R-2020-0023 - 1/23/2020RESOLUTION NO. R-2020-0023
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. 4 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. 4 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. 4 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 23rd day of January, 2020.
CRAIG RGA , Mayor
City of Round Rock, Texas
ATTEST:
C����W �-- • V W V V lam'
SARA L. WHITE, City Clerk
0112.20202;00437742
EXHIBIT
"A»
STATE OF TEXAS §
COUNTY OF WILLIAMSON §
SUPPLEMENTAL CONTRACT NO.4
TO CONTRACT FOR ENGINEERING SERVICES
FIRM: BROWN & GAY ENGINEERS, INC. ("Engineer")
ADDRESS: 101 West Louis Henna Boulevard, Suite 400, Austin, TX 78728
PROJECT: Gattis School Road Segment 6
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 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 I lth 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, the City and Engineer executed Supplemental Contract No. 3 to the Contract on
September 12, 2019 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; 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 $119,914.00 to a total of $1,189,819.15;
NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract
is amended as follows:
I.
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.
Supplemental Contract Rev.06/16
0199.1602;00437072 84275
II.
Article 4. Compensation and Exhibit D, Fee Schedule shall be amended by increasing by
$119,914.00 the lump sum amount payable under the Contract for a total of $1,189,819.00, as
shown by the attached Addendum to Exhibit D.
IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental
Contract in duplicate.
Supplemental Contract
0199.1602;00437072
[signature pages follow]
Rev.06/16
84275
2
BROWN & GAY ENGINEERS, INC.
By:
Date
Supplemental Contract Rev.06/16
0199.1602;00437072 84275
CITY OF ROUND ROCK
APPROVED AS TO FORM:
By:
Craig Morgan, Mayor Stephan L. Sheets, City Attorney
Date
Supplemental Contract Rev.06/16
0 199.1602; 0043 7072 84275
ADDENDUM TO EXHIBIT B
Engineering Services
Project Background
The City of Round Rock (City) has developed 60% plans for the proposed roadway widening project, known
as the Gattis School Road Project (Project). The City has received subsurface utility identifying existing water
and wastewater facilities that may be in potential conflict with the proposed improvements within the project's
limits of construction. The City's request for professional services proposal includes investigating and
designing the relocation of the following facilities within the limits of the Project (unless otherwise noted):
Water Infrastructure
• 175 LF of 12-inch water line (STA 148+23)
• 70 LF of 12-inch water line (STA 151+72 to 152+12)
• 70 LF of 12-inch water line (STA 151+72 to 152+14)
• 200 LF of 12-inch water line (STA 155+01 to 156+54)
• 1,200 LF of 12-inch water line (STA 158+00 to 169+92)
• 222 LF of 12-inch water line (STA 169+78 to STA 171+20) — anticipated to remain under pavement;
however, an analysis will be conducted to determine the effects of construction on the main. The
design of the relocation is not included in this scope of services.
• 1,100 LF of 16-inch water line (STA 169+80 to 180+82)
Wastewater Infrastructure
• 650 LF of 8-inch wastewater line (STA158+90 to 165+47) — will be analyzed only, but design of the
relocation is not included in this scope of services.
• 250 LF of 8-inch wastewater line (STA 169+64 to STA 172+14) — anticipated to remain under
pavement; however, the receiving manholes will be relocated.
Associated Appurtenances
• Adjust Water Valve to Grade — 5 each
• Relocate Fire Hydrants —1 each
• Adjust Wastewater Manhole to Grade — 2 each
• New Manhole — 4 each
• Adjust Cleanout to Grade — 4 each
Scope of Services
The following Scope of Services is proposed for the completion of the Project. It is assumed that the
potential conflicts initially identified by the City as conflicting with proposed improvements, as listed above
(or noted otherwise), will be designed and constructed. If, after completion of the Utility Conflict Analysis, it
is determined that not all the City's facilities will be relocated or that additional facilities should be
relocated/extended, BGE will submit an amendment to this scope of services removing/adding those
utilities. The various tasks and deliverables are to be performed and submitted in accordance with the
Project's approved schedule.
Project Management and Meetings
a. Project Management: All communication and submittals to the City will be directed through
the team's Project Manager unless specifically authorized otherwise. The project
management activities shall include task leadership and direction, telephone and written
communication, project updates and status reports, project schedule, and personnel and
data management along with other general project management activities.
b. Meetings and Site Visits: Meetings will include submittal discussions, schedule updates,
pipeline assignments, and overall Project coordination. Three (3) 2-hour site visits during
design are included in this task. It is assumed that Project design will occur over a 6-month
period with a monthly 3-hour coordination meeting with both Roadway and Utilitystaff.
III. Utility Conflict Analysis
BGE will complete a utility conflict analysis and a corresponding technical memorandum of findings. This
task includes the following:
a. Measurements and records research (compilation) of as -built facilities for the purposes of
determining conflicts with proposed roadway facilities. BGE will prepare an exhibit
incorporating the proposed project design and existing water and wastewater facilities (as
identified by as -built record drawings).
b. Preparation of a technical memorandum to include the following:
i. Description of the Project,
ii. Identification of potential conflicts,
iii. Identification of utilities at risk due to construction of the Project,
iv. Recommendations, if any, for utility relocation,
v, 30% Drawings showing plan view only.
c. The development of a cost estimate for those utilities recommended for relocation.
d. One (1) iteration of response to the City's review comments and document updates.
e. Quality control and assurance will be conducted for all deliverables prior to final submittal
to the City.
f. Deliverables
Utility plan exhibit, which will include a schematic (plan view) of proposed City
utility relocations.
Utility conflict analysis technical memorandum of findings and recommendations.
III. 60% Design
BGE will complete the 60% design submittal, which includes the following:
a. Regulations research, background conflict research, and minimum design guidelines to be
reflected in the 60% design phase deliverable.
b. Determine horizontal and vertical pipeline alignment(s) - Includes preparation of overall
water plan showing proposed alignments and associated appurtenances (manholes,
valves, etc.). It is assumed that all water pipelines, regardless of diameter, will require a
profile drawing to depict utility crossings.
c. Preparation of plan sheets and notes. It is assumed that the compilation of the City's
standard water details will be included in the construction documents, as necessary. It is
Page 2 of 5
assumed that the Project will include the City's general standard notes, which will not be
amended by the Engineer for this Project.
d. Develop 60% Opinion of Probable Construction Cost.
e. Quality control and assurance will be conducted for all deliverables prior to final submittal
to the City.
f. Deliverables
i. 60% Engineering Plans. 2 sets 11x17, 1 set of 22x34, 1 PDF.
ii. 60% OPCC. 1 PDF.
IV. 90% Design
BGE will complete the 90% design submittal, which includes the following:
a. Preparation of plan sheets and notes. It is assumed that the compilation of City's standard
water details will be included in the construction documents, as necessary. Similarly, it is
assumed that the Project will include the City's general standard notes, which will not be
amended by the Engineer for this Project.
b. Project technical specifications — compile, review, and produce project technical
specifications.
c. Preparation of a 90% Opinion of Probable Construction Cost.
d. Quality control and assurance will be conducted for all deliverables prior to final submittal
to the City.
e. Deliverables
i. 90% Engineering Plans. 2 sets 11x17, 1 set of 2204, 1 PDF.
ii. 90% OPCC. 1 — PDF.
iii. One (1) written response to 90% comments and submittal update.
V. 100% Design
BGE will complete the 100% submittal, which includes the following:
a. Address 90% comments and finalize engineering drawings and Project specifications; to
include City -provided standard technical specifications.
b. Obtain final Austin Water approval and clearance of final comments.
c. Quality control and assurance, per the pre -approved QA/QC plan, will be conducted for all
deliverables prior to final submittal to the City.
d. Deliverables
i. 100% Signed and Sealed Engineering Plans. 2 sets 11x17, 3 sets 22x34 drawing,
1 PDF.
ii. 100% Specifications. 5 hard copy, 1 — PDF.
iii. One (1) written response to 100% comments and submittal update.
Page 3 of 5
VI. Bid Phase Services
Bid Phase services includes the following:
a. Attendance at the pre -construction conference.
b. Response to contractor questions via project addenda (assume 2 addenda).
c. It is assumed that the review of all bidders will be conducted by the City and that BGE will
review low bidder and/or their sub -contractor for general qualifications and check
associated references in relation to water and sewer pipeline installations.
d. Analysis of variations in bid (compared to estimate) and recommendation of award.
e. Issuance of conformed construction documents resulting from project addenda.
VII. Construction Phase Services
It is assumed that construction duration for the City's component of the Project is twelve (12) months.
BGE will support the Project during construction as follows:
a. Project Management / Coordination
b. Attend pre -construction conference and provide meeting minutes.
c. Project meetings / construction observation including construction observation reports.
Assume representation of one BGE attendee (Professional Engineer).
d. Construction material submittal reviews.
e. Respond to requests for Information (RFIs)/modifications.
f. Review contractor or City initiated change orders and provide responses.
g. Final walkthrough and issuance of punchlist items.
h. Deliverables
i. Construction observation reports in pdf format
ii. Shop drawing submittal log in pdf format
iii. Change order log in pdf format
iv, Monthly pay estimate concurrence in pdf format
VIII. Compensation
Reference Attachment "B" for a breakdown of services.
IX. Schedule
BCE's submittals to the City will generally follow the most recent schedule for this Project, consisting
of the following major milestone deliverables (which are subject to change):
• Utility Conflict Analysis - 12/31/2020
• 60% Submittal
- 2/28/2020
• 90% Submittal
- 4/24/2020
• 100% Submittal
- 5/29/2020
• Bid/Construction
-10/2022
Page 4 of 5
=
X. Assumptions
a. Subsurface Utility Engineering (SUE). It is assumed that all SUE data will be provided by
the City and any additional data needed for final design will be requested of the City's SUE
contractor.
b. Traffic Control (TC). It is assumed that all TC plans have or will have been designed;
therefore, sheets, phasing, and all details related to construction preparation or restoration
is not included in this scope of services.
c. Environmental and Archeological professional services are not necessary for the
construction of the City's portion of the project. All environmental and/or archeological
permitting associated with pipeline relocations will be incorporated with the overall
roadway improvement project.
d. Topographic and tree surveying. BGE will utilize field survey provided by the City related
to the road improvements project for base mapping purposes. BGE has been provided
design files that include survey information.
e. Geotechnical. BGE will utilize geotechnical borings and accompanying geotechnical
design report provided by the City related to its roadway improvements project.
f. An erosion and sedimentation control plan and a stormwater pollution prevention plan
(SWPPP) is not included. It is assumed that said documents are part of the roadway
portion of the existing project.
g. All permitting associated with pipeline relocations will be incorporated with the overall
roadway improvement project man.
h. A temporary water and/or force main will not be included as part of the overall design in
order to keep water service available to the City's customers. Each main will be isolated
and shut off from the rest of the system during pipeline relocation. If it is determined that a
temporary main is necessary, an additional services scope and fee proposal will be
submitted to the City for review and approval.
i. The Project scope document and associated fee hours were prepared with the assumption
that the Project's construction phase is 12-months in duration. If the construction period is
extended, an additional services proposal will be submitted to the City for the anticipated
extended time period for staff consideration and approval.
Page 5 of 5
W
a
889
8N8885
80088.08
85
8
88
5(�D0
8f0
0
-1 ¢p
N O
pO
p
(p
ODQ
N
OOOn
O
Oa
O
NP
m
ID
(D
(O m
_ _
w
O _
Qp8Oj
m 0
M O
N N
N
m
N N
N
N
N
M
N
N
p
O
O N _
r
K
g
7
O
N
N
O
V
a
N
O
O
OO
Q
(q
❑
❑
U 0
O
O
a
O
Q
(O
P
P P
P
m P
N
P P
(O
O
O
aap
cn
N
C U
W F
p
�
O) O]
t0 N
N
(+]
(O N
�
P P
P
N
P
Q
P P N
OP
n
N
to
N
�4
C pL
cd
.p-
P
m
tD P
N j
f0 IO
N N
N
P
N N
N N
¢� N
N �
nV
N
N
cn
W
to
00
(1 m
m 0
•0 C
m
V
`-
N N
N N
A
N
N N
N
t+]
N N
-.N
O)
P
N
N (O N
000
ari`�
r
mm
m
N
O
P P
N
O
N
w
m
N (O
N N
N
N
N
n
of
N
B
N
O
to
H
W
O
N
O
N
O
N
o
d
>
>
>
>
a
cc
L
IL
c
W
Vl
L
>
CO
o
a
m
N
W
o
d
m
m
a
'a
N
4
y
M
N
m
N
w
3
Q
R
C
S
°
W W
N
t
y U)
C
c
LL
c
wo
c^
c
E
c
F-
m
Em
y
p
c�i
o
y
'
o
c
o
o
p
o
me
m
O
m
>
0
>
c
o
W>
>
m
c
E
❑
�
`
m
k7.
mO
m
F
ry
E
0
m U
E K
m
m
E
y
O
U
m
❑
wc
cd
U
m
y>
c
O
U
m
U
C
°�
m
c°
o
°
Ema
c c
a
Cumm7
y
i
wm
U ai
3
v c
o
E
3i
mFmF3m
Nc°
..
Oo
>m
mo
O
0
p
>
JC
n0
m�E
>
0
2&
xm
¢Z
amoa
m
am
mo
d(CamE
Z d
w
E
a
s-9
o
u
N
N
N Ll
Q
°E
❑L�O_m
dCmNl
o
am
am>
my
c c
c
cOm
m''om
m e m
c
N
d2'
❑❑
zi ❑
2
L
a2d
0
X U
'ON VYMI
_
W .6
= (c
u
0
=
ni
ti
ai
m