Loading...
CM-2021-079 - 3/26/2021STATE OF TEXAS COUNTY OF WILLIAMSON SUPPLEMENTAL CONTRACT NO.6 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. 6 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. I 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, the City and Engineer executed Supplemental Contract No. 4 to the Contract on January 23, 2020 to modify the provisions for the scope of services and to increase the compensation by $1 19,914.00 to a total of $1,189,819.15; and WHEREAS, the City and Engineer executed Supplemental Contract No. 5 to the Contract on December 2, 2020 to modify the provisions for the scope of services and to increase the compensation by $216,816.50 to a total of $1.406,635.65; 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 $25,190.00 to a total of $1,431,825.65; NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract is amended as follows: Supplemental Contract Rev.06+16 0 199.1602. 00467 156 84275 N-2021--071 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. Article 4, Compensation and Exhibit D, Fee Schedule shall be amended by increasing by $25,190.00 the lump sum amount payable under the Contract for a total of $1,431,825.65, as shown by the attached Addendum to Exhibit D. IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental Contract in duplicate. [srgnalure pages follow] Supplemental Contract 0199 1602,004671�6 Rev.06:' l 6 842 .S BROWN & GAY ENGINEERS, INC. By: 64�L Erin N. Gonzal s D,rect 94of Tr sportation March 18, 2021 Date Supplemental Contract Rev.06,' l6 0199.1602. 00467,156 84275 CITY ROUND ROCK APP O ED AS TO ORM: anager Stephan . Sheets, City Attorney r� K/ - Date Supplemental Contract Rev.06f 16 0199 1602,00467156 84275 ADDENDUM TO EXHIBIT B Engineering Services The work to be performed by the ENGINEER under this contract consists of providing engineering services required for the development of construction plans for the widening and reconstruction of Gattis School Road from Red Bud Lane to Via Sonoma Trail and along Red Bud Lane approximately 500' south of Gattis 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% design, including bidding & award services, and construction phase support. The ENGINEER shall perform all work and prepare all deliverables in 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. RIGHT OF WAY DATA (Function Code 130) 1. Utility Coordination (Halff Associates, Inc.) A. The Engineer shall perform all Subsurface Utility Engineering (SUE), Utility Coordination, and Utility Engineering services for approximately twelve (12) utilities as listed below: Underground • AT&T — Telephone • AT&T Fiber Optic Cable • Grande Communications Fiber Optic Cable • Round Rock 1SD Fiber Optic Cable • City of Round Rock -- Water • City of Round Rock Wastewater • City of Round Rock — Lighting/traffic signal • Time Warner Cable Cable TV • Atmos Energy — Gas Oncor Electric Delivery Electric + Manville WSC — Water • Windermere Utility Co. Wastewater + Zayo B. The work to be performed by the Engineer under this contract shall consist of providing engineering services required for SUE, Utility Coordination and Utility Engineering on the Gattis School Road Project. The existing utility file will be Page 1 of 5 referenced into the current roadway design sheets to create a test hole location work plan. A sketch of the area to be included for the proposed test hole locations "Level A" will be provided prior to the start of the work and must be approved by the City of Round Rock. C. These services include SUE, utility adjustment coordination activities including but not limited to, meeting and contact with utilities on the project, initial project notifications, preparation of existing utility layouts, providing progress reports, preparation of contact lists, reviewing conflicts between the utilities and the proposed project, and creation of utility conflict list. The above list of services is general in nature and should not be considered inclusive to the engineer's responsibilities, as listed in the following scope. D. Subsurface Utility Engineering (SUE) including utility investigations subsurface and above ground prepared in accordance with AASHTO standards [ASCE C-1 38- 021 and Utility Quality Levels as follows. i. Utility Quality Levels are defined in cumulative order (least to greatest) as follows: a. Quality Level D - Existing Records: Utilities are plotted from review of available existing records. b. Quality Level C - Surface Visible Feature Survey: Quality level "D" information from existing records is combined with surveyed surface - visible features (performed by surveyor). Includes Quality Level D information. If there are variances in the designated work area of Level D then a new schematic or plan layout, if needed, is required showing the limits of the proposed project and limits of the work area required for this work authorization; including highway stations, limits within existing or proposed right of way, additional areas outside the proposed right of way, and distances or area,, to be included down existing intersecting roadways. C. Quality Level B - Designate: Two-dimensional horizontal mapping. This information is obtained through the application and interpretation of appropriate non-destructive surface geophysical methods. Incorporates quality levels C and D information to produce Quality Level B. if there are variances in the designated work area of Level D then a new schematic or plan layout, if needed, is required showing the limits of the proposed project and limits of the work area required for this work authorization; including highway stations, limits within existing or proposed right of way, additional areas outside the proposed right of way, and distances or areas to be included down existing intersecting roadways. d. Quality Level A - Locate (Test Hole): Three-dimensional mapping and other characterization data. This infonnation is obtained through exposing utility facilities through test holes. Actual locations are tied to survey control (performed by surveyor). Incorporates quality levels B, C and D information to produce Quality Level A. ii. Desi ng ate (Quality Level B)Designate means to indicate the horizontal location of underground utilities by the application and interpretation of appropriate non- destructive surface geophysical techniques. Designate (Quality Level B) Services are inclusive of Quality levels C and D. Page 2 of 5 The UC shall: a. As requested by the City, compile "As Built" information from plans, plats and other location data as provided by the utility owners. b. Coordinate with utility owner when utility owner's policy is to designate their own facilities at no cost for preliminary survey purposes. The Engineer shall examine utility owner's work to ensure accuracy and completeness. C. Designate, record and mark the horizontal location of the existing utility facilities using non-destructive surface geophysical techniques. No storm sewer facilities are to be designated. A non -water base paint, utilizing the American Public Works Association (APWA) color code scheme, must be used on all surface markings of underground utilities d. Correlate utility owner records with designating data and resolve discrepancies using professional judgment. A color -coded composite utility facility plan with utility owner names, quality levels, line sizes and subsurface utility locate (test hole) locations, if applicable shall be submitted. It is understood that the line sizes of designated utility facilities detailed on the deliverable are from the best available records and that an actual line size is normally determined from a test hole vacuum excavation. A note must be placed on the designate deliverable that states "lines sizes are from best available records". All above ground appurtenance locations must be included in the deliverable. This information shall be provided in AutoCadd Civil 3D format. The electronic file shall be delivered on CD. A hard copy is required and must be sealed and dated by Halff. C. Clearly identify all utilities that were discovered from quality levels C and D investigation but cannot be depicted in quality level B standards. These utilities must have a unique line style and symbology in the designate (Quality Level B) deliverable. iii. Subsurface Utility Locate (Test Hole) Service (Quality Level A) (Up to 4 Test Holes), Locate means to obtain precise horizontal and vertical position, material type, condition, size and other data that may be obtainable about the utility facility and its surrounding environment through exposure by non-destructive excavation techniques that ensures the integrity of the utility facility. Subsurface Utility Locate (Test Hole) Services (Quality Level A) are inclusive of Quality Levels B, C, and D. The Engineer shall: a. Review requested test hole locations and advise the City of Round Rock in the development of an appropriate locate (test hole) work plan relative to the existing utility infrastructure and proposed highway design elements. b. Coordinate with utility owner inspectors as may be required by law or utility owner policy. C. Neatly cut and remove existing pavement material, such that the cut not to exceed 0.10 square meters (1.076 square feet) unless unusual circumstances exist. d. Measure and record the following data on an appropriately formatted test hole data sheet that has been sealed and dated by the Engineer: i. Elevation of top and/Or bottom of utility tied to the datum of the furnished plan. (Provided by surveyor) Page 3of5 ii. Identify a minimum of two benchmarks utilized. Elevations shall be within an accuracy of 15mm (.591 inches) of utilized benchmarks. (Provided by surveyor) iii. Elevation of existing grade over utility at test hole location. (Provided by surveyor) iv. Horizontal location referenced to project coordinate datum. (Provided by surveyor) V. Outside diameter of pipe or width of duct banks and configuration of non -encased multi -conduit systems. vi. Utility facility material(s). vii. Utility facility condition. viii. Pavement thickness and type. ix. Coating/Wrapping information and condition. X. Unusual circumstances or field conditions. C. Excavate test holes in such a manner as to prevent any damage to wrappings, coatings, cathodic protection or other protective coverings and features. f. Be responsible for any damage to the utility during the locating process. In the event of damage, the Engineer shall stop work, notify the appropriate utility facility owner, City of Round Rock, and appropriate regulatory agencies. The regulatory agencies include but are not limited to the Railroad Commission of Texas and the Texas Commission on Environmental Quality. The Engineer will not resume work until the utility facility owner has determined the corrective action to be taken. The Engineer shall be liable for costs involved in the repair or replacement of the utility facility. g. Back fill excavations with appropriate material, compact backfill by mechanical means, and restore pavement and surface material. The Engineer shall be responsible for the integrity of the backfill and surface restoration for a period of three years. Install a marker ribbon throughout the backfill. h. Furnish and install a penmanent above ground marker directly above center line of the utility facility. i. Provide complete restoration of work site and landscape to equal or better condition than before excavation. If a work site and landscape is not appropriately restored, the Engineer shall return to correct the condition at no extra charge to the City of Round Rock. j. Plot utility location position information to scale. F. Utility Adiustment Coordination including utility coordination meetings with individual utility companies, and communication and coordination with utilities. i. The Utility Coordinator shall perform utility coordination and liaison activities with involved utility owners, their consultants, and the City of Round Rock to achieve timely project notifications, formal coordination meetings, conflict analysis and resolution. a. The Utility Coordinator shall coordinate all activities with the City of Round Rock, or their designee, to facilitate the orderly progress and timely completion of the design phase. The Utility Coordinator will be responsible for the following: b. The Utility Coordinator shall provide initial project notification letters to all affected utility companies, owners, and other concerned parties, if needed. C. The Utility Coordinator shall provide the City of Round Rock and all affected utility companies and owners a Utility Contact List for each project with all information such as: (a) Owner's Name; (b) Contact Person; (c) Telephone Numbers; (d) Emergency Contact Number; (e) E-mail addresses; (0 as well as all pertinent information concerning their respective affected utilities and facilities, including but not limited to: size, number of poles, material, and other information which readily identifies the utilities companies' facilities. d. The Utility Coordinator shall advise utility companies and owners of the general characteristics of the Project and provide an illustration of the project footprint for mark-up of the utility facility locations that occupy the project area. e. The Utility Coordinator shall coordinate which utilities will conflict with roadway construction and make the utility company aware of these conflicts. Page 5 of 5 ADDENDUM TO EXHIBIT C Work Schedule DATE MILESTONE March 8 — June 30, 2021 Coordinate with Utilities 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 SUEKWROWArION FEE WNs 6chaol Rd hom Rid 9W Ln b 4�a Sanoln� �1 w� �� ttttt�ttit��—iww ww ww--w iiww—�—iwwwwww--w --ww----wwwwww--w ■ i-ww—�—iwwww wwwwn ww— �aa®aaa■®aa®®®a®aa wr����ww�--iwwwwww--w wt� aaaaeaaa■�aaaaaeaaa■® ��--��-r-��r���rrr�r��rrr�rrr�rNNr�r�rr�rrrw ©®�000���0000000�o® ----------------- — �� ----------------- - ------------------- �aa®®a®���a®®a®a®®■® ittsttto w--o oow wwww--Q o w� wiiiw w-wliiw wwwww--w � - rwtrtwnrrtrttr w--iiw wwwww s—w � — ttwtteiiw �waiiwwwwsw--ww� wwiiww��iiwwwwiw� wit wttttteiiwwt��wr�i-tttttttrLit�tttttt�ttttttt�tttttttrwr "w� tt�ttAtttttttt�t� tttt� wwww- titttttrtt�tttr w� w�iiwwwiw�-wit wttttteiiw EwseiiCw wwwwww--w� s�t•��aaaaaaaaa=aa aweitt�ttt�tttttttrwttttttt�tttttttrtttttttr�wraCi siswwwwww— it wtttte��w wttt�tttr>�wtttttttttr tt�iwaaaa�a�ww�w���� ®tttt�wwS�iiwwwwww�-_ww� w�is=■�a■■■■S aaaaa O iliml ROUND ROCK tiFXA; City of Round Rock Agenda item Summary Agenda Number: Title: Consider execut;ng Supp`ementar Contract No. 6 with Brown & Gay Engineers, Inc. for the Gattis School Road Segment 6 Project. Type: City Manager Item Governing Body: City Manager Approval Agenda Date: 3/26/2021 Dept Director: Gary Hudder, Transportation Director Cost: $25,190.00 Indexes: RR Transportation and Economic Deveiopment Corporation (Type B) Attachments: 5C#6 w-Brown Gay Engypartialexec Department: Transportation Department Text of Legislative File CM-20Z1-079 The City entered into a contract for Engineering services with Brown and Gay Engineers Inc. for the work on Gattis School Segment 6 in February of 2016 in the amount of $482,439.90. 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. As the work has progressed and the scope has increased it was necessary to amend the contract and to modify the provisions for the scope of services and to increase the compensation by $401,872.25 increasing the total to $884,312.15. Supplemental Agreement #2 was for additional Subsurface Utility Engineering (SUE). As the limits of the project were extended so was the need to have additional SUE work to performed to complete conflict analysis. This Supplemental Agreement is in the amount of $8540.00 increasing the total price to $892,852.15. Supplemental #3 was for additional surveying as some of the parcels to be acquired were modified slightly to accommodate the owners. It will also include drainage analysis and to develop storm water hydrology for the existing and ultimate roadway sections. Signing, Pavement Markings and signalization will also be developed and traffic signal and intersection layouts will be designed. This supplemental will increase the compensation by $177,053.00. This will bring the total contract amount to $1,069,905.15. Supplemental #4 was to modify the provisions for the scope of services to include the redesign of water lines in conflict with the proposed roadway design and to increase the compensation by $119,914.00 for a City of Round Rock Page 1 of 2 Agenda Item Summary Continued (CM-2021-079) total of $1,189,819.15. Supplement #5 was for full 100% PSM documents including traffic control plans for all phases of the work, Illumination Study and design of roadway illumination and layout, including temporary traffic signals, and construction and bid services. The cost of Supplemental Agreement #5 is $216,816.50. The total cost of the amended contract will be $1,406,635.65. Supplemental #6 is for the additional sub surface engineering and coordination with the utility companies, to review their plans, make revisions and assign layouts, identify conflicts and work through resolutions, and attend field meetings. The cost of this supplemental is $25,190.00. The total engineering contract to date is $1,431,825.65 Cost: $25,1900.00 Source of Funds- RR Transportation and Economic Development Corporation (Type 8) City of Round Rock Page 2 of 2