Loading...
CM-2019-0264 - 8/30/2019STATE OF TEXAS § COUNTY OF WILLIAMSON § SUPPLEMENTAL CONTRACT NO.2 TO CONTRACT FOR ENGINEERING SERVICES FIRM: LOCKWOOD ANDREWS & NEWNAM INC. ("Engineer") ADDRESS: 8911 N. Capital of Teas Hwy, Building 2 Suite 2300 Austin TX 78759 PROJECT: Oak Bluff/Greenfield Drainage Improvements 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 Lockwood, Andrews & Newnam, Inc., hereinafter called the "Engineer". WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the "Contract", on the 28th day of April, 2016 for the Oak Bluff Greenfield Drainage Improvements Project in the amount of $80,295.00; and WHEREAS, the City and Engineer executed Supplemental Contract No. 1 on November 21, 2017 to amend the scope of services and to increase the compensation by $98,224.00 to a total of $178,519.00; 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 $38,000.00 to a total of $216,519.00; NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract is amended as follows: 1. 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. Ir. Article 4,_ Compensation and Exhibit D Fee Schedule shall be amended by increasing by $38,000.00 the maximum amount payable under the Contract for a total of $216,519.00, 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 9665 ContractN - -2O1 �r D2&4 Re 842 16 5 0199.1607• D0429b65 1 84275 LOCKWOOD, ANDREWS & NEWNAM, INC. By: 2 20 Date Supplemental Contract Rev.06 16 0199,1607; 00429665 84275 CITY OF ROUND ROCK APPROVED AS TO FORM: By: Laurie Hadley, City anager teAsn b. S s, City Attorney cSf�%c L. �•r�c✓rr o - Date Supplemental Contract Rev.06.16 0199.1607;00429665 84275 ADDENDUM TO EXHIBIT B Engineering Services 1. PROJECT DESCRIPTION Supplemental Contract No. 2 is being executed to amend previously specified services and/or to specify additional services for the Contract. Except as modified by the Scope of Work herein below, the services shown in Exhibit B of the Contract and those in the Addendum to Exhibit B in the subsequent Supplemental Contract No. l shall remain a part of all services to be provided under the Contract. 2. SCOPE OF WORK In Section 2. SCOPE OF WORK of the Addendum to Exhibit B attached to Supplemental Contract No. 1 delete the following task title in its entirety: • Task 3: Construction Plans and Bidding and replace with the following task title: • Task 3: Construction Plans In Section 2. SCOPE OF WORK of the Addendum to Exhibit B attached to Supplemental Contract No. 1 delete the following subsection title in its entirety: 2.1.3 Task 3: Construction Plans and Bidding and replace with the following subsection title: 2.1.3 Task 3: Construction Plans In Subsection 2.1.3 Task 3: Construction Plans of the Addendum to Exhibit B attached to Supplemental Contract No. 1 delete the last paragraph in its entirety. The scope of work for additional services under this Addendum to Exhibit B attached to Supplemental Contract No. 2 includes but is not limited to the following tasks: • Task 4: Additional Hydraulic Modeling • Task 5: Alignment and other Construction Plan Revisions • Task 6: Post -bid Services 2.1 Work Breakdown Structure Tasks and Description 2.1.1 Task 4: Additional Hydraulic Modeling The Engineer will perform hydraulic analyses requested by the City: to evaluate various improvements combinations and/or alternative alignments; to determine if terminating the Proposed 72" Storm Drain (Supplemental Pipe A) approximately 140 feet north of the existing area inlet that is appurtenant to the Page B-1 oft City's existing parallel 72" pipe will adversely affect the desired project capacity; and, in the vicinity of the existing barn structure between approximate stations 5+50 and 7+00, to determine if installation of a short segment of 72" metal pipe within the Proposed Channel in lieu of construction of a retaining wall will adversely affect the desired project capacity. 2.1.2 Task 5: Alignment and other Construction Plan Revisions The Engineer shall revise the alignment of improvements and amend the Construction Plans as requested by the City. Revisions may include but not be limited to the following: • Removal of retaining wall and addition of short segment of 72" metal pipe along the Proposed Channel in the vicinity of stations 5+50 to 7+00 if the aforementioned hydraulic analysis results are favorable • Re -alignment of Evergreen Drive Culvert to avoid power pole • Depiction of easements acquired by the City and revisions to the depictions as required • Provisions for alternate pipe material for the Proposed 72" Storm Drain (Supplemental Pipe A) • Adjustments of tree protection limits/locations necessary because of easement revisions • Provisions for force (wastewater) main adjustment • Re -configuration of the channel/berm to be constructed in conjunction with the Proposed 36" Storm Drain 2.1.3 Task 6: Post -bid Services Subsequent to the City's bidding of the construction project associated with the Construction Plans, the Engineer will provide Post -bid services upon written request by the City including but not limited to: • Evaluation of the bidders and development of a recommendation to the City for award of a construction contract • Review of contractor submittals, including issuance of written responses that request clarification and re -submittal by the contractor, or reconciles the submittals, as appropriate • Attendance at pre -construction conference, including provision of engineering support during conference • Attendance at periodic progress meetings with the contractor; including provision of engineering support during meetings • Construction site visits to examine project conditions and/or progress; including provision of engineering support during visits • Review of Requests for Information (RFT's) by the contractor, including issuance of written responses that requests clarification from the contractor and/or reconciles the BFI's • Amend the Construction Plans to "as -built" conditions upon receipt of all mark-ups provided by the contractor and/or the City; submit "as -built" plans to the City in PDF and CAD electronic formats 3. KEY PERSONNEL Delete Brian K. Reis, Project Manager in Table B-1 in Exhibit B of the Contract (as previously substituted by the Addendum to Exhibit B attached to Supplemental Contract No. 1) and replace with Travis Michel, P.E., Project Manager. Page 8-2 of 2 ADDENDUM TO EXHIBIT C Work Schedule The Work Schedule for the Tasks described in Addendum to Exhibit B of Supplemental Contract No. 2 is shown in the table below. Where Tasks shown in Exhibit C of the Contract and in the Addendum to Exhibit C of Supplemental Contract No. I are inherently related to Tasks described in Addendum to Exhibit B of Supplemental Contract No. 2 and, have neither commenced nor been completed, the schedule shown in Exhibit C is extended and/or modified by the following table as appropriate. Oak Bluff/Greenfield Drainage Improvements 2017 2018 2019 2020 Dec J AlJJ J JJ J Task 1:T=FFT] Task 2: V I I I I# I I I I I I V I I I I I 1 I Task 3: I I I I I f I I I I Task 4: I I( I I I I I I I(! I l l I I f l! Task 5: I f l f I I I I I I ! I I I I I I I I I Task 6: Subject to the approval of the Owner, the Work Schedule above is exclusive of, and may be extended or revised due to, delays caused by inordinate time to receive necessary responses or direction from the Owner when requested by the Engineer, or other reasons significantly affecting the Work Schedule caused by parties beyond the control of the Engineer. m -I x 2: m c o Q O a 3 CD .* n cr a � a m +� rn = m a m a n(D Q c. ro rn co CL a � C O T=rO t9 M E^ X M a 2 Q n m O � o a N T C S � O � T M� 3 ro OCLN .� n �+ a ^ r+ rr d fD U a z ' c n CL C w c, m CL 3 A ,rt 3 O °1 m 3 x ro S rD _ CL d m rt a 03 O_ O M LA o! O O 3 C m d O rD CL 7 fu ra O o ' N D � . a po3 T N rt N L T T O 'D 7 7 m m n S m CL m City of Round Rock JROUNO ROCK Agenda Item Summary Agenda Number: Title: Consider executing Supplemental Contract No. 2 with Lockwood, Andrews & Newnam, Inc. for the Oak Bluff/Greenfield Drainage Improvements Project. Type: City Manager Item Governing Body: City Manager Approval Agenda Date: 8/30/2019 Dept Director: Michael Thane, Utilities & Environmental Services Director Cost: $38,000.00 Indexes: 2014 Drainage Revenue Bonds Attachments: SA No. 2.pdf Department: Utilities and Environmental Services Text of Legislative File CM -2019-0264 The City experienced flooding in the Oak Bluff Estates neighborhood in 2013 and 2015; and the County has experienced similar flooding issues in the abutting Greenfields neighborhood. The City and Williamson County executed an interlocal Agreement (ILA) in April 2016 to fund engineering and surveying services to identify, analyze, and design improvements that, if constructed, would reduce flooding frequency in the neighborhoods. Pursuant to the ILA, the City retained Lockwood, Andrews & Newnam, Inc. (LAN) at a cost of $80,295 to perform the services. As engineering work progressed, it became clear that analysis of the drainage network and identification of potential solutions were much more complex than anticipated. Due to the complex nature, and the City and/or County at times seeking more detailed information from LAN in order to make decisions regarding the feasibility and possibilities for implementing solutions, changes and refinement of 2-D hydraulic analyses were required, and it became clear that geotechnical, structural, additional surveying, and analysis confirmation services would be necessary for final design. Therefore, Supplemental Contract No. 1 was executed in November 2017 for these additional services, increasing the contract by $98,224, for a total of $178,519. In October 2018, the City and Williamson County executed a second ILA related to funding of construction. To accommodate property owner's issues, revisions to the design drawings were requested by Cky of Round Rock Page t Pdnted on &29/2019 Agenda Item Summary Continued (CM -2019.0264) the City; as well as additional analyses to ensure the revisions will be in keeping with the project goals. Supplemental Contract No. 2 will provide for these revisions and additional analyses; and will add construction phase services (subject to request) not provided for in the previous contracts. Supplemental Contract No. 2 will increase the maximum payable under the contract by $38,000, for a new total of $216,519. Cost: $38,000 Source of Funds: 2014 Drainage Revenue Bonds City olRoundRock Page 2 Printed on 6/29/2014