Loading...
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