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