Loading...
R-2021-299 - 11/4/2021 RESOLUTION NO. R-2021-299 WHEREAS, the City of Round Rock, Texas (the "City") is a participating and founding member of the Brushy Creek Regional Utility Authority, Inc., (the "BCRUA"); and WHEREAS, the BCRUA retained engineering services with Walker Partners/Freese and Nichols Joint Venture for the BCRUA Phase 2 Raw Water Delivery System Project; and WHEREAS, Walker Partners/Freese and Nichols Joint Venture has submitted Supplemental Contract No. 11 to the Contract to modify the provisions for the scope of services and to increase the compensation by $745,999.00; and WHEREAS, the City desires to authorize the BCRUA to enter into said supplemental contract with Walker Partners/Freese and Nichols Joint Venture,Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK,TEXAS, That the City Council hereby authorizes the Brushy Creek Regional Utility Authority to enter into Supplemental Contract No. 11 with Walker Partners/Freese and Nichols Joint Venture for the BCRUA Phase 2 Raw Water Delivery System Project, a copy of said contract 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 551, Texas Government Code, as amended. RESOLVED this 4th day of November,2021. CRAIG M GA ayor City of Round Ro , Texas ATTEST: MEAGAN INKS, dity Clerk 0112.20212;4886-814 20 EXHIBIT „A„ :emA BRUSHY CREEK REGIONAL UTILITY AUTHORITY A Partnership of Cedar Park. Leander. and Round Rock SUPPLEMENTAL CONTRACT NO. 11 TO CONTRACT FOR ENGINEERING SERVICES FIRM:WALKER PARTNERS/FREESE AND NICHOLS JOINT VENTURE("Engineer") ADDRESS: 804 Las Cimas Parkway, Suite 150,Austin,TX 78746 PROJECT: BCRUA Phase 2 Raw Water Delivery System This Supplemental Contract No. 11 to Contract for Engineering Services is made by and between the BRUSHY CREEK REGIONAL UTILITY AUTHORITY, INC., hereinafter called "BCRUA" and Walker Partners//Freese and Nichols Joint Venture, hereinafter called the "Engineer". WHEREAS, BCRUA and Engineer executed a Contract for Engineering Services, hereinafter called the "Contract", on the 28th day of November, 2018 for the BCRUA Phase 2 Raw Water Delivery System Project in the lump sum amount of $12,518,037.00 for Engineering Services excluding Task 5.3.1 —Geotechnical Investigation; and WHEREAS, BCRUA and Engineer executed Supplemental Contract No. 1 on April 24, 2019 to amend the scope of services, specifically, Task 6.0, and to increase the compensation by $75,496.00 to a total lump sum amount of $12,593,533.00 for a total project amount of $13,697,291.00; and WHEREAS,BCRUA and Engineer executed Supplemental Contract No. 2 on August 7, 2019 to amend the scope of services, specifically, Task 5.0 — Special Services, and to increase the compensation by $42,348.00 to a total lump sum amount of$12,635,881.00 for a total project amount of$13,739,639.00; and WHEREAS, BCRUA and Engineer executed Supplemental Contract No. 3 on March 5, 2020 to amend the scope of services, specifically, Task 6.0—Agency and Stakeholder Coordination, and to increase the compensation by $47,000.00 to a total lump sum amount of$12,682,881.00 for a total project amount of$13,786,639.00; and WHEREAS, BCRUA and Engineer executed Supplemental Contract No. 4 on March 20, 2020 to amend the scope of services, specifically, Task 6.0 — Agency and Stakeholder Coordination, and to increase the compensation by $18,155.00 to a total lump sum amount of$12,701,036.00 for a total project amount of$13,804,794.00; and Supplemental Contract Rev.03/2011 0140.4634-47;00483708 215829 WHEREAS, BCRUA and Engineer executed Supplemental Contract No. 5 on May 28, 2020 to amend the scope of services, specifically, Task 5.3.1 — Geotechnical Investigation, by reducing the compensation b 2 p y $ 56,761.00 and adjusting the total Time and Materials amount to $846,997.00; and to reallocate $256,761.00 to Task 5.0 — Special Services and Task 6.0 — Agency and Stakeholder Coordination, and to modify the provisions for the scope of services for Task 5.0 by increasing the compensation by $24,212.00 to a total lump sum amount of $12,982,009.00 for a total project amount of$13,829,006.00; and WHEREAS, BCRUA and Engineer executed Supplemental Contract No. 6 on October 22, 2020 to amend the scope of services, specifically, Task 5.0 — Special Services, and to increase the compensation by $27,985.00 to a total lump sum amount of$13,009,994.00 for a total project amount of$13,856,991.00; and WHEREAS, BCRUA and Engineer executed Supplemental Contract No. 7 on April 28, 2021 to amend the scope of services, specifically, Task 5.0 — Special Services, and to increase the compensation by $137,201.00 to a total lump sum of$13,147,195.00 for a total project amount of$13,994,192.00; and WHEREAS, BCRUA and Engineer executed Supplemental Contract No. 8 on June 7, 2021 to amend the scope of services, specifically, Task 5.0 — Special Services, and to increase the compensation by $47,238.00 to a total lump sum of$13,194,433.00 for a total project amount of $14,041,430.00; and WHEREAS, BCRUA and Engineer executed Supplemental Contract No. 9 on August 17, 2021 to amend the scope of services, specifically, Task 5.0 — Special Services, and to increase the compensation by $25,000.00 to a total lump sum of$13,219,433.00 for a total project amount of $14,066,430.000; and WHEREAS, BCRUA and Engineer executed Supplemental Contract No. 10 on October 15, 2021 to amend the scope of services, specifically, Task 6.0 — Agency and Stakeholder Coordination, and to increase the compensation by $29,800.00 to a total lump sum of $13,249,233.00 for a total project amount of$14,096,230.00; and WHEREAS, it has become necessary to amend the Contract to modify the provisions for basic engineering services and to increase the compensation by $745,999.00 to a total Time and Materials amount of$1,592,996.00 for a total project amount of$14,842,229.00; NOW THEREFORE, premises considered, BCRUA and the Engineer agree that said Contract is amended as follows: I. 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. 2 II. Article 4, Compensation 2) Not-to-Exceed Sum and Exhibit D, Fee Schedule shall be amended by increasing by $745,999.00 the not-to-exceed sum amount payable under the Contract for Engineering Services, to a total not-to-exceed amount of $1,592,996.00 for a total Project amount of$14,842,229.00,as shown by the attached Addendum to Exhibit D. IN WITNESS WHEREOF, BCRUA and the Engineer have executed this Supplemental Contract in duplicate. [signature pages follow] 3 WALKER PARTNERS By: Date FREESE AND NICHOLS JOINT VENTURE By: Date 4 BRUSHY CREEK REGIONAL UTILITY AUTHORITY,INC. By: Nacole Thompson,President Date APPROVED AS TO FORM: By: Stephan L. Sheets, BCRUA Attorney 5 ADDENDUM TO EXHIBIT B ENGINEERING SERVICES GENERAL The purpose of Supplemental Amendment No. 11 is to provide bidding phase services for the Phase 2 Raw Water Delivery System Project. Proposals shall be received and evaluated, and subsequently the Project shall be awarded as a single construction contract to the selected Contractor. BASIC SCOPE OF SERVICES Task 1.0- Project Management. 1.1 Progress Meetings. Attend monthly progress meetings with Owner for a total of seven meetings. 1.2 Project Administration. 1.2.1 Manage and coordinate staff resources, subconsultants, and project planning. Conduct weekly team coordination meetings in person or by teleconference. 1.2.2 Prepare and submit monthly invoices and project progress reports. As a minimum, monthly progress reports shall include a summary description of tasks completed as of the report date, description of activities planned for the next 60 days, financial status of the project, status of schedule for project, and identification of technical, commercial or other issues which may have an impact to the overall project budget and/or schedule. Task 2.0 - Bidding Phase. Assist Owner in advertising, obtaining, and evaluating proposals for the Work. Prequalifying prime contractors and subcontractors is not included in this effort. The Bidding Phase will be considered complete upon issuance of Notice-to-Proceed to the selected Contractor or upon cessation of negotiations with prospective contractors. 2.1 Assist Owner in advertising for and obtaining proposals for the Work and, where applicable, maintain a record of prospective proposers to whom Bidding Documents have been issued, conduct one pre-Proposal conference, attend one site visit, and attend two rock core reviews. Owner shall pay for advertisement of the Work and make the Contract Documents available on CIVCAST. 2.2 Respond to Proposer questions. Issue Addenda as appropriate to clarify, correct, or modify the Bidding Documents. 2.3 Evaluate and determine the acceptability of"or equals" and substitution of materials and equipment proposed by prospective proposers, provided that such proposals are allowed by the bidding-related documents (or requests for proposals or other construction procurement documents) prior to award of the Contract for the Work. 2.4 Attend the Proposal opening, prepare Bid tabulation sheets, and assist Owner in evaluating Bids or proposals including Alternate Proposals. Review the information in the proposals 1 and advise Owner regarding the interpretation of the information provided as it relates to the selection criteria. Provide reference checks on key personnel from the information provided in the proposal and review the qualifications of key personnel offered. Report findings of the review of proposals and investigations to the Owner's selection committee. Facilitate scoring of proposals by the selection committee and assist in determining which proposal appears to provide the best value to the Owner based on proposals received. 2.5 Assist the Owner in coordinating and conducting interviews with the top two or three ranking proposers. Assist in developing pertinent interview questions. Facilitate the interview process and work with the Owner's selection committee to determine what, if any, adjustments should be made to the scoring based on information obtained in the interviews. 2.6 Compare prices received to the cost estimate to determine that the prices proposed are responsive to the Bidding/Proposal documents. Identify cost difference if estimates and prices are not within allowable tolerances for cost estimates. Provide information or assistance needed by Owner during negotiations allowed under Texas Government Code 2269. 2.7 Prepare conformed bidding documents. Incorporate addenda modifications into the drawings and specifications. Assist Owner in assembling the final Contract for the Work for execution by Owner and successful Proposer. Prepare stamped Engineer's recommendation of award letter and bid tabulation analysis. Furnish up to ten printed copies of the conformed bidding documents, four of which shall be provided to the Contractor. 2.8 Attend Owner Board and individual City council meetings to present a recommendation of award of the construction contract. 2.9 Submit advertisement, all addenda, bid tabulation, Engineer's recommendation of award letter and associated proposal to Texas Water Development Board (TWDB) to allow for contingent award of Contract. 2.10 Consult with Owner to review contractor's certificates of insurance and other required pre- NTP submittals for conformance with the requirements of the contract documents. Submit executed contract documents and contractor's certificates of insurance to TWDB to receive authorization to issue Notice-to-Proceed to the successful Proposer. 2.11 Assist Owner in selection of an independent testing laboratory to perform required construction materials testing services. Task 3.0-Stakeholder Coordination. 3.1 Assist Owner in the renewal of permits required by the Travis County Fire Marshal's Office. Task 4.0 -Additional Services The following Additional Services are not included in the Scope of Services and will not be performed unless specifically authorized by the Owner: 2 i 4.1 Preparing additional Bidding Documents or Contract Documents for alternate bids or prices requested by Owner for the Work or a portion thereof. 4.2 Assistance in connection with Bid protests, rebidding, or renegotiating contracts for construction, materials, equipment, or services. 4.3 Assist Owner in coordination of permit requirements between the Bidders,Travis County Transportation and Development, LCRA, PEC, and the USACE. 4.4 Preparing additional drawings or revisions to existing drawings in response to Travis County or other Stakeholder request, per the direction of the Owner. 3 ADDENDUM TO EXHIBIT C WORK SCHEDULE The Bid Phase will commence upon advertisement of the Project and will last for approximately seven (7) months. Bid Phase terminate upon issuance of Notice-to-Proceed to the selected Contractor or upon cessation of negotiations with prospective contractors. ADDENDUM TO EXHIBIT D Fee Schedule Attached Behind This Page ADDENDUM TO EXHIBIT D COMPENSATION Total compensation for services under Supplemental Amendment No. 11 is estimated to be$745,999 as shown in Attachment 1 to Exhibit D. Owner shall pay Engineer for Basic Services set forth in Supplemental Amendment No. 11 on the basis of Standard Hourly Rates as described in Paragraph 2.0 of Exhibit D. Total compensation for Standard Hourly Rates tasks shall be adjusted from$846,997 to$1,592,996. Total compensation for the Project shall be adjusted from$14,096,230 to$14,842,229. Attachment 1 to Exhibit D Brushy Creek Regional Utility Authority ISCRUA) I Plailad Fee Summary Phase 2 Raw Water Delivery System-Supplemental Amendment No.11-Bid Phase Services Basic Serdrxa $745,989 1 01712021 E.tra services ------ Detailed Cost Breakdown Total Pro act $745 999 Basic SernCos Employee c e, l .ns Chreten.an Petnsak Seeh eeerrenn Yen Geseke Nlslak h - - Total Labor Total Expense Position PM Maneaer III) Oc Manegr III) �"� (S.nbr Senbr PE(6erwr PE(6arwr Eng R PE(R.1) Eng EIT(P.Od Ens I) G�(f111) a �'"'"(6uppon Total Mours Effort Effort Total Sub Efbn Total Egon _ E.' IO III) II)_ _ IIO arM 111) Tasks. Iwent Hourl BIII Rate $295 1295 $2BD $275 $200 $160 $115 $175 $130 1.0 Project Management Hogrera Menu s(7) - 42 21 fi 65 $ 18.810 S 274 E 23,803 S 42,887 Nqect 7dmimatration 40 16 _ _ 24 80 $ 19080 $ 53 $ 55060 $ 74193 2.0 Bidding Services 21 Ran Issuance and Pre-Proposal Meeags 24 40 B 40 _ 112 $ 23,gfi0 $ 1B3 $ 31,098 $ 58,251 22 RespoM to O,sst on and Issue Addenda 40 24 120 -- 24 - 24 - - 10 60 --- 120 24 496 S 701200 S 105 $ 129658 i 230961 2.3 Subatn,aom Evaluation _ 2 _ 24 n 4 38 S _9,370 E - E 31,523 $ 40,893 ..___.... 24 Proposal O eru ,Bid Tabulation,and Pr sal Review - 40 --- 8 60 4 132 $ 35 600 $ 223 $ 44279 S 80102 25 Inern Suppod 40 18 56 $ 15,980S183 S 28,337 S 42,490 26 Pricing Review aM Negotet o Support 24 40 4 7g S 20 020 S 38 S 29 477 S 48 533 27 Conformed Docs,Rec ei-Aaom of Award.AaaemDk Final Connate 4 40 4 1 40 32 124 $ 24,180 S 1,575 $ 61,600 $ 87,355 28 Board and Cwnnl Meeu . 40 40 $ 11 800 S 302 S 892 $ 13.094 -_- 2.9 TWDB S,emnlal for Contingent Aware 2 8 8 18 S 3,710 $ - S 992 $ 4,702 2.10 TWDB Submittal for NTP 2 8 8 18 S 3 710 $ $ 982 i 1702 2.11__ Awn wrlh Seled;onof Material Taa irlg Lab 2 16 -- 18 S 4,750 t_ - S 7,350_ S 12,100 3.0 Stakeholder Coordination _ 3.1 TCFM Permit Renewal S $ _ E 4738 S 473g Total Basic Services Hours 302 32 409 48 40 70 80 160 138 1 S 292 150 S 2 954 S 4E0 715 W9 Task Expenses Was Meals Pnnbng Hotel Travel Other Other Other Other Total Expanses 1.0 Project Management 1.1 P,og,ess Meetings;%� 420 25 S 274 1.2_ Prolecl Ad--t al,n - 50 _ E 53 2-e _ Bidding Services 2.1 Ran Issuance and Pre-Proposal Meetin s 15C 100 $ 193 2.2 Reapord to Question and lases Addenda 100 $ 105 2.3 SlDatnwom Evaluation --�� $ - 2.4 Proposal Openrg,Bid Tabulation,and Proposal Review _--200 _._ _ 100_ _ $ 223 2.5 Inarview S 150 100 E 193 2.6__ Pnong Review and Negotolwn Suppod 80 $ 36 2.7 G-f mad Do-Recommendation of Award,Assemble Final Con act 1,500 $ 1.575 2.0 _ Board anti C-1 Meebrps 300 120 $ 302 2.9 TWOB S,d_mmm le,Corti ere Award f 2.10 TWDBS,Dm4allor NTP S - 2.11 Awat with Seled,on of Material TestingLab _ $ R3.0 Stakeholder Coordination 3.1 TCFM Permit Renewal $ otal txpen,e, ort Task Subconsutis ft Schnabel KFr,ese JHE FNI(JV Total Sub Effort Partner) 1.0 Project Management 1.1 Progress Maahrgs(71 - 8,000 3,556 1,725 9,657 E 23,803 1.2 Proles Adm,asu 02 14,104 9,040 983 29,726 $ 55060 2.0 Bidding Services 2.1 Ran Issuance anti Pre-Proposal Men 15,212 1 016 1.725 15.247 $ 34 D98 2.2 rid to Oueat;on eat lase Addenda 15 832 7 535 3,450 101,498 $ 129,656 2.3 SuMtewor,s Evaluaon 8176 1 395 21 473 $ 31 523 2A Proposal Open ,Bid Tab1ation,and R W Review 18 932 1 630 6 900 17 543 $ 44 279 2.5 Inerwew Support 17,624 1,210 6,561 $ 26,337 2,8 @WMD.rS�­l Review s_d N otiation n 8 432 2 835 5 175 12 212 $ 29 4772.7 ed Doc.Rewmmendation of Aware,AawmDN Final Garrett 044 1,565 58,965 $ 61,600 2.8 m C-1 Meeting. 944 $ 992 2.9 S,emmal for Conergent Award 944 $ 992 2.10 for NTP 944- - - $ 992 2.11 Assist with Selection of Material Testing Lab 7.000 _ $ 7,350 3.0 Stakeholder Coordination 3.1 TCFM Permit Renewal 4,736 $ 4.736 1 of 1 10'72021 61Ewlry DEM R"I U"Audm* Feefun FMNf-Reu EKM D.Mw S,--ftl PlWe fnk 9nvkes 4 +�1 ePKWf�,� ---s-- --- Attachment 1 toExhibit Details D.WF.e DOebfleetfOwn TOW ho 4 ---- Teelu la0or E..r...a.. so.....n+n w.r �....x.w i..a Own... o-..x.m am r.... or.ao.0 wn.. .�•r.. a..•m..r.a ..a..�.. n.u.cya.•m n.w R..m ..�..... u.e,+wmup.l un u.�a rn..n ..w. c v.m r +_+� a TOW LaOor Pean TUM9PM tvlr 4>2.6 0 Wa%atw5 2E rt - 4n2r1E1r0 rnaEa2E6*0e aaw rrarawuo Mne Eia Er E$P...:v,o rnEnvmx unEno... .a u.enE�.ruawrEryw, w n F—n rnW ri �s-w[aeeaw >ti-rMw--cvawnTDl Rou ai $173 E173 $152 4w 42: $141 41Z $1. 426n n 91ort 3.0 ask PrgM ManafemeM 4 ac PmPms 9661 12 Bnlc P� Aam.womn -_-_-CB 28- 10 1fi t0 t0 20 Bazc We1nl SerrlMv .. _ b . 21 88Fc PYnRuru aM PrsP�o -_-.... ..�.........._.... t2... ...._._. ._...._._._............. _ 7 1412I 1Z 5 E t2 12 60 3 22 Bevr lauw ABeaw BO Be 0 20 00 W 33 e 8 Ofi 20 10 20 0 20 20 18 16 aB0 3 101.98 23 evvk 4iEMwbnnEwWm. 20 20 10 2e 12 12 90 b 21 A)3 3C 6vk P O ee TMxYmn.aM - _ _._ .. ,. -. -__. --... - - ]4 3 1Ti0] Rww 6 16- - 10 10 e 1 0 r 8 B 35 Bsak IMmw«4ippat 2 .. _ 12 lZ ._. _ _ 26 3 633] ___............ 12212 2fi b 6sek P Rwen are a 9. _ 16-- -.. 8 1fi 56 2) 8evw Ca9wm ARMNA e,Awnpk FaMcweM 20 b 12 to 20 p 30 B 12 30 0 1e e 8 7771fi 2e 3t0 b SB.965 0 -bv¢ BveeMCouci .-Ra Mlm _. ,. -.._ 2 _ ... b 29 4s 4 21t Asset mu 5tlxlm cl WerWTxb In-Iroebt - aF 3t Eam 1z Tam Co Fb Wraw CartlwMn_.... B 26 s n 1punury He 1L N W W N e0 f N f 12%e f o f eef f e s . f N $ 1a280 E 19— f 1T,- f — f 1.— f--T!•—E .,-1 f 1'.— f eN S � f PateB �o�� T—UAw.an2 R...w o S •n_sor�.—A PI...2.11 Pnr.a toazort Brushy Creek Re01ona1 Utility AV —ty IPro tfe<Eumma Pkaox-Raw WaM Delivery System-Ertl PM1ase es 2778]0 Attachment 1 to Exhibit D to,�aoxt sPr<m�sc.���.e _ WIaiIM Cost Breaktlown P]Bx0 Tanks lq Fwmw- lO Fwmat- Mua TSY Bakw TaakD.—pl.— TecM1 Ctur0e wn Hula NPw BEW(aneeB Color(areal&Mrg leacnl BOM BEW OI—.Y. I Omer TOd�� EP•ewIw n i Bnw tza n i wlwt vo eax Prawn meP.femart s 1 1 Bass Pmpessrtxarys l?I 36 350 E t96 BB&c t: m ntlmmaraox 20 bae kBtlrry SeMws _-_ 8 xt Besc Pw swrceam Precm - _. f0 x.boB __.._..--..-.... '• �..____._-__ E 1.1x0 1 x Beuc S BeBc S xa e.Nc ��ow'v a"no tw Pra w.�,m P ab R««, ]a 26 Bazic iro.rw s�PPan 26 C00 � f 9� xb BaNc arc..B««+aw dwwrs 66 -. •. ...._._-__- f x] Besic comormetl o«.B«o n+raia asxmb4 Fewcarban 316 t f B Bn 3 x9 Basic rwpB suomne la cw�nryenra.xa-Ab xt0 Bast nuts swm.wai to rvlP-rvo error -- - � —E - B sc E 4ssurwm serertrn dMarw«iesn ue Na wMl 10 Bast 91akMokar Cawwrutlon E Tow Noursl Ouawny - - Toralglen f - f f f ar3 TrerecBVewnaxx Bawwat«Vewery sNemrfee_spmamea-BCNVrr vlmx z.Be Fn _ to'Ormn