R-2019-0367 - 9/12/2019 RESOLUTION NO. R-2019-0367
WHEREAS, the City of Round Rock has previously entered into a Contract for Engineering
Services ("Contract") with Brown & Gay Engineers, Inc. for the Gattis School Road Segment 6
Project, and
WHEREAS, Brown & Gay Engineers, Inc. has submitted Supplemental Contract No. 3 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. 3 with
Brown& Gay Engineers, 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. 3 to the Contract with Brown & Gay Engineers, 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 12th day of September, 2019.
CRAIG RGAN ayor
City of Round Roc , Texas
ATTEST:
SW . I I
094VL
SARA L. WHITE, City Clerk
0112.1902;00430768
EXHIBIT
k. „A»
STATE OF TEXAS §
COUNTY OF WILLIAMSON §
SUPPLEMENTAL CONTRACT NO. 3
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. 3 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 11th 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$884,312.15; and
WHEREAS, the City and Engineer executed Supplemental Contract No. 2 to the Contract on
October 1, 2018 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; 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$177,053.00 to a total of$1,069,905.15;
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.
II.
Article 4, Compensation and Exhibit D, Fee Schedule shall be amended by increasing by
$177,053.00 the lump sum amount payable under the Contract for a total of$1,069,905.15, as
shown by the attached Addendum to Exhibit D.
Supplemental Contract Rev.06/16
0199.1602;00428412 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
0199.1602;00428412 84275
2
BROWN &GAY ENGINEERS9 INC.
PM
V
w.
' -7 , 14)
Date
Supplemental Contract Rev.06/I6
0199 1602;00428412 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
0199.1602;00428412 84275
4
ADDENDUM TO EXHIBIT B
Engineering Services
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 90%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.
PROJECT MANAGEMENT (Function Code 145)
1. Meetings
A. Attend and document additional Progress Meetings at the City of Round Rock office.
Assume an additional two (2) meetings shall be required.
1. General Contract Administration
A. Develop monthly invoices and progress reports.
B. Subconsultant coordination.
C. Design coordination with the City of Round Rock.
D. Stakeholder/Utility Company coordination.
FIELD SURVEYING (Function Code 150) (Inland Geodetics)
1. General
A. Surveys provided will be in accordance with the "Texas State Board of Land
Surveying" and the applicable City of Round Rock regulations.
B. Survey field notes will be submitted if requested by the City of Round Rock.
C. Perform revisions to existing boundary surveys of certain parcels that are determined
to have changed configuration or ownership either in adjoining properties for the
development of acquisition and/or easement documents required to accommodate the
proposed feature replacement and/or channel improvements.
D. Prepare individual parcel plats and descriptions to be used by the City of Round Rock
for required right of way acquisition and easement process.
Page 1 of 3
DRAINAGE (Function Code 161)
60%-90%PS&E:
A. Investigate, research, and review existing development within the Lake Forest
Subdivision to evaluate the option of utilizing the existing detention facility located
within the HOA property to accommodate additional storm run-off produced by the
proposed roadway improvements. This analysis and design will be in lieu of
incorporating a new detention pond facility originally proposed within the city-owned
property located at the northwest corner of Lake Forest Drive and Gattis School
Road.
B. Incorporate all design surveys, as-built plans, and drainage models into computer
aided drafting and develop topographies and surfaces. This data shall be utilized to
develop drainage areas, hydrology and hydraulics. This shall include topographic
working drawings to prepare the final drainage design.
C. Develop storm water hydrology for the existing and ultimate roadway section
throughout the limits of the project. The model shall incorporate the 10%, 4%and
1% annual chance storm (10-year, 25-year, and 100-year)events. Modeling shall
develop storm water flows to all cross culverts and roadway conveyances. Based on
the data developed, drainage infrastructure shall be designed for the project area to
include a level of detail sufficient to establish cost estimates and required easements
and possession and use agreements for the construction of the proposed drainage
structures and channel improvements.
D. Develop designs for all cross-drainage structures throughout the project limits. The
cross drainage shall be modeled with HEC-RAS.
E. Develop designs for proposed storm water collection systems for the proposed curb-
and-gutter portion of the project area. Storm sewer designs shall be developed using
Geopak Drainage.
F. Identify potential utility conflicts based on design for the project area.
G. Develop drainage easement requirements for the project area.
H. Develop locations or adjustments for new or existing detention facilities if applicable.
1. Coordinate the design with the City of Round Rock.
Signing, Pavement Markings and Signalization (Function Code 162)
60%-90%PS&E:
A. Signing & Pavement Markings—Prepare signage and pavement marking plan
sheets, layouts, and associated details.
- Develop pavement marking and signing layouts.
B. Traffic Signal Layouts—Prepare traffic signal plan sheets, layouts, and associated
details:
- Develop existing intersection layout.
- Develop traffic signal layouts, showing the proposed traffic signal
features, signal pole schedules, vehicle detection systems, signal phasing,
conduit and cable schedules, electrical service (layout and detail sheets)
Page 2 of 3
Develop signal elevations.
Assemble standard drawings.
C. Quantity Summaries—Prepare summary sheets of all signing,pavement markings,
and traffic signal quantities.
MISCELLANEOUS (ROADWAY) (Function Code 163)
60%-90%PS&E
D. Cost Estimates—Prepare updated construction cost estimates at each milestone
submittal.
Page 3 of 3
ADDENDUM TO EXHIBIT C
Work Schedule
DATE* MILESTONE
September 1, 2019 Notice to Proceed SWA #3 (90% PS & E)
September 12, 2019 Submit 60%PS &E to City and TxDOT
September 30, 2019 Receive 60%PS & E Comments
March 5, 2020 Submit 90%PS & E to City
April 2, 2020 Receive City 90%PS & E Comments
May 1, 2020 NTP FINAL 100%DESIGN
*Dates are subject to change as development progresses.
ADDENDUM TO EXHIBIT D
Fee Schedule
Attached Behind This Page
PROJECT NAME: GATTIS SCHOOL RD EXHIBIT D-1-FEE SCHEDULE
FROM RED BUD LN TO VIA SONOMA TRL
FC DESCRIPTION BGE CD&P Inland TOTAL
FC 110 ROUTE AND DESIGN STUDIES $0.00 $0.00
FC 120 ENVIRONMENTAL $0.00 $ - $0.00
FC 130 ROW $0.00 $0.00
FC 145 GENERAL MANAGEMENT/COORDINATION $1,800.00 $1,800.00
FC 150 FIELD SURVEYING AND PHOTOGRAMMERTRY $48,076.00 $48,076.00
FC 160 ROADWAY DESIGN CONTROLS $0.00 $0.00
FC 161 DRAINAGE $28,044.00
$28,044.00
FC 162 SIGNING, PAVEMENT MARKINGS AND SIGNALIZATION $84,434.00
FC 163 MISCELLANEOUS ROADWAY $14,559.00
$14,559.00
EXPENSES $140.00 $0.00 $ - $140.00
TOTAL $128,977.00 $0.00 $48,076.00 $177,053.00
BROWN GAY ENGINEERS,INC. EXHIBIT D-1-FEE SCHEDULE
PROJECT NAME: GATTIS SCHOOL RD
FROM RED BUD LN TO VIA SONOMA TRL
TASK DESCRIPTION Senior Project Project EIT Senior Senior Senior ENV Admin/ Total TOTAL LABOR
Pro"ect M r Mana er En ineer Engineer Tech CADD Op ENV Scientist Clerical HRS.&COSTS
FC 145 PROJECT MANAGEMENT 0 $1,800.00
Meetings 4 4 $900.00
General contract administration 4 4 $900.00
FC 161 DRAINAGE 0 $28,044.00
Incorporate all design surveys and as-built info into CADD 2 2 4 4 8 20 $2,670.00
Develop external storm water hydrology(ex/prop) 2 4 24 16 46 $5,300.00
Develop external Drainage Area Map 4 8 8 20 $2,312.00
Develop internal storm water hydrology(ex/prop) 4 8 16 28 $3,192.00
Develop internal Drainage Area Map 8 8 16 $1,760.00
Develop HEC-RAS designs for all cross drainage(ex/prop) 0 $0.00
Hydraulic Data Sheets 1 1 2 8 16 26 $2,988.00
BROWN GAY ENGINEERS,INC. EXHIBIT D-1-FEE SCHEDULE
PROJECT NAME: GATTIS SCHOOL RD
FROM RED BUD LN TO VIA SONOMA TRL
Culvert Layout P&P Sheets 0 $0.00
Develop Geo ak Drainage design for proposed storm sewer(ex/prop) 0 $0.00
Storm Sewer P&P Sheets 0 $0.00
Hydraulic Data Sheets-SS 0 $0.00
Identify potential utility conflicts/adjustments 2 4 4 10 $1,156.00
Develop drainage easements 2 2 4 1 8 16 $2,118.00
Detention Design 2 2 4 24 16 48 $5,750.00
Coordinate design with the CoRR staff 2 2 4 $798.00
TASK DESCRIPTION Senior Project Project EIT Senior Senior Senior ENV Admin/ TOTAL LABOR
Project M r Mana er En ineer Engineer Tech CADD Op ENV Scientist Clerical HRS.&COSTS
FC 162 SIGNING,PAVEMENT MARKINGS AND SIGNALIZATION $84,434.00
Signing&pavement markings 4 8 24 80 1 20 136 $16,604.00
Traffic signal layouts 8 30 72 240 160 510 $60,956.00
Quantity summaries 2 4 16 32 54 $6,874.00
0 $0.00
FC 163 MISCELLANEOUS(ROADWAY) 0 $14,559.00
Miscellaneous Drawings 8 4 17 8 4 12 3 56 $7,449.00
Cost estimates 2 6 12 24 12 56 $7,110.00
HOURS SUB-TOTALS 40 64 163 476 296 12 0 0 3 1054 1054
CONTRACT RATE PER HOUR $225.00 $174.00 $138.00 $110.00 $110.00 $90.00 $195.00 $130.00 $69.00
TOTAL LABOR COSTS $9,000.00 $11,136.00 $22,494.00 $52,360.00 $32,560.00 $1,080.00 $0.00 $0.00 $207.00 $128,837.00
SUBTOTAL $128,837.00
TOTAL TOTAL Senior Project Project Senior Senior Senior ENV Admin/
FUNCTION CODE TOTAL COSTS DIRECT LABOR Project Manager Engineer EIT Engineer CADD ENV Scientist Clerical TOTAL MH BY FC
EXPENSE COSTS Manager Tech Operator
$128,977.00 $140.00 $128,837.00 40 64 163 476 296 12 0 0 3 1054 1054
0
SUBTOTAL LABOR HOURS 1 40 64 163 1 476 1 296 12 1 0 1 0 1 3 1054 1054
SUBTOTAL LABOR EXPENSES $128,977.00 $140.00 $128,837.00 3.8% 6.1% 15.5% 45.2% 28.1% 1.1% 0.0% 0.0% 0.3%
OTHER DIRECT EXPENSES QUANTITY UNIT RATE
Miles a 250 mile $ 0.56 $140.00
Photocopies B/W(11"X 17") each $ 0.20 $0.00
Photocopies Color(8 1/2"X 11") each $ 0.75 $0.00
Photocopies Color 11"X 17" each $ 1.25 $0.00
Geosearch(hazmat) each $ 500.00 $0.00
Large Format Plotting SF $ 2.25 $0.00
SUBTOTAL DIRECT EXPENSES $140.00
SUMMARY
TOTAL LABOR COSTS $128,837.00
NON-SALARY(OTHER DIRECT EXPENSES) $140.00
GRAND TOTAL I $128,977.00
INLAND GEODETICS EXHIBIT D-1-FEE SCHEDULE
PROJECT NAME: GATTIS SCHOOL RD
FROM RED BUD LN TO VIA SONOMA TRL
SERVICE 2 CREW 3 CREW 4 CREW ADD PM RPLS 1 GPS TECH PS TEC ADMIN TOTAL
RATE/HOUR $138 $160 $183 $42 $136 $132 $118 $98 $98 $54
ROE 4 HRS 4 HRS $ 1,072.00
SITE VISITS (TASK 2) 8 HRS 4 HRS 2 HRS $ 1,556.00
50.1 -ADMIM MOBILIZE 0 HRS0 HRS 0 HRS 0 HRS 4 HRS 12 HRS 0 HRS 4 HRS 0 HRS 2 HRS $ 2,628.00
ADDNL FIELD SURVEY 32 HRS 1 HRS 2 HRS 8 HRS 4 HRS 2 HRS $ 6,260.00
DELIVERABLES 2 HRS 2 HRS 16 HRS 2 HRS $ 2,212.00
50.2 - FIELD SURVEYING 32 HRS 0 HRS 0 HRS 0 HRS 3 HRS 4 HRS 8 HRS 20 HRS 0 HRS 4 HRS $ 8,472.00
BOUNDARY ANALYSIS 12 HRS 8 HRS $ 2,368.00
SECONDARY FIELD SURVEY 16 HRS 4 HRS 8 HRS $ 3,680.00
ROW ACQ PARCEL PROD (11) 2 HRS 8 HRS 172 HRS 4 HRS $ 18,400.00
ROW MONUMENTATION (11) 8 HRS 1 HRS 8 HRS 2 HRS $ 2,288.00
PARCEL REVISIONS (6) 20 HRS 16 HRS 10 HRS 12 HRS 24 HRS 4 HRS $ 10,240.00
50.3- ROW ACQ TASKS 44 HRS 0 HRS 0 HRS 0 HRS 18 HRS 35 HRS 28 HRS 204 HRS 0 HRS 10 HRS $ 36,976.00
SUB-TOTAL 76 HRS 0 HRS 0 HRS 0 HRS 25 HRS 51 HRS 36 HRS 228 HRS 0 HRS 16 HRS $ 48,076.00
REIMBURSEABLE ITEMS $ _
REIMBURSEABLE SERVICES -- - $ _
ESTIMATED FEE $10,488 $0 $0 T $0 $3,400 1 $6,732 1 $4,248 1 $22,344 $0 $864 $48,076.00
Cost Variables: Reimburseable Services Include: Reimburseable Fees Include:
GPS Receivers $15 $0.00 SUPPLIES $0.00
Vehicle $60 $0.00 TITLES
$0.00
ATV $55 $0.00
Total: $0.00 Total: $0.00