Loading...
R-2020-0252 - 9/10/2020RESOLUTION NO. R-2020-0252 WHEREAS, the City of Round Rock has previously entered into a Contract for Engineering Services ("Contract") with Halff Associates, Inc. for the Chisholm Valley Storm Drain Improvements — Area 3 Project; and WHEREAS, Halff Associates, Inc. has submitted Supplemental Contract No. 3 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. 3 with Halff Associates, 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. 3 to the Contract with Halff Associates, 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 5 51, Texas Government Code, as amended. RESOLVED this IOth day of September, 2020. 01 41AI CRAIG kdRGel ,Mayor City of Round, Texas ATTEST: <: WVg--- V 6�ltw� SARA L. WHITE, City Clerk Ol 12.20202-1 00453880 EXHIBIT "At STATE OF TEXAS § COUNTY OF WILLIAMSON § SUPPLEMENTAL CONTRACT NO, 3 TO CONTRACT FOR ENGINEERING SERVICES FIRM: HAILFF ASSOCIATES, INC. ("Engineer") ADDRESS: 9500A berialen Boulevard, Building F, Suite 125, Austi*n.,,TX 78729 PROJECT.* Chisholm Vallev Storm Drain Imarovements — Area 3 This Supplemental Contract No. 3 to Contract for Engineering Services i*s made by and between the City of Round Rock, Texas, hereinafter called the "City" and Halff Associates, Inc., hereinafter called the "Engineer". WHEREAS, the City and Engineer executed a Contract for Engineering called the "Contract", on the I Ith day of July, 2019 for the Chisholm Improvements - Area 3 Projeecti"n the amount of $131,535.004,9 and WHEREAS, the City and Engineer executed Supplemental February, 2020 to modify the provisions for the scope compensation by $17 005.00 to a total of $148,540.00; and Services, hereinafter Valley Storm Drain Contract No. 1 on the 7th day of of services and to increase the WHEREAS, the City and Engineer executed Supplemental Contract No. 2 on the 20th day of March, 2020 to modify the provisions for the scope of services and to increase the compensation by $41,360.00 to a total of $189,900.00; 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 $74 630.00 to a total of $264 530.001D NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract is amended as follows: I. Article 2, E ineerigng Seryices and Exhibit B Engineering Services shall be amended as set forth I*n the attached Addendum to Exhibit B. Exhibit C. Work Schedule shall be amended as set forth I*n the attached Addendum to Exhibit C. II. Article 4, Compensation and Exhibit D Fee Schedule shall $74 630.00 the maximum amount payable under the Contract shown by the attached Addendum to Exhibit D. Supplemental Contract 0 199.1928;00452435 be amended by increasing for a total of $264,530.00, Rev.06/16 84275 by as 1 IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental Contract I*n duplicate. Supplemental Contract 0199.1928; 00452435 [signature pages follow] Rev.06/16 84275 2 5LUPS 91/90'OAOU 5EVZ9W!8Z61*66T0 I=Auo:) jvju=u2lddnS `J.`. AAIVH CITY OF ROUND ROCK By: Craig Morgan, Mayor .r Date Supplemental Contract 0199.1928; 00452435 APPROVED AS TO FORM: Stephan L. Sheets, City Attorney Rev.06/16 84275 4 ADDENDUM TO EXHIBIT B Engineering Services 1. PROJECT PURPOSE The purpose of this supplemental to the Chisholm Valley Subdivision —Study Area 3 Improvements is for additional services to provide utility improvements, environmental permitting, bid phase services, construction phase services within Study Area 3. The utilityty improvements will consist of water and sewer improvements on Chisholm Valley Drive, Round Up Trail and Sagebrush DriDrive.AddiAdditionally, these utility improvements will include new service connections to replace service connections within in the limits of storm drain improvements. The 10 storm drain and utility improvements require environmental permitting, which includes an estimate of Waters of the US near the outfall and TCEQ coordination for WPAP and SCS approval. In addition, the City has request bold phase and construction support services and is included in this supplemental. IN ,Ov 00 /v - �. � •.ti•. � fit' •�. I iAf or. � Ak a � I XA %� .a Legend OiA Proposed inlet Proposed Pik `a � 0 ExIsIng 1MV.. .......>....,. Existing Pipe �� 1 au:ppilemen#el 3Aree. Project Area i Figure 1. Study Area 3 Project Limits ]I 2. SCOPE OF WORK The scope of work for the services to be provided under this additional work effort request includes the following tasks based on the task numbering in the original scope: Chisholm Vallev — Studv Area 3 Flood Mitigation Desi Task 5: 100%Design Phase Submittal Task 8: Envirmi*tting ronmental Pe Task 9 : Bid Phase Services Task 10: Construction Administration Services Task 54.1 10flyg Design Phase 5ubM*ttaIi Upon the Ci*ty's formal approval of the 60% Preluninary Engineering Design, Halff w1*11 proceed with 100% design efforts. The work product will require the improving the wastewater lines on Sagebrush Drive and the refinement of the utility and storm drain design on Sagebrush Drive including design plans and opinions of probable cost associated with the proposed improvements. • Sub *1t comment responses and redl*ned plan sheets to CORK for concurrence to ensure that the 100% plan set fully addresses the city s comments. • Prepare I I"xI7" 100% desi*gn plans for the proposed wasterwater main on Sagebrush Drive to the intersection with Chisholm Valley Drive. • Revise storm drain design on Sagebrush Drive to accommodate new wastewater design and to avoid disturbing the existing curb line. o Add new plan and profile sheets for Sagebrush Drive based on additional wastewater limits. o Revise plan and profile sheets for Sagebrush Drive based on new utility and storm drain locations as directed by CORK o Revise storm drain lateral profile sheets for Sage Brush Drive � Update engineer's opinion of probable cost utilizing the revised design 801 Wetland Delineation and Jurisdictional Determination of Waters of the United States and Permit Avoidance Documentation 0 Consultant shall perform on -the -ground delineation within the project area to identify the limits of Waters of the United States (WOTUS), including wetlands, as defined I"n the United States Army Corps of Engineers (USAGE) "Wetland Delineation Manual, Technical report Ym87- I" and .the "Regional Supplement to the Corps of Engineers Wetland Delineation Manual: Atlantic and Gulf Coastal Plain Region (Version 2.0)", and the 2020 Navigable Waters Protection Rule. A brief technical memorandum will be prepared documenting the results of the field investigation, and that the proposed project will be designed to avoi"di" pacts to aquatic resources with the potential to be regulated as WOTUS by the USAGE. This documentation will be based on the preliminary jurisdictional opinion of Halff Associ"ates, Inc. and a USAGE Approved Jurisdictional Determination (AJD) and/or Section 404 permit application is noti"ncluded in thiosscope. 2 8.2 Cultural Resources Desktop Review and THC Consultation Letter Halff shall perform a cultural resources literature review/archival research of the proposed project area including performing preliminary researchi"nto historic and recent aerial photography, previously recorded archaeological or historical sites, and previous cultural resources surveys in or adjacent to the area to determine the potential for encountering significant cultural resources within the project area. Findings of this investigation shall be documented along with letter for submission for review/concurrence by the Texas Historical Commission (THC), 8.3 TCEO Water Pollution Abatement Plan Permitting The Engineer shall prepare a Water Pollution Abatement Plan (WPAP) in compliance with the requirements of Title 30, Texas Administrative Code Chapter 213 related to the Edwards Aquifer. No new impervious cover is antic19 ipated to be part of the Chisholm Valley Storm Drain Improvements Project, so no pert Best Management Practices (BMPs) will be designed or imanennstalled. The tasks that are anticipated include: • Prepare a Geologic Assessment Request for inclusion with the WPAP • Prepare and finalize a drainage report for inclusion in the WPAP. • Prepare calculations, plan sheets, and details for temporary BMPs. Provide summary of all water quality measures for inclusion in the WPAP submission. • Finalize PS E plans for inclusion in the WPAP submission. 8.4 TCEQ Organized Sewage Collection System Plan Permitting The Engineer shall prepare an Organized Sewage Collection System Plan (SCS) i*n compliance with the requirements of Title 30, Texas Administrative Code Chapter 213 related to the Edwards Aquifer. No new impervious cover is anticipated to be part of the Chisholm Valley Storm Drain Improvements Project, so no Permanent Best Management Practices (BMPs) will be designed or installed. The tasks that are anticipated are: • Prepare a Geologic Assessment Request for inclusion with the SCS • Prepare and finalize the SCS Engineering Design Report. • Prepare calculations, plan sheets, and details for te porary BMPs. Provide summary of all water quality measures for inclusion i*n the SCS submission. • Finalize PS&E plans for inclusion in both the SCS submission. Deliyerahles0,L The Engineer shall submit to TCEQ a complete version of both the WPAP and SCS consisting of the following items: • General Information Form (TCEQm0587). including location maps and project description • The Geologic Assessment FoTCEQ m0585)9 including the GA Performed by 3rd party consultant • Water Pollution Abatement Plan Application Form (TCEQ-0584), including information derived from final drainage report 0 Organized Sewage Collection System Plan (TCEQ-0582) 3 • Temporary Stormwater Section (TCEQ-0602) including the temporary BMP plan • Core Data Form (TCEQm 10400) * Geological Exception Request EXclus1*0nC/Acerim"finne9 • USACE404Nati*onwi*dePer i*t (NWP) will not require a PremConstruct i*on Notification (PCN) • Based on conversations with the TCEQ, i'*t is assumed that a Geological Assessment will not be requ*red considering this project does not include any new impervious cover. • Halff will not prepare the geologic assessment (GA) required as part of the WPAP and SCS submission • Permanent BMP design • Fees required for WPAP and SCS submission The SCS and WPAP will be submitted to TCEQ concurrently with the 100% plans and a 60-day review period is anticipated. Construction is prohibited untilfinal approval is received. Task 9: Bid Phase Services This phase of the Preproposal includes a scope of work to provide bid phase services for an anticipated 2 months for Ci*ty procurement. • Halff will attend a prembl*d meeting to discuss the PJroect with potential bidding contractors,, • Halff will be available to assist City in responding to questions from contractors. The City. will take the lead i*n responding to all questions with the Contractor. The basis of estimate for the associated fee assumes approximately (five) 5 questions. � Halff wi'611 assist City with addenda preparation. The City will take the lead on issuing the agenda. Halff will prepare written description, drawing revision, and design modification flor agenda. The basis of estimate for the associated fee assumes two (2) addenda. Task 10o:Construct*on Phase Services This proposal includes a scope of work to provide construction phase support services for the anticipated 10 months for the storm drain repairs. • Construction Observation - Halff will attend biLweekly visits and monthly construction progress meetings at the site with City and Contractor. The City will lead the meetings and Halff will respond to questions. The bi*mweekly visits will be observing the progress and the quality of work and attempt to determine in general i"f the work i*s proceeding in accordance with the Construction Contract Documents.. Halff assumes that daily inspection will be conducted by the assigned City Inspector. This scope assumes 20 site visits by one person where a maximum often (10) of the site visits will be attended by an engineer and theremaining by an engineer in training. � Submittal Reviews — Halff will provide a list of shop drawings/submittals (Submittals Log40 required to be turned I*n by the contractor based on the 100% plans and standards. Halff 4 will be responsible for review and approval of all shop drawings or submittals of the project and will be distributed to Halff by the City. Shop drawings or submittals will be reviewed for general conformance with the plans and specifications. The City will be the primary point of con tact and will monitor the progress of the contractor in sending and processing submittals to see that documentation i*s being processed in accordance with Contractor's schedule. The basis of estimate for the associated fee assumes approximately 15 submittals. • Response to RFIs — Halff will respond to Contractor Request for Information (RFI). Engineer will review and respond and design drawings may be modified to address the issue and new design details will be prepared. This scope assumes 5 RFIs from the Contractor. The basis of estimate for the associated fee assumes approximately ten (10) RFI's from the contractor with approximately two (2) requiring revisions to the plans. • Substantia1/F1*na1.Wa1kthrou Halff will conduct, in company with the City and Contractor, a final review of the Project for conformance with the design concept of the Project and general compliance with the Construction Contract Documents. Prepare a list of deficiencies to be corrected by the Contractor before recommendation of final payment. � Record Drawings —Revise the construction drawings in accordance with the red lines furnished by the City reflecting changes i*n the Project made during construction. Halff w1*11 provide one (1) pdf set of the "Record Drawings" to the City. • Engineer's Concurrence Letter - Prepare a letter of concurrence that the construction is acceptable and has been completed i*n general conformance with the contract documents. 5 ADDENDUM TO EXHIBIT C Work Schedule Halff Associated, Inc. (Halff)commencecan work on this project immediately after notice -to - proceed (NTP) is received from the City of Round Rock. Halff anticipates completing Work Authorization No. 3 following the most recent project schedule. • Task 59. 100% Design Phase Submi*ttal—Aug. 31, 2020 to Oct. 30,2020 • Task 6: QA/QC — Aug. 31, 2020 to Oct. 30, 2020 • Task 8: Environmental Permitting — Nov. 29 2020 to Feb. 26, 2021 • Task 9: Bid Phase Services — Feb. 1, 2021 to May 3, 2021 • Task 10: Construction Phase Services — May 17, 2021 to Mar. 18, 2022 ADDENDUM TO EXHIBIT D Fee Schedule Attached Behind This Page Hourly rates to be billed on a time and materials basis per the following Rate Schedule attached (behind this page): *Rates may be amended once between Nov. 1, 2018 and Nov. 1, 2019, not to exceed a 3%increase. Halff Associates, Inc. Printed 8/11/2020 Chisholm Valley Storm Drain Improvements Area 3 SuDiDlemental Work Authorization #3 Exhibit D Fee Schedule Total Total Other TOTALS Task Labor Hours Loaded Labor Cost Direct Costs Subconsultants Task 1: Project Management 0 $04,00 $0,000 $0000 $0,000 Task 2: Site Data Acquisition 0 $0,000 $0.000 $0,000 $0.900 Task 3: Preliminary Engineering Design (30%) 0 $0000 $0.000 $0,900 $0,000 Task 4: 60% Design Phase Submittal 0 $0000 $0000 $0*00 $0000 Task 5: 100% Design Phase Submittal 186 $27,51100 $0000 $0000 $27r515-900 Task 6: QA/QC 0 $0000 $0,00 $0*00 $0000 Task 7: Bluebonnet School 0 $0.000 $0000 $0000 $0,900 Task 8: Environmental Pern itting 153 $222440.00 $0,500 $0,000 $229440*00 Task 9: Bid Phase Services 26 $4,290*00 $0000 $0000 $4,290*00 Task 10: Construction Phase Services 125 $20r385.00 $0,000 $0.000 $20r385.00 SUPPLEMENTAL NO3 TOTAL: 490 $ 742630.00 0 0 $ 74,630.00 SUPPLEMENTAL NO.2 TOTAL 269 $ 413,360-900 0 0 $ 41,36OeOO SUPPLEMENTAL NO,.1 TOTAL: 117 $ 17)005.00 0 0 $ 17005*00 ORIGINAL CONTRACT TOTAL: 850 $ 129,260.00 2)175 0 $ 1319535oOO REVISED CONTRACT TOTAL: 12726 $ 262,355.00 21175 0 $ 264,530o00 Chisholm Valley Drainage Assessment - Exhibit D Page D1 of 1 Chisholm Valley Storm Drain Improvements - Area 3 SUPPLEMENTAL WORK AUTHORIZATION #3 Fee Summary Details I. Halff Associates' Direct Labor: Project Manager 14.0 Hrs. @ $230.00 /Hr.= $ 3220 Senior Engineer (Eng. V) 86.0 Hrs. @ $200800 /Hr.= $ 17,200 Mid Engineer (Eng. IV) 84.0 Hrs. @ $160n00 /Hr.= $ 139440 Jr Engineer (Eng. 111) 270.0 Hrs. @ $135800 /Hr.= $ 36,450 Jr Environmental Scientist 36.0 Hrs. @ $120800 /Hr.= $ 41320 Surrey/SUE Crew 0.0 Hrs. @ $155800 /Hr.= $ - Survey/SUE Technician 0.0 Hrs. @ $95000 /Hr.= $ RPLS 0.0 Hrs. @ $175nOO /Hr.= $ - Clerical 0.0 Hrs. @ $80n00 /Hr.= $ - Total 490sO Total = $ 741630 II. Expenses (ODC) Total = $0600 III. Assignment Amount = $ 74,630 Halff Associates, Inc. Printed 8/11/2020 Direct Labor Supplemental Work Authorization #3 Chisholm valley Storm Drain improvements - Area 3 SURVEY/ SURVEY/ PROJECT TASK SR PE MID PE JR PE MID SUE SUE PM ENG. V ENG. IV ENG. III ENV CREW TECH RPI S rl FRIrAI TnTAI Labor Rate 0 41 Subtotal Task i -- -�---- Task 2: Site Data Acquisition Subtotal Task 2 .:. Subtotal Task 3 auk d 60% . Subtotal Task 4 ask 5: 4 phase: :.. ilea. S+tlPrlr# . ............................. :... . ::.. :....:::.....::.:.:.:::.:. :.:.:....::....:......:..:.. :..:., :.. 5.2 Revise drainage design sheets 4 5 10 60 79 $11 620.00 5.2.1 Revise/Prepare utility design sheets 2 2 4 20 28 $4.200.00 5.2.3 Design new wasterwater line on Sagebrush 2 3 8 50 63 $9 090.00 5.3.1 Develop utility specifications and cost estimate 2 2 $270.00 5.5 Interdisciplinary Coordination/Review 2 2 5 5 14 $2.335.00 Subtotal Task 5 186 $27,515.00 Subtotal Task 6 Task7: f8tuebannet School .:::.::.:..::..:.::: ::<.>..'`;.....;:< ..... Subtotal Task 7 Task 8: Environmental Permittin !i 8.1a WOTUS Field Delineation .....:. 1 8 9 $1,120.00 8.1b WOTUS Memorandum of findings 2 4 12 18 $2,540.00 8.2a THC Literature Review 1 12 13 $1,670.00 8.2b THC Consultation Letter 1 1 4 6 $870.00 8.3 TCEQ WPAP 4 29 24 57 $8.680.00 8.4 TCEQ SCS 4 22 24 50 $7,560.00 Subtotal Task 8 153 $22,440.00 Task 9 ase ............... Did ph ::::::............. Ssf vita ..:..... ........::::::::::::::.:.:::::::::>::.::. ... . :::;::::::>>::::::>:';:::::::>:::<:::.:: 91 Pre -bid meeting 4 4 8 $1,340.00 9.2 Respond to technical questions (assume 5) 4 4 8 $1,340.00 9.3 Assist with addenda preparation (assume 2) 4 6 10 $1.610.00 Subtotal Task 9 26 $4,290.00 Task 10; Construction Phase Services .:.:::....:.:.:: ;> 10.1 Construction Observation (assume 20) 20 20 40 $6,700.00 10.2 Submittal Reviews (assume 15) 10 15 25 $4,025,00 10.3 Responses to RFI (assume 10) 10 10 20 $3.350.00 10.4 Substainal/Final Walkthrough 8 8 16 $2,680.00 10.5 Record Drawings 4 16 20 $2,960.00 10.6 Concurrence Letter 2 2 4 $670.00 Subtotal Task 10 1 1 1 1 1 1 1 1 125 $20,385.00 14 86 1 84 1 270 1 36 1 1 1 1 1 490 $74,630.00 Halff Associates, Inc. Printed 8/11/2020 Other Direct Costs Summary Reproductions Price per copy Number of copies Cost Standard Co' pies (letter, legal) $0010 0 11x17 $0620 0 - 22"x34" Mylar $2600 0 - Delivery / Courier Price per trip Number of trip Courier $15 0 - Traffic Control Days Certified Traffic Control $1,000 0 - Materials and Supplies Document preparation: binding, materials, etc. --$On 00 Travel outside Round Rock, Austin Price per mile Miles Cost Travel @ $0.58 per mile $08580 0 $0M00 Total ODC Cost: $0M00 Halff Associates, Inc. Printed 8/11/2020