R-2020-0349 - 12/3/2020RESOLUTION NO. R-2020-0349
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
Proj ect, and
WHEREAS, Brown & Gay Engineers, Inc. has submitted Supplemental Contract No. 5 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. 5 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. 5 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 5 51, Texas Government Code, as amended.
RESOLVED this 3rd day of December, 2020.
CRAT�' MOAN, Mayor
City of Ro4d Rock, Texas
ATTEST:
SARA L. WHITE, City Clerk
0112.20202; 00460282
EXHIBIT
STATE OF TEXAS §
COUNTY OF WILLIAMSON §
SUPPLEMENTAL CONTRACT NO. 5
TO CONTRACT FOR ENGINEERING SERVICES
FIRM: BROWN & GAY ENGINEERS, INC. ("Engineer")
ADDRESS: 101 West Louis Henna Boulevard., Suite 400, Austin, TX 78728
PROJECT: Gatti*s School Road Segment 6
This Supplemental Contract No. 5 to Contract for Engineering Services i*s made by and between
the City of Round Rock, Texas, hereinafter called the "City" and Brown Gay Engineers, Inc.,
hereinafter called the "Engineer".
WHERFAS, the City and Engineer executed a Contract for Engineeri
ng Services, hereinafter
called the "Contract", on the I Ith day of February, 2016 for the Gatti*s School Road Segment 6
Project i*n the amount of $4- 82 43 9.90 and
WHEREAS, the City and Engineer executed Supplemental Contract No. 1 to the Contract on
May 10, 2018 by Resolution No. Rm2018m5420 modifying the scope of services and increasing
the compensation by $401.872.25 for a total of $884,312.15's9 and
WHEREAS, the City and Engineer executed Supplemental
October 1, 2018 to modify the provisions for the scop(
comPensation by $8,540.00 for a total of $892,852.154o9 and
Contract No. 2 to the Contract on
of services and to increase the
WHEREAS, the City and Engineer executed Supplemental Contract No,,
SePtember 12, 2019 to modify the provisions for the scope of services
compensation by $177,053.00 to a total of $1,069,905,.15,o9 and
WHERFAS, the City and Engi
neer executed Supplemental Contract No.
January 23, 2020 to modify the provisions for the scope of services
compensation by by $119,914.00 to a total of $1,189,819.15,o9 and
3 to the Contract on
and to increase the
4 to the Contract on
and to increase the
WHEREAS, it has become necessary to amend the Contract to modify the provisions for the
scope of services and to increase the compensation by $216 816.50 to a total of $14069635.659
NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract
is amended as follows:
Supplemental Contract
0199.1602; 00459304
Rev.06/16
84275
1
I.
Article 2, Enizineerig Services and Exhibit B, En ineer0ng Services shall be amended as set
forth in 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 be amended by increasing by
$216 816.50 the lump sum amount payable under the Contract for a total of $1,406,635.65 as
shown by the attached Addendum to Exhibit D.
IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental
Contract I*n duplicate.
Supplemental Contract
0199.1602; 00459304
[signature pages follow]
Rev.06/16
84275
2
BROWN GAY ENGINEERS, INC.
By9
:
Erin N. Gonzales, Dir@,dor of Transportation
November 11, 2020
Date
Supplemental Contract
0199.1602; 00459304
Rev.06/16
84275
3
CITY OF ROUND ROCK
By:
Craig Morgan, Mayor
Date
Supplemental Contract
0199.1602; 00459304
APPROVED AS TO FORM:
Stephan L. Sheets, City Attorney
Rev.06/16
84275
4
ADDENDUM TO EXHIBIT B
Engineering Services
The work to be performed by the ENGINEER under this contract consists of providing
engineering seryices required for the development of construction plans for the widening and
reconstruction of Gatti*s School Road from Red Bud Lane to Via Sonoma Trail and along Red
Bud Lane approximately 500' south of Gatti*s School Road. The project consists of
reconstructing approximately 0.65 miles of the existing 4-lane roadway section to a 6-lane
divided facility and adding a right turn lane on Red Bud Lane. This project involves surveying,
engineering analyses, and associated details necessary to produce PS E to a 100% desi*gn,
including bidding & award services, and construction phase support.
The ENGINEER shall perform all work and prepare all deliverables i*n accordance with the latest
version of the City of Round Rock criteria.
The ENGINEER shall perform quality control and quality assurance (QA/QC) on all deliverables
associated with this project.
The ENGINEER shall provide traffic control in accordance with the Texas Manual on Uniform
Traffic Control Devices (TMUTCD) when performing onsite activities associated with this
contract.
PROJECT MANAGEMENT (Function Code 145)
1. Meetings
A. Attend and document Progress Meetings with the City of Round Rock (2) and with
TxDOT (10). Assume twelve (12) meetings shall be required.
2. General Contract Administration
A. Develop monthly invoices and progress reports.
B. Subconsultant coordination.
C. Design coordination with the City of Round Rock.
D. Stakeholder/Utility Company coordination.
3. Local Government Project Procedures Checklist
A. Prepare the checklist
B. Coordinate with City of Round Rock on information as needed
Sheet 1 of 6
FIELD SURVEYING (Function Code 150) (Inland Geodeti*cs)
1. General
A. Surveys provided will be in accordance with the "Texas State Board of Land
Surveying" and the applicable City of Round Rock regulations.
B. Survey field notes will be submitted I*f requested by the City of Round Rock.
C. The City of Round Rock will obtain right -of -entry agreements with property owners
1010
for the required field surveys (short of litigation).
D. Survey control (vertical and horizontal) captured and established during the initial
phase will be utilized
E. Verify and compare previously located uti"11'oty data with current ground conditions.
The Surveyor will contact the One -Call System i*n advance of performing field
surveys to attempt data collection includes ties to location of marked utilities (if
needed). This task does not always allow for timing of markings with the survey
40
activities. Reasonable attempts to coordinate with utility owners will be made to
achieve efficiency in data collection. Historically, results in this task have been
marginal and there may cause to seek additional compensation for repeated trips to
the project site to complete this effort.
2. Topographic Surveys for Engineering Design and Hydraulic Analysis
A. Survey files with previously obtained project data will be compared to and merged
with survey files generated through this proposal. In areas of uncertainty and/or
limited topographic information, additional data will be collected as directed by the
project engineer.
B. Data collection will consist of spot elevations for improvements, edge of roadway,
driveways, visible or marked utilities, drainage features, centerline of roadway, and
grade breaks.
C. Profiles of intersecting driveways within the project limits will extend a sufficient
distance beyond the existing right of way to ensure adequate data i*s available to
determine tie-ins with proposed vertical alignment changes. Seven (7) driveway
locations have been identified requiring additional field data for adequate grading and
tie-in.
D. Field data for three (3) intersection locations have been identified requiring additional
field data for adequate grading and tie-in.
E. Survey shots will be assigned a unique point number which provides a positive
identification of the point. Each point will be assigned a feature number or feature
name using the TxDOT's standard feature table. An ASCII points file and a hard
Sheet 2 of 6
copy print out will be provided. Each line of the output data shall contain in this
order: the point number, northing, Basting, elevation, and the descriptive feature codes,
F. Surveyed data will be provided i*n a Mi*crostati*on.dgn (V8) compatible two
dimensional base map format. The survey shot point attributes will appear on
separate levels.
G. A Digital Terrain Model (DTM) will be provided in a Microstation.dgn (V8)
GEOPAK compatible three-dimensional format.
H. Prepare individual parcel plats and descriptions to be used by the City of Round Rock
for required right of way acquisition and easement process.
ROADWAY DESIGN CONTROLS (Function Code 160)
1. 100% Design Development
Perform the following items for the project
A. Geometric Design — Revise the horizontal a lignment; vertical profile; pavement
cross slopes; front slope, back slope, and ditch configuration that meet acceptable
design criteria and remain within the limits of the proposed ROW.
B. Limits of Proposed ROW — Analyze the cross sections associated with the desirable
design criteria to determine the limits of ROW necessary to accommodate the
10
resultant configuration. Develop an exhibit providing the ROW footprint with the
desirable configuration. Incorporate final ROW footprint into design base files and
reflect on all plan submittals.
C. Design Cross Sections — Develop roadway cross sections associated with the
proposed horizontal alignment and vertical profile i*n accordance with acceptable
design criteria
D. Typical Sections — Prepare existing and proposed typical sections.
E. Plan Profile Drawings (1"=100') - Drawings to include critical basemap
information, control and benchmark data, proposed roadway improvements including
horizontal and vertical roadway geometry, pavement edge geometry, drainage,
grading and miscellaneous improvements.
F. Alignment Data Sheets — Prepare horizontal and vertical alignment data sheets with
the Geopak baseline descriptions,,
G. Earthwork QuantitiesPreparefinal cut/fill and general earthwork calculati
ons to
support design elements and roadway construction efforts.
DRAINAGE (Function Code 161)
100% PS E00
A. Incorporate all design surveys into computer aided drafting and develop topographies
and surfaces. This data shall be utilized to develop drainage areas, hydrology and
Sheet 3 of 6
hydraulihydraulics.This shall include topographic working drawings to prepare the final
drainage design.
B. Develop storm water hydrology for the existing and ultimate roadway section
40
throughout the limits of the project. The model shall incorporate the 10%, 4%and
1%annual chance storm (10-year, 25-year, and 100myear) events. Modeling shall
develop storm water flows to all cross culverts and roadway conveyances. Based on
the data. developed, drainage infrastructure shall be designed for the project area to
include a level of detail sufficient to establish cost estimates and required easements
and possession and use agreements for the construction of the proposed drainage
structures and channel improvements.
C. Develop designs for all cross -drainage structures throughout the project limits. The
cross drainage shall be modeled with HECmRAS.
D. Develop designs for proposed storm water collection systems for the proposed curb -
and -gutter portion of the project area. Storm sewer designs shall be developed using
Geopak Drainage.
E. Identify potential util0
ity conflicts based on design for the project area.
F. Develop drainage easement requirements for the project area.
G. Develop locations for detention faci1iti*esi"f applicable.
H. Coordinate the design w46
ith the City of Round Rock.
Signing, Pavement Markings and Sgnal*ization (Function Code 162)
100% PS&E*0
A. Signing Pavement Markings — Prepare signage and pavement marking plan
sheets, layouts, and associated details.
B. Traffic Signal Layouts - Prepare traffic signal plan sheets, layouts, and associated
details.
C. Quantity Summaries - Prepare summary sheets of all signing, pavement markings,
and traffic signal quantities.
MISCELLANEOUS (ROADWAY) (Function Code 163)
100% PS E
A. Traffic Control Plans (TCP) - Prepare Sequence of Phased Construction. Prepare
TCP cross sections to identify temporary pavement needs., Identify impacts to
exi'Dsting drainage. TCP will be presented in construction plans.
B. Temporary Traffic Signals — Prepare temporary traffic signals plans and details to
accommodate construction and traffic control plan sequencing.
C. Prepare Title Sheet and Project Layout
D. Cost Estimates — Prepare updated construction cost estimates at each milestone
submittal.
Sheet 4 of 6
E. Illumination Photometric Study — Continuous streeti"llu inati*on will be designed
in accordance to requirements of Texas Department of Transportation Highway
Illumination Manual and modeled utilizing AGI 32 lighting software.
F. Illumination Layout Roll Plot — Prepare illumination roll plot showing illumination
pole locations and light intensity measurements on 10' grid.
G. Illumination Circuit Design, Layouts, and Details— Design conduit runs, circuits,
size conductors and electrical services in accordance to Texas Department of
Transportation Highway Illumination Manual and National Electric Code (NEC).
Prepare illumination plan sheets showing illumination pole location, conduit runs,
conductor size and lengths, and proposed electrical services locations.
BID PHASE SERVICES (Function Code 170)
A. Project Manual Development - Prepare project manual util0
izing front-end
documents and specifications provided by City (TxDOT or COA can be used as
needed) including bid items, contract, and special conditions.
B. Provide bidding support services, including assistance with responding to bidder
questions, attend pre -bid meeting, and prepare minutes. Agenda will be prepared by
the City.
C. Prepare Responses to Bidders' questions.
D. Tabulate, evaluate bids, and make apparent low bidder award recommendation
CONSTRUCTION PHASE SUPPORT SERVICES (Function Code 309)
A. Engineer shall provide construction support services, including assistance with
responding to contractor questions, attend pre -construction meeting, and prepare
minutes,. Agenda will be prepared by the City.
B. Assist City with Shop Drawing and material review and approval (assume 16
submittals)
C. Assist City with preparation of Change Orders, Alternate Design or Additional
Design Details
D. Respond to Questions related to the Plans - The Engineer shall be available to
respond to questions related to the plans and specifications as needed throughout the
duration of the construction. The Engineer will document each question in sufficient
detail, formulate a response and submit a written version of the response to the City
for distribution to all involved parties. Estimate assumes no more than ten (10)
Requests for Information.
E. The Engineer representative to attend site visits as needed at the request of the City,
esti*niated at eight (8) site visits, not included are visits to resolve E 0 issues.
F. At the completion of pond construction, the City will provide survey information for
the pond locations or modifications. With the City survey information, the Engineer
will provide certification that the ponds were constructed per plan.
Sheet 5 of 6
G. The Engineer shall not at any time supervise, direct, control, or have authority over
any contractor's work, nor shall Engineer have authority over or be responsible for
the means, methods, techniques, sequences, or procedures of construction selected or
used by any contractor, or the safety precautions and programs incident thereto, for
security or safety at the construction site, nor for any failure of a contractor to comply
with Laws and Regulations applicable to such contractor's furnishing and performing
of his work. The Engineer will not bear any responsibility or liability for defects or
Is
deficiencies of the contractor.
Sheet 6 of 6
ADDENDUM TO EXHIBIT C
Work Schedule
DATE*
MILESTONE
November 12, 2020
Notice to Proceed SWA #5 (Final 100% PS & E)
March 4, 2021
Submit 100% PS & E to City TxDOT
March 22, 2021
Receive 100% Co ents from City & TxDOT
July 2021
Letting (TxDOT)
September 2021
Award Construction Contract - NTP Construction
September 2021-March 2023
Construction Phase Services
ADDENDUM TO EXHIBIT D
Fee Schedule
Attached Behind This Page
PROJECT NAME: GATTIS SCHOOL RD
EXHIBIT Dml = FEE SCHEDULE
FROM RED BUD LN TO VIA SONOMA TRL
FC
DESCRIPTION
BGE
Inland
TOTAL
FC 110
ROUTE AND DESIGN STUDIES
$0,000
$0000
FC 120
ENVIRONMENTAL
$0000
$0000
FC 130
ROW
$0000
$0000
FC 145
GENERAL MANAGEMEN-T-/ COORDINATION
$16,460900
$16.s460.00
FC 150
FIELD SURVEYING AND PHOTOGRAMMETRY
$0,s00
$10,?272eOO
$10,272sOO
FC 160
ROADWAY DESIGN CONTROLS
$36,176eOO
$361176o00
FC 161
DRAINAGE
$54.o580e00
$54,580s00
FC 162
SIGNING, PAVEMENT MARKINGS., AND SIGNALIZATION
$6,306s00
FC 163
MISCELLANEOUS ROADWAY
$50.j344e00
$50,344oOO
FC 170
BID PHASE SERVICES
$11,314,oOO
$11,1314s00
FC 309
CONSTRUCTION PHASE SUPPORT SERVICES
$30,p746,900
$30,p746.00
EXPENSES
$618o50
$618s50
TOTAL
$206,1544e5O
$10,272900
$2161816s50
This Page is too large to OCR
BROWN GAY ENGINEERS, INC.
PROJECT NAME: GATTIS SCHOOL RD
FROM RED BUD LN TO VIA SONOMA TRL
EXHIBIT D-1- FEE SCHEDULE
Quantity Summary sheets
2
2
2
2
8
$19294.00
FC'1ISC-ELLA
Traffic control plans(TCP)-Construction Narrative/Phased Construction
2
4
6
6
18
$29634-00
Traffic control plans TCP Phased Layouts
4
8
6
16
12
46
$69200.00
Traffic control plans TCP ross Sections
4
4
8
8
24
$39580-00
Traffic control plans (TCP)-Temp Signal analysis
4
4
6
10
24
$39524.00
Titre Sheet/Project La oudMisc Drawings
2
8
4
16
30
$4,042.00
Cost estimates
2
4
10
12
28
$39846.00
Illumination Photometric Stud Modeled in AGI 32
2
4
10
40
56
$69926.00
Illumination Layout Roll Plot w/ light intensity measurements
2
2
8
12
12
36
$4,542.00
Illumination Circuit Design, Layouts, and Details
2
8
16
60
40
126
$15,050-00
..........................................................:......................
........... .....................................................................................................::::::::.:...::.:::.:.:..:................................................................
.....................................::.::::..
-------------
Project Manual Development
4
8
8
20
4
44
$59872.00
Pre -bid Meeting Attendance
2
2
2
6
$936-00
Respond to Bidders' Questions
6
6
6
2
20
$29670.00
Bid tabulations 8 Award
2
4
4
2
12
$1j836-00
....................................... ........ .... .
A ------- ------
..... .................
....
........................................
..................................................................................................................................................................................................................................................................
.......................
. ..............
............
................
...........
...............
..................... ..........
............. . .......................
.
Pre -Construction Meeting Attendance
2
2
2
2
8
$19156.00
Site Visits 8 ea
16
16
16
48
$89144.00
Shop Drawings/Submittals Review 16 ea
4
16
16
16
52
$7,652.00
Change Orders review and processing
4
8
8
8
2
30
$49414.00
Respond to Contractor Questions RFIs 10 ea
4
12
12
8
2
38
$59662.00
Project Walk-Thru/Close-out
4
4
8
8
2
26
$31718.00
HOURS SUB -TOTALS
120
248
296
416
316
0
0
0
26
1422
1422
CONTRACT RATE PER HOUR
$225-00
$174.00
$138.00
$110-00
$110-00
$90-00
$195-00
$130.00
$69.00
$205,926.00
TOTAL LABOR COSTS
$279000.00
E439152.00
$40,848.00
$459760.00
$349760.00
$0.00
$0.00
$0.00
$1,794.00
I -SUBTOTAL
$205j926-00
TOTAL
TOTAL
Senior
Project
Project
Senior
Senior
Senior
ENV
Admin/
FUNCTION CODE TOTAL COSTS DIRECT
LABOR
Project
Manager
Engineer EIT
Engineer
CADD
ENV
Scientist
Clerical TOTAL MH BY FC
EXPENSE
COSTS
Manager
Tech
Operator
$2069544.50 $618-50
$2059926.00
120
248
296 416
316
0
0
0
26 1422 1422
0
SUBTOTAL LABOR HOURS
120
248
296 416
316
0
0
0
26 1422 1422
SUBTOTAL LABOR EXPENSES $2069544.50 $618-50
$2059926.00
8.4%
17.4%
20.8% 29.3%
22.2%
0.0%
0.0%
0.0%
1.8%
OTHER DIRECT EXPENSES
QUANTITY
UNIT
RATE
Mileage
350
mile
$ 0.56
$196.00
Photocopies B/W 11" X 17"
300
each
$ 0.20
$60.00
Photocopies Color 81/2" X 11"
150
each
$ 0.75
$112.50
Photocopies Color 11" X 17°
200
each
$ 1.25
$250-00
Geosearch hazmat
0
each
$ 500.00
$0.00
Large Format Plotting
0
SF
$ 2.25
$0.00
SUBTOTAL DIRECT EXPENSES
$618.50
SUMMARY
TOTAL LABOR COSTS
NON -SALARY OTHER DIRECT EXPENSES
GRAND TOTAL
$2059926-00
$618-50
$206544.50
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
8 15.75
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0! _
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
INLAND GEODETICS EXHIBIT D=1 m FEE SCHEDULE AGonzales Est.
PROJECT NAME: GATTIS SCHOOL RD
FROM RED BUD LN TO VIA SONOMA TRL
a�..l . ................
..........
.. ..........
i � Rd - Eioo-'. w'.i...
........... i:':
F
. . . ..........
r.N
RATE HOUR
$138
$160
$183
42
NX.
$136
$132
$118
$98
$98
$54....
.......
ROE
4 HRS
4 HRS
X., X
=`.... ..
... .... .,,........ .
SITE VISITS (TASK 2)
8 HRS
4 HRS
2 HRS
: '.....
50m 1 - ADMIM MOBILIZE
0 HRS
0 HRS
0 HRS
0 HRS
4 HRS
12 HRS
0 HRS
4-- HRS
0 HRS
2 HRS
_-, ..
.. .... .... ..... . ....
...................
........
ADDNL FIELD SURVEY
26 HRS
1 HRS
2 HRS
8 HRS
4 HRS
2 HRS
DELIVERABLES
2 HRS
2 HRS
16 HRS
2 HRS......
. :tom:'
50w2 -FIELD SURVEYING
26 HRS
0 HRS
0 HRS
0 HRS
3 HRS
4 HRS
8 HRS
20 HRS
0 HRS
..
4 HRS...
x.
. ............ % .... .. ........ .....
............. ..................... ....
BOUNDARY ANALYSIS--------------------------------
------------
SECONDARY FIELD SURVEY
,�„,,..
... . � ,.. , ,',.. .................
� ................. '
.................................................................
ROW ACQ PARCEL PROD (11)......................
....... . ,.� .
...................... .............................
ROW MONUMENTATION (11)
% ""
.......................
50m3 -ROW ACQ TASKS
0 HRS
0 HRS
0 HRS
0 HRS
0 HRS
0 HRS
0 HRS
0 HRS
0 HRS
0 HRS................
,� � .�........................ . .. ....................
.................................. ....... .. .......
S:U.B,**-TQTAL..
26 HRS
t? HRS
'U MR5'
4 HRS
7 HRS.. ........ ....
16 HRS '
8 HRH
24 HRS`
....
U k RS... .
---
f HRS
.... ......
Xle
.........
REIMBURSEABLE ITEMS
...
.. ------
.... ...... ------------------- ----
.�.,.:'.
REIMBURSEABLE SERVICES
......... ..,......
� .....
wo.
ES ..........
TIMATEQ FEE*"'******''*"**'***"'**""*'*'*******""*"*"
. ......
$3, 8
.......
�0
....
$Q
.................. .. ..........
$Q
$952' $2,112
$�44
. ... .... .
$2,352
................. - -----
$0
$..... . . .......... ...... X.
-----
324 ,............
.................
Cost Variables: Reimburseable Services Include:
GPS Receivers $15
Vehicle $60
ATV $55
Total:
Reimburseable Fees Include:
SUPPLIES
TITLES
Total:
$0600