Loading...
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