CM-2019-0203 - 7/5/2019STATE OF TEXAS §
COUNTY OF WILLIAMSON §
SUPPLEMENTAL CONTRACT NO.5
TO CONTRACT FOR ENGINEERING SERVICES
FIRM: HALFF ASSOCIATES, INC. ("Engineer")
ADDRESS: 9500 Amber len Boulevard Buildine F Suite 125 Austin TX 78729
PROJECT: RM 620 Safely Improvements Pro'ect — Design Phase
This Supplemental Contract No. 5 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 27th day of June, 2013 for the RM 620 Safety Improvements
Project Design Phase Project in the amount of $955,823.00; and
WHEREAS, the City and Engineer executed Supplemental Contract No. l on May 8, 2014 to
amend the scope of services and to increase the compensation by 5698,445.00 to a total of
$1,654,268.00; and
WHEREAS, the City and Engineer executed Supplemental Contract No. 2 on May 14, 2015 to
amend the scope of services and to increase the compensation by S682,232.00 to a total of
$2,336,500.00; and
WHEREAS, the City and Engineer executed Supplemental Contract No. 3 on May 24, 2018 to
amend the scope of services and to increase the compensation by $118,265.00 to a total of
$2,454,765.00; and
WHEREAS, the City and Engineer executed Supplemental Contract No. 4 on March 22, 2019 to
amend the Contract to modify the provisions for the scope of services and to increase the
compensation by $49,940.00 to a total of $2,504,705.00; 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 $45,419.40 to a total of $2,550,124.40;
NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract
is amended as follows:
5uppliMl01
-W 1-02 o
.mcn a Contract Rev.06116
0199.1315,00426656 84Z79
Article 1 City Services and Exhibit A Citv Services shall be amended as set forth in the
attached Addendum To Exhibit A.
Article 2, Engineerine 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.
Article 4 Compensation and Exhibit D Fee Schedule shall be amended by increasing by
$45,419.40 the lump sum amount payable under the Contract for a total of $2,550,124.40, as
shown by the attached Addendum to Exhibit D.
IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental
Contract in duplicate.
Supplemental Contract
0199 1315,00426656
(signature pages follow]
7
Rev.06/16
84275
HALFF A�50CIATES, INC.
c
By:
Date
Supplemental Contract Rcv.06116
0199.1315;00426656 84275
CITY OF OUND ROCK APPIKO)VED AS T FORM:
By:tea �1
Laurie Hadley, City Manager Steph n L. Sheets, City Attorney
'7—'5-1 —'5-1
Date
Supplcmcnlal Contract Rcv.06/16
0199.1315 84275
ADDENDUM TO EXHIBIT A
City Services
RM 620 SAFETY IMPROVEMENTS — BID PHASE SERVICES
FROM DEEPWOOD DRIVE TO IH 35;
CHISHOLM TRAIL OUTFALL — BID AND CONSTRUCTION PHASE SERVICES
The City will furnish to the Engineer the following information and/or perform the
following tasks:
RM_ 620 from Deeawood Dr to IH 35
• Provide Engineer with relevant correspondence that the City receives from
TxDOT.
• Provide Engineer with guidance for decisions regarding City owned
infrastructure, traffic operations, or adjacent businesses/properties.
Chisholm Trail Outfall
• Provide bidding documents and procedures for Engineer to incorporate in Bid
Manual.
• Provide construction observation and review contractor pay applications and
progress reporting.
• Provide Engineer with Contractor submittals, Requests for Information (RFI's),
shop drawings and correspondence.
• Review Engineer progress, submittals and plan changes.
ADDENDUM TO EXHIBIT B
Engineering Services
RM 620 SAFETY IMPROVEMENTS — BID PHASE SERVICES
FROM DEEPWOOD DRIVE TO IH 35;
CHISHOLM TRAIL OUTFALL — BID AND CONSTRUCTION PHASE SERVICES
GENERAL PROJECT OVERVIEW
For the scope of services for this Work Authorization the Engineer shall provide bid
phase services associated with the RM 620 Safety Improvements from Deep Wood
Drive to IH 35 as well as bid and construction phase services for the adjacent Chisholm
Trail Outfall project.
See below Project Location Map
Exhibit B
RM 620 Safety ImprovementslChisholm Trail Outfall - Bid & Construction Phase Services
Page 9 of 4
RM 520 From
Deepwood drive
to IH 35
Glty of Round Rock
"Illamson Counry
Pmpmed
Ralroad
HALFF
The construction phase services task is described in more detail below.
TASK I. Bid Phase Services — RM 620
1) Address TOOT Comments
a. Respond to TOOT comments and requests in preparation for project
letting.
2) Bid Support
a. Issue addendums as necessary to respond to questions from Contractors.
b. Respond to City and TOOT comments and requests during the bid
process.
3) Water Pollution Abatement Plan (WPAP) Certification (3 Site Visits Budgeted)
a. Engineer will visit the site twice during construction of permanent BMPs,
and once after completion, and provide certification to TCEQ as required
by the permit.
TASK II. Bidding and Construction Phase Services — Chisholm Trail Outfall
1) Project Administration
a. Project Manager shall communicate with the Contractor and City project
managers.
b. Create and submit monthly invoice in required City format. Prepare
monthly progress reports for submission with the invoice to provide a
written account of the progress made to date on the project.
c. Review Contractor pay applications.
2) Bidding Administration
a. Attend Pre -Bid Meeting (1 budgeted).
b. Issue addendums as necessary to respond to questions from Contractors.
(2 budgeted).
c. Analyze all bids for completeness and accuracy.
d. Provide recommendation to City for award of project.
3) Respond to Requests For Information (RFPs) (4 Budgeted)
a. Respond to Contractor RFIs and provide design clarifications, additional
information, and additional data to City as required.
4) Review Contractor Submittals & Shop Drawings (10 Budgeted)
a. Review Contractor submittals and shop drawings received from the City.
The following procedures shall be used for review:
L Review the drawings for conformity to the plans, specifications, and special
provisions, as well as conformity to any subsidiary standards or criteria
referred to by the plans, specifications or special provisions.
ii. If the drawing is found to be in conformity, or an alternate design is
adequate and acceptable, the drawing shall be marked "No Exceptions
Taken" with signature, date and statement that "Review is only for general
conformance with the design concept of the contract documents. Markings
or comments shall not be construed as relieving the Contractor from
compliance with the project plans and specifications, nor departures
Exhibit B
RM 620 Safety Improvements/Chisholm Trail Outfall - Bid & Construction Phase Services
Page 2 of 4
therefrom. The Contractor remains solely responsible for details and
accuracy, for confirming and correlating all quantities and dimensions, for
selecting fabrication processes, for techniques of assembly, for safety and
for satisfactory performance of his work."
iii. If there are only minor corrections, the incorrect information shall be
crossed out and the correct information will be written next to the crossed
out information. All the redlines shall be done in indelible red ink. The
submittal shall be returned marked "Make Correction as Noted" and no re-
submittal shall be required.
iv. If the corrections are more significant and the Engineer does not concur
with the information on the drawings, then the submittal shall be returned
marked "Revise and Resubmit." The Drawings must then be resubmitted
for a second review.
v. If the drawings are found not to be in conformity, the drawings shall be
marked `Rejected See Remarks." An explanation of why the submittal
was disapproved will be provided in enough detail for the Contractor to be
able to make the corrections for re -submittal.
vi. A cover letter to be included with the shop drawings will be returned with
the reviewed shop drawings containing:
• A description of the submittal
• The status of the submittal
• A listing of sheet numbers and titles reviewed
• If the design reviewed was an alternate design, a notation declaring
that an alternate design was presented and what criteria were used to
determine if the alternate design is adequate and acceptable
• If the submittal was not accepted without exception, an explanation of
the exceptions will be included
5) Attend Preconstruction Meeting (1 Budgeted),
Construction Meetings (2 Budgeted)
a. Engineer to attend meetings at project
when requested.
Field Meetings (2 Budgeted) And
site and at City of Round Rock
Exhibit B
RM 620 Safety Improvements/Chisholm Trail Outfall -- Bid & Construction Phase Services
Page 3 of 4
This scope is limited to the specific items and budget allotted for each item. If the
requests from the City exceed the budget estimated, a contract amendment will be
prepared to complete the work requested. The following items are specifically excluded
from this scope of services:
1. Providing services during the construction phase of RM 620 beyond the WPAP
Certification described above.
2. Preparing and submitting the notice of intent (NOI) or SW3P to TCEQ.
3. Providing construction inspection, construction staking or materials testing.
4. Providing "full size" plots/prints of construction plans.
5. Researching private drainage systems and incorporating same into the proposed
design.
6. Reviewing, evaluating, and designing alternate designs.
7. Coordinating with FEMA. Preparing LOMRICLOMR.
8. Confirming and resetting project control monumentation if disturbed by others (i.e.
utility companies, mowing operations, etc.).
9. Providing right-of-way acquisition services (i.e. property valuations, damages
assessments, condemnation services, negotiations, serving as right-of-way agent,
etc.).
10. Design of improvements/modifications to private facilities (i.e. sprinkler systems,
security systems, lighting, landscaping, parking facilities, perimeter fences, etc.)
The Engineer will perform the services to be provided under this agreement out of
Engineer's office(s) as listed below:
Office Location
Halff Associates, Inc.
9500 Amberglen Blvd
Bldg F, Suite 125
Austin, TX 78729
Sub -Consultants:
CP&Y, Inc. (CPY)
Kimley Horn and Associates, Inc. (KHA)
Exhibit 8
RM 620 Safety Improvements/Chisholm Trail Outfall — Bid & Construction Phase Services
Page 4 of 4
ADDENDUM TO EXHIBIT C
Work Schedule
RM 620 SAFETY IMPROVEMENTS — BID PHASE SERVICES
FROM DEEPWOOD DRIVE TO IH 35;
CHISHOLM TRAIL OUTFALL — BID AND CONSTRUCTION PHASE SERVICES
Halff Associates Inc. is prepared to begin work on this project immediately upon
notice -to -proceed from the City of Round Rock. The schedule for bid and
construction phase services related to RM 620 Safety Improvements Project and
Chisholm Trail Outfall project will adhere to the construction schedule established
with the Contractor. Bid and Construction administration services will be
provided in the anticipated* duration that begins as follow:
RM 620 — Deegwood Dr to IH 35:
Letting (Bid) Date: August 2019
Bid Duration:
Bid Services Completion
Chisholm Trail Outfall
Construction Letting Date:
Construction Notice to Proceed
Construction Duration:
1 month
September 2019
August 2019
October 2019
1 month to substantial plus one-month final
closeout = 2 months
Construction Services Completion: December 2019
*Dates provided are estimated at the time of this contract and subject to change.
ADDENDUM TO EXHIBIT D
Fee Schedule
Attached Behind This Page
rAv of ULM to
EXHIBIT b
OMWIad I"lchadull
mOtAtla -ar yty.y_7.
Prare9 faYaI
"n
here) I J.nlae
aware utAlrr
eAOD cattle sem 7.0
OWC7
NM92twe" Ma Tray Olrhe.
PIN -00 PI -0
!macer
pjipwr ergwa
Ef4pu I
rAG Aaae 4er.n N.-
CMn cwn
=STS
TOTAL
ad 4bs
xotrr�r weT7s1
—sxf7'39ro
e:,at
�. V A w I
MAW
T
-
e Asea TeOOT Caexrwa
e7
m
7p
ev
tli mm
t11AWW
7 ut 5~
1
m
30d
SY
mem teem
ttMOW
1 VMwf %ftm AW*M Pra Ceerek: w
w
_ 7AeK 4t.27A!
H
0
tl t
tl 0
O e- NI
777 etl-m U"
m to
I P-ma
IS n
RNml:
now
t2mm
Z &0"
9
m
377mm
u7mw
7
m
t97mm
t9mm
aaa:+.e1e
Ii
rhHYMerAeweEreb,} ea
m_ar rf trot Ol
ttOealre
Aft" 1tlM-tml t ftdwwj Fr
m
im
tIMm
1ne:,aAirreNleWi Ar
.... RRmceN
f_ _
e
.M .
KMw
_
s...
1
,. e.T:r.
mOtAtla -ar yty.y_7.
City of Round Rock
' ROUND ROCK
k: Agenda Item Summary
Agenda Number:
Title: Consider executing Supplemental Contract No. 5 with Halff Associates, Inc.
for the RM 620 Safety Improvements Project - Design Phase
Type: City Manager Item
Governing Body: City Manager Approval
Agenda Date: 7/5/2019
Dept Director: Gary Hudder, Transportation Director
Cost: $45,419.40
Indexes: RR Transportation and Economic Development Corporation (Type B)
Attachments: SC#5 w-Halff Associates - RM 620 Safety Improvements Project - Design
Phase -partially executed
Department: Transportation Department
Text of Legislative File CM -2019-0203
The purpose of the proposed RM 620 Safety Improvements project from Deep Wood Drive to
IH 35 is to improve safety and enhance mobility in the project area. The project includes a
bridge to carry RM 620 traffic over the Union Pacific Railroad (UPRR) and Chisholm Trail
Road. In order to maintain access to businesses and residences in the vicinity of the proposed
bridge, at -grade local access roads will be constructed between Lake Creek Drive and
Chisholm Trail Road. A second bridge is proposed to carry RM 620 traffic over Lake Creek
Drive. The project area is within the Edwards Aquifer Recharge Zone.
On June 27, 2013, an engineering services contract for $955,823.00 with Halff Associates, Inc.
was approved by the City Council. Services covered in this contract were geometric schematic
and 30% Plans, Specifications, and Estimate (PS&E).
Supplemental Agreement No. 1, approved May 8, 2014, provided for professional services to
develop 60% PS&E in accordance with the approved preliminary design schematic and 30%
PS&E developed for this project. The cost of these services was $698,445.00 and brought the
total contract amount with Halff Associates, Inc. to $1,654,268.00.
Supplemental Agreement No. 2, approved May 14, 2015, provided for engineering, surveying,
and other professional services to develop and finalize 100% PS&E, utility coordination and
water/wastewater relocation design, water quality, environmental site remediation, public
involvement, and right-of-way (ROW) and easement parcels for this project. The work
performed under this supplemental delivered the final design in accordance with the approved
City olRoundRock Page f Printed on 7/3/2019
Agenda Item Summary Continued CM•20i"203
preliminary design schematic, 30% and 60% PS&E developed for this project and additionally
rendered the project "shovel ready". The cost of these services was $682,232.00 and brought
the total contract amount with Halff Associates, Inc. to $2,336,500.00.
TOOT recently programmed and funded this project for FY2019 letting. Supplemental
Agreement No. 3 provides additional engineering services and utility coordination through
relocation, permits, pre -letting support, and other items required for TOOT to approve and let
the project in 2019. The cost of these services is $118,265.00 and brings the total contract
amount with Halff Associates, Inc. to $2,454,765.00.
This Supplemental Agreement #4 has become necessary for the following items. This office
met with Round Rock High School Administration and as a result of that meeting a traffic study
to research how to mitigate traffic during construction was agreed to be developed. This SWA
also includes the PS&E work to let a section of storm sewer line on Chisholm Trail prior to the
RM 620 project being let by TOOT. This is to provide a connection for the storm sewer system
that will be advanced from the RM 620 project. The initial plan was to let in a Parks project but
they have delayed their project. The cost of this SWA is $49,940.00.
This Supplemental Agreement #5 has become necessary for the following reasons. It has
become necessary to increase the amount of effort for providing additional Bid Phase services
to accomplish a TxDOT project letting. This includes pre-bid and post -bid services. This
supplemental also includes Bid and Construction phase services for a storm sewer line on
Chisholm Trail Rd. that will be constructed prior to the overall RM 620 project. The cost of this
SWA is $45,419.40 and this brings the total contract amount to $2,550,124.40.
Cost. $45,419.40
Source of Funds: RR Transportation and Economic Development Corporation (Type B)
City of Round Roclk Page 2 Primed on 71312019