R-2019-0423 - 10/24/2019 RESOLUTION NO.R-2019-0423
WHEREAS, the City of Round Rock has previously entered into a Contract for Engineering
Services ("Contract") with Johnson, Mirmiran & Thompson, Inc., formerly Kennedy Consulting, Inc.,
for the University Boulevard Widening Project, and
WHEREAS, Johnson, Mirmiran & Thompson, Inc. has submitted Supplemental Contract No.
4 to the Contract to modify the provisions for the scope of services, and
WHEREAS, the City Council desires to enter into said Supplemental Contract No. 4 with
Johnson, Mirmiran&Thompson, 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. 4 to the Contract with Johnson, Mirmiran & Thompson, Inc., a copy of same being
attached hereto as Exhibit"A" and incorporated herein for all purposes.
The City Council hereby fmds 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 24th day of October, 2019.
City of Round Rock,Texas
WRIT BAESE, Mayor Pro-Tern
ATTEST:
MEAGAN SPINKS, Deputy City Clerk
0112.1902;00433273
EXHIBIT
A»
STATE OF TEXAS §
COUNTY OF WILLIAMSON §
SUPPLEMENTAL CONTRACT NO.4
TO CONTRACT FOR ENGINEERING SERVICES
FIRM: JOHNSON,MIRMIRAN& THOMPSON,INC. ("Engineer")
ADDRESS: 205 E.University Avenue,Suite 450,Georgetown,TX 75626
PROJECT: University Boulevard Widening
This Supplemental Contract No. 4 to Contract for Engineering Services is made by and between
the City of Round Rock, Texas, hereinafter called the "City" and Johnson, Mirrniran &
Thompson, 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 March, 2013 for the University Boulevard Widening
Project in the amount of$408,758.95; and
WHEREAS, the City and Engineer executed Supplemental Contract No. 1 on January 9,2014 to
amend the scope of services and to increase the compensation by $741,250.00 to a total of
$1,150,008.95;and
WHEREAS,the City and Engineer executed Supplemental Contract No.2 on February 21, 2014
to change the name of the firm from Kennedy Consulting, Ltd.to Kennedy Consulting, Inc.; and
WHEREAS, the City and Engineer executed Supplemental Contract No. 3 on November 10,
2016 to amend the scope of services and to increase the compensation by $529,747.60 to a total
of$1,679,756.55; and
WHEREAS, it is necessary to amend the Contract to change the name of the firm from Kennedy
Consulting, Inc. to Johnson, Mirmiran &Thompson, Inc.; 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$99,300.00 to a total of$1,779,056.55;
NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract
is amended as follows:
1.
The Contract shall be amended to change the name of the firm from Kennedy Consulting, Inc. to
Johnson, Mirmiran&Thompson, Inc.
Supplemental Contract Rev.061 16
0199.1355'.0431653 84275
I
lI.
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.
III.
Article 4, Compensation and Exhibit D. Fee Schedule shall be amended by increasing by
$99,300.00 the lump sum amount payable under the Contract for a total of$1,779,056.55, as
shown by the attached Addendum to Exhibit D.
IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental
Contract in duplicate.
[signatzwe pages fo11owl
Supplemental Contract Rev.06116
0t99.1355;0431653 84275
JOHNSON,MIRMIRAN&THOMPSON,INC.
By:
�t.i �ttva tots tsIpt;gj
9Z2
�/V
Date
Supplemental Contract Rev.06j16
0199 1355.0431653 84275
CITY OF ROUND ROCK APPROVED AS TO FORM:
By:
Craig Morgan,Mayor Stephan L. Sheets,City Attorney
Date
Supplemental Contract Rev.06r'16
0199,1355.0431653 84275
4
ADDENDUM TO EXHIBIT B
Engineering Services
Project Background
The City of Round Rock (the "City") proposes widening University Blvd. to a 6-lane, median
divided arterial section from University Oaks Boulevard to Sunrise Road (the "Project")
utilizing the services of Johnson, Mirmiran & Thompson, Inc., GMT) (the "Engineer") as the
prime consultant with support from the subconsultant team listed below.This scope of services
includes field surveying, acquisition documents, subsurface utility engineering (SUE),
preliminary design, environmental services, geotechnical studies, Plans, Specifications, and
Estimate (PS&E) and construction engineering, to be performed by the prime consultant or
subconsultant team.
The project scope is arranged in two separate phases of work. A previous Work Authorization
(Design Phase 1) included only the effort required up to the 30% design (final schematic)
submittal. A previous Supplemental Work Authorization (Design Phase 2) included the
additional effort required to complete the final design, from the final Schematic design through
final PS&E design and construction phase services. It has become necessary to supplement the
contract to include design services for the additional construction described below:
• Relocate up to 7 fire hydrants and water main appurtenances
• Relocate approximately 240 feet of existing sanitary sewer
• Project management .
Design services during development of this project shall be performed in accordance with the
latest available City of Round Rock Transportation Design and Construction Standards Criteria
Manual and TxDOT manuals. The development of the project shall be consistent with City of
Round Rock and TxDOT design procedures and practices. This project shall be developed
utilizing Microstation V8i and Geopak 2004.
Project Team Subconsultants
a. The Wallace Group, Inc. (TWG)—Field Surveying,ROW&PUE Acquisition Documents,
and Subsurface Utility Engineering
b. Terracon Consultants, Inc.—Geotechnical Studies
C. Cox IMcLain Environmental Consulting, Inc.—Environmental Investigations
d. Kinney-Horn &Associates, Inc. (KHA)—Traffic Design and Construction Engineering
Page B1 of B3
Task:Plans,Specifications,& Estimate(TMT)
a. Water and Sewer Relocations
The Engineer shall prepare:
1. Relocation design for the following water appurtenances:
a. Sta.635+40,Left: Fire Hydrant
b. Sta.636+20,Left:Fire Hydrant
c. Sta. 111+90,Left:Water Meter
d. Sta. 112+15,Right:Fire Hydrant
e. Sta.644+20,Left:Water Appurtenance
f. Sta.652+00, Left:Fire Hydrant
g. Sta.656+20, Right:Fire Hydrant
2. Relocation design for approximately 240 feet of sanitary sewer at Sta.651+50.
3. Drawings, at a scale of 1"=40'H and 1"=4'V.
4. Miscellaneous Notes, Details and Standards Details, as appropriate. City of Round
Rock Standard Details will be utilized, as applicable. Standards that require
modification will be revised and sealed by the Engineer. All other standards will have
their title blocks filled out with the applicable project data and printed for inclusion in
the final plan set.
G. The Engineer shall provide a list of applicable special specifications for water and sewer
activities. If needed, the Engineer shall develop or modify one (1) unique special
specification where an existing specification is unavailable.
C. An opinion of probable construction cost will be prepared at 90% and prior to the final
PS&E submittal.
d. Hydraulic Data
The City shall provide the following water system information for inclusion on the plans:
1. Water Design velocity at maximum day peak hour;
2. Fire flows at peak hour;
3. Maximum HGL elevation in the corresponding pressure zone of the water system;
4. Design flows,minimum and maximum,and flow velocities at minimum and
maximum dry weather flows of the wastewater system;
Page B2 of B3
e. Sttbniittals
The Engineer shall provide documents for:
1. 90%PS&E Submittal
2. Final PS&E Submittal
Task: General Project Management(LMT)
a. General Mattagetrtent
The Engineer shall establish and maintain project schedules and budgets, develop
monthly progress reports, continue subconsultants and city coordination, and prepare
invoices for the extended design schedule from September 2017 to June 2020.
b. Project Coordination Meetings
Attend up to three(3)meetings with the City or other agencies as needed for design
reviews, and approval of permits or applications.
C. Quality Assttrarzce/Quality Control
The Engineer shall review all work to assure that the work is in accordance with City
requirements and that the work is completed in a timely and efficient manner.
Exclusions and Assumptions:
• Local and State permitting has not been included.
Page B3 of B3
ADDENDUM TO EXHIBIT C
Work Schedule
Key work items:
General Project Management July 2019—June 2022
Coordination Meetings As needed,July 2019—June 2022
> 95%PS&E Submittal (University Plans) October 2019
> WPAP Submittal to TCEQ December 2019
Final PS&E Submittal February 2020
> Project Bidding June 2020
> Construction Phase Services June 2020—June. 2022
ADDENDUM TO EXHIBIT D'
Fee Schedule
Attached Behind This Page
EXHIBIT D-4
FEE SCHEDULE
FOR
Johnson, Mirmiran &Thompson, Inc.
UNIVERSITY BLVD. WIDENING
(PS&E PHASE SUPPLEMENTAL)
For services described in the Scope of Services, we request the compensation as
detailed below. Cost breakdowns for engineering services and explanation of expenses
are shown on the following pages.
LUMP SUM AMOUNT
99 300.00
Page D1 of D3
EXHIBIT D-4
Fee Schedule
Description of Work or Task
Cost/ Task
Totals
Johnson,Mirmiran&Thompson,Inc.(JMT)
Task: Plans,Specifications,&Estimate $36,760.00
Task: General Project Management $62,540.00
JMT FEE SCHEDULE SUMMARY $99,300.00
TOTAL FEE $99,300.00
Page D2 of D3
Summary of Manhours by Classification
Johnson, Mirmiran&Thompson, Inc.
Project Senior Admin I CADD Staff
Description of Work or Task Manager Prof.1 Prof.2 Prof.1 Clerical Time Staff-Hr. Cost/ Task
$210.00111-Ir $170.00/Hr $140.00/1-ir $110.00/Hr $70.00/1-Ir $20.00/1-Ir Totals Totals
Task: Plans,Specifications,&Estimate
......... ...................................................................................._..............................................................................................._.
a.Water and Sewer Plans and Profiles 0 8 24 100 0 0 132 $15,720.00
....................................... ........ ...._................. ................................................... ..._.__ ....... ................... . ....................... .. . .. _._........
b. Miscellaneous Notes and Details 0 8 12 32 0 0 52 $6,560.00
......... ...._p.......... . - ................ ............. .,._..._..._ ......................... ............................-- _. ............ _.........._. .... .,..
c. Specifications 0 8 24 24 0 0 56 $7,360.00
................_..............._......................................_....................................................__.....................................................................................................................
d.Construction Cost Estimate 0 4 8 16 0 0 28 $3,560.00
......................................_....__.....__.................__......._...........__.....---......._..__............................................_....._...................................._ .__._._.._......... .............................. ........
e. Submittals 0 4 8 16 0 0 28 $3,560.00
..................................................._................................._........................................................_.........................................................._...._.-...._..._._.. __._...._
Plans,Sp
ecifications,&Estimate Subtotal 0 32 76 188 0 0 296 $36,760.00
Task: General Project Management
....................-................_.................. __.._..........._.---..........................................................._............_..........................................................................._.._.......................................................
a.General Management 40 70. 100 0 0 0 210 $34,300.00
_. ............................................................................................................................._._........._......................................................................_...............................................................__....___ ......__._...,........,.... ............._...........__. I--
b. Project Coordination Meetings 40 4 6 0 0 0 50 $9,920.00
.......... ........ Y ......... y_............ . ......... ...... —._ _. _ ._....... .... ......... ...-1-........... ...... .......... .... _
c.Quality Assurance/Quality Control 80 4 6 0 0 0 90 $18,320.00
...........................................................................................................................................................................................................................................................................................
Direct Expenses $0.00
__._..__.. _._ . __. __ �. _ — - ..._._...__...._..__._._... ._.-..-...._...._.__. ...................._........................... ......_............._....................................
General Project Management Subtotal 160 78 112 0 0 0 350 $62,540.00
Johnson,Mirmiran&Thompson,Inc.Summary 160 110 188 188 0 0 646 $99,300.00
Page D3 of D3
EXHIBIT D-4
Fee Schedule Summary
UNIVERSITY BLVD.WIDENING
(PS&E PHASE SUPPLEMENTAL)
Task: Water and Sewer Design (Design Work Includes: lCost
PS&E for relocation of water appurtenances and relocation of
JMT `Water line adjustments and sewer relocation 240 feet of sanitary sewer. S 36,760
Task Cost: $ 36,760 377
Task: General Project Management IDesign work Includes: Cost
General Project Management:Supplemental N2 scheduled ended in ROW acquisition coordination,utility meetings,utility owner/
JMT September 2017,New schedule ends in June 2020,Additional 34 engineer coordination,city coordination,Sub coordination
months of management. $ 62,540
Task Cost: $ 62,S40 63%
Total Supplemental Cost:11$ 99,300