482,439.90. The project consists of reconstructing approximately 0.65 miles of the existing 4 -lane roadway section to a 6 -lane divided facility and adding a right turn lane on Red Bud Lane. As the work has progressed and the scope has increased it was necessary to amend the contract and to modify the provisions for the scope of services and to increase the compensation by $401,872.25 increasing the total to $884,312.15. This Supplemental Agreement #2 is for additional Subsurface Utility Engineering (SUE). As the limits of the project were extended so was the need to have additional SUE work to performed to complete conflict analysis. This Supplemental Agreement is in the amount of $8,540.00 increasing the total price to $892,852.15. Cost: $8,540.00 Source of Funds: RR Transportation and Economic Development Corporation (Type B) Wy of Bound Rock Page 1 Printed on 912712018