Loading...
Contract - Johnson, Mirmiran & Thompson - 10/24/2019 STATE OF TEXAS § COUNTY OF WILLIAMSON § SUPPLEMENTAL CONTRACT NO. 4 TO CONTRACT FOR ENGINEERING SERVICES FIRM: JOHNSON, MIRMIRAN& THOIVIPSON,INC. ("Engineer") ADDRESS: 205 E.University Avenue, Suite 450, Georgetown,TX 78626 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, Mirmiran & 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: I. The Contract shall be amended to change the name of the firm from Kennedy Consulting, Inc. to Johnson, Mirmiran&Thompson, Inc. Supplemental Contract Rev.06/16 0199.1355;0431653 84275 �,-2D1 q-D4Z3 1 II. 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. [signature pages follow) Supplemental Contract Rev.06/16 0 199.1355;0431653 84275 2 JOHNSON,MIRMIRAN& THOMPSON, INC. By: 11.26/V Date Supplemental Contract Rev.06/16 0199.1355;0431653 84275 3 CITY OF O NK AP VED AS FORM: I-� By: 7r- N StephaA L. Sheets, City Attorney WR M FaAcESE, (ZPRD-TSWL Date Supplemental Contract Rev.06/16 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., (JMT) (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 I McLain Environmental Consulting,Inc.—Environmental Investigations d. Kimley-Horn&Associates, Inc. (KHA)-Traffic Design and Construction Engineering PageB1 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. b. 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. Submittals The Engineer shall provide documents for: 1. 90%PS&E Submittal 2. Final PS&E Submittal Task: General Project Management(JMT) a. General Management 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 Assurance/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 Descrtpfiorr of Work or Task ' ; ...., , Tota s 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. Pro/ect Senior Des ....... r k a P t6f Clerical;,,*,I,� StaffHr c 1 0 0 'Tlmw� 0 01'm r",H 10 ti� ........ . ....... .. '0 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 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,Specifications,&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 b. Project Coordination Meetings 40 4 6 0 0 0 50 $9,920.00 c. Quality Assurance/duality 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: Cost JMT Water line adjustments and sewer relocation PS&E for relocation of water appurtenances and relocation of 240 feet of sanitary sewer. $ 36,760 Task Cost: $ 36,760 37% Task: General Project Management Design Work Includes: Cost/ General Project Management:Supplemental#2 scheduled ended in ROW acquisition coordination,utility meetings,utility owner/ JMT September 2017,New schedule ends in June 2020,Additional 34 months of management. engineer coordination,city coordination,Sub coordination $ 62,540 Task Cost: $ 62,540 63% Total Supplemental Cost:11 $ 99,300 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1ar1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos,1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. i 2019-549851 Johnson, Mirmiran&Thompson,Inc. i Georgetown,TX United States Date Filed: i 2 Name of governmental entity or state agency that is a party to the contract for which the form is 10/09/2019 being filed. City of Round Rock Date Acknowledged: i 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. R-13-03-28-17 University Blvd University Blvd.Widening-Includes field surveying,acquisition documents,SUE, preliminary design,environmental services, geotechnical studies, PS&E,&construction engineering. 4 Nature of interest Name of Interested Party City,.State,Country(place of business) (check applicable) Controlling Intermediary Miller,Gary. Hunt Valley, MD United States X Moeller,John Hunt Valley, MD United States X Smulovitz,Richard Hunt Valley, MD United States X Osborne,James Hunt Valley, MD United States X Johnson,Mirmiran&Thompson Employee Stock Ownership Hunt Valley, MD United States X Kennedy,,John Georgetown,TX United States X 5 Check only if there is NO Interested Patty. ❑ 6 UNSWORN DECLARATION My name is__ `�` ="t��' MO \J ?C. and my date of birth �� --- My address is � t tltu'yr d/c7.a '�.d jf�CCy (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in la .s cc�'+ T` t County, State of on the° day of =<�$CZ .20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) s Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.3a6aaf7d CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 7-7 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2019-549851 Johnson, Mirmiran&Thompson, Inc. Georgetown,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 10/09/2019 being filed. City of Round Rock Date Acknowledged: 10/16/2019 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. R-13-03-28-17 University Blvd University Blvd.Widening-Includes field surveying,acquisition documents,SUE,preliminary design,environmental services, eotechnical studies, PS&E,&construction engineering. 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary Miller,Gary Hunt Valley, MD United States X Moeller,John Hunt Valley, MD United States X Smulovitz, Richard Hunt Valley, MD United States X Osborne,James Hunt Valley, MD United States X Johnson, Mirmiran&Thompson Employee Stock Ownership Hunt Valley, MD United States X Kennedy,John Georgetown,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is and my date of birth is My address is (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of on the day of ,20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.3a6aaf7d