Loading...
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