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