Contract - Johnson, Mirmiran & Thompson, Inc. - 7/28/2022 STATE OF TEXAS §
COUNTY OF WILLIAMSON §
SUPPLEMENTAL CONTRACT NO. 6
TO CONTRACT FOR ENGINEERING SERVICES
FIRM: JOHNSON MIRMIRAN& THOMPSON INC. ("Engineer")
ADDRESS: 801 E. Old Settlers Boulevard Suite 102 Round Rock TX 78664
PROJECT: University Boulevard Widenin
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 Johnson, Mirmiran &
Thompson, Inc., hereinafter called the "Engineer".
WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter
called the "Contract," on the 28th day of March, 2013 for the University Boulevard Widening
Project in the amount of$408,758.95;and
WHEREAS,the City and Engineer executed Supplemental Contract No. I on January 9,2014 to
amend the scope of services and to increase the compensation by $741,250.00 to a total of
$1,150,008.95; and
WHEREAS, the City and Engineer executed Supplemental Contract No. 2 on February 21, 2014
to change the name of the firm from Kennedy Consulting, Ltd. to Kennedy Consulting, Inc.; and
WHEREAS, the City and Engineer executed Supplemental Contract No. 3 on November 10,
2016 to amend the scope of services and to increase the compensation by $529,747.60 to a total
of$1,679,756.55; and
WHEREAS, the City and Engineer executed Supplemental Contract No. 4 on October 24, 2019
to change the name of the firm from Kennedy Consulting, Inc. to Johnson, Mirmiran &
Thompson, Inc., to amend the scope of services, and to increase the compensation by $99,300.00
to a total of$1,779,056.55; and
WHEREAS, the City and Engineer executed Supplemental Contract No. 5 on June 24, 2021 to
amend the scope of services and to increase the compensation by $111,030.60 to a total of
$1,890,087.15; 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 $97,400.00 to a total of$1,987,487.15;
NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract
is amended as follows:
Supplemental Contract Rev.06116
0199 1355,4878-4275-7926 84275
I
-�2� c2--
1.
Article 2 Enjaineering 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.
IL
Article 4. Compensation and Exhibit D. Fee Schedule shall be amended by increasing by
$97,400.00 the lump sum amount payable under the Contract for a total of $1,987,487.15, as
shown by the attached Addendum to Exhibit D.
IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental
Contract in duplicate.
['signature pages follow]
Supplemental Contract Pev,06/16
0199 1355;4878-4275.7926 84275
2
JOHNSON,MIRMIRAN & THOMPSON,INC.
i
By:
Kdsti Flagg. PE
June 30,2022
Date
Supplemental Contract Rev,06'16
0199 1355,4878-4275-7926 8427
CITY ( a ROUND ROCK APPRED AS TO FORM:
By: .. _
Craig rgan Iayor Stephan , Sheets, City Attorney
Z Zz __
Date
Supplemental Contract Rev.06/16
0199 1355;4878-4275-7926 84275
4
ADDENDUM TO EXHIBIT B
Engineering Services
Project Background
The City of Round Rock (the "City") proposes widening University Blvd. to a 6-lane, median
divided arterial section from University Oaks Boulevard to Sunrise Road (the "Project")
utilizing the services of Johnson, Mirmiran & Thompson, Inc., (JMT) (the "Engineer") as the
prime consultant with support from the subconsultant team listed below. This scope of services
includes field surveying, acquisition documents, subsurface utility engineering (SUE),
preliminary design, environmental services, geotechnical studies, Plans, Specifications, and
Estimate (PS&E) and construction engineering, to be performed by the prime consultant or
subconsultant team.
The project scope is arranged in two separate phases of work. A previous Work Authorization
(Design Phase 1) included only the effort required up to the 30% design (final schematic)
submittal. A previous Supplemental Work Authorization (Design Phase 2) included the
additional effort required to complete the final design, from the final Schematic design through
final PS&E design and construction phase services. It has become necessary to supplement the
contract to include design services for the additional construction described below:
. 20" Waterline Relocation
• Additional Construction Phase Services
• General Project Management
Design services during development of this project shall be performed in accordance with the
latest available City of Round Rock Transportation Design and Construction Standards Criteria
Manual and TxDOT manuals. The development of the project shall be consistent with City of
Round Rock and TxDOT design procedures and practices. This project shall be developed
utilizing Microstation V8i and Geopak 2004.
Project Team Subconsultants
a. The Wallace Group, Inc. (TWG) - Field Surveying, ROW & PUE Acquisition Documents,
and Subsurface Utility Engineering
b. Terracon Consultants,Inc.-Geotechnical Studies
C. Cox McLain Environmental Consulting,Inc.-Environmental Investigations
d. Kimley-Horn&Associates,Inc. (KHA)-Traffic Design and Construction Engineering
Page B1 of B3
Task: Waterline Relocation Design&Valve Review (jM�T
The existing 20-in water valves at the intersection of University Boulevard and Oakmont Drive
were found to be in conflict with the new paving section. The Engineer will coordinate with the
City to determine a whether the valves can be removed or if a water line relocation is necessary,
In addition, a conflict with the existing waterline and the culverts at Cypress Boulevard was
discovered. The Engineer will provide design for relocation of the waterline under the culverts.
All services under this task shall be in accordance with TCEQ and City of Round Rock
Standards. The tasks that are anticipated are:
• Review Contractor furnished field information and provide recommendation for
resolving water valve conflict.
• Relocation design of approximately 300 LF of 20-inch ductile iron water main inside a
casing pipe between Sta.649+00 and Sta. 652+00
• Prepare applications and submission documents for review/approval by TCEQ.
• Review product submittals of waterline materials for conformance to project
specifications.
Task: Construction Phase Services(]MT
The Engineer shall continue to provide Construction Phase Services anticipated though May
2023
The services include the following:
a. Develop and maintain RFI log and document coordination between the City, Contractor,and JMT
b. Attend construction site progress meetings (52)
The Engineer will develop minutes for progress meetings and any follow up emails needed
(to add hours due to meeting longer than anticipated)
c. Develop and maintain revision log and document coordination between the City, Contractor,and JMT
d. Develop and maintain material submittal log and document coordination between the City,
Contractor,and JMT
e. Attend field meetings as requested(up to 15)
The Engineer will attend field meetings and document decisions made and send any follow-
up email needed.
f. Continue to revise plan sheets to support change orders as requested by the CoRR
Page B2 of B3
g. Walk-Through/Punch List
The Engineer will accompany the City Representative and contractor on phase 2, phase 3,
and final walk-through when the Contractor notifies the City that the project is substantially
complete and ready for final inspection. The Engineer will develop a written punch list of
items yet to be completed,to be adjusted, removed and/or replaced.The Engineer will also
accompany the City Representative and contractor for a verification walk-though after each
initial walk-through. Following the project acceptance, the Final Acceptance Letter will be
completed and the contractor field notes will be included in as-built drawings as part of the
As-Built Plan deliverables.
Task:_General Project Management{]MT
a. General Management
The Engineer shall establish and maintain project schedules and budgets, develop
monthly progress reports, continue subconsultants and city coordination, and prepare
invoices for the extended design schedule from September 2017 to June 2020.
b. Quality AssurancelQuality Control
The Engineer shall review all work to assure that the work is in accordance with City
requirements and that the work is completed in a timely and efficient manner.
Page B3 of B3
ADDENDUM TO EXHIBIT C
Work Schedule
Key work items:
➢ Construction Phase Services June 2020 - May 2023
Page C1 of C1
ADDENDUM TO EXHIBIT D
Fee Schedule
Attached Behind This Page
EXHIBIT D-6
Fee Schedule Summary
UNIVERSITY BLVD.WIDENING
(PS&E PHASE SUPPLEMENTAL)
Task: 20"Waterline Relocation Plan Design Work Includes: Cost
JMT 20"Waterline Relocation Plan Provide design and acidtion plan sheet to relocate the 20"
waterline around ro osed culverts $ 13,680
Task Cost: $ 13,680 14%
Task: Construction Phase Services Design Work Includes: cost
RFI log,construction meetings,Revision Log,MaterialSubmittal Log, Develop and update varous logs,Attend construction meetings
JMT Field Meeting,Revise Plan Sheets,Final Walk-Through revise plan sheets as required,attended and document final
walk-through $ 70,940
Task Cost: $ 70,940 73%
Task: General Project Management Design Work Includes: Cost
JMT General Project Management:Supplemental p5 scheduled ended in City coordination,Sub coordination,contractor coordination.
November 2022,New schedule ends in May 2022.
$ 12,780
Task CREI S 12,780 13%
Total Supplemental Cost-I $ 97,400
EXHIBIT D-6
FEE SCHEDULE
FOR
Johnson, Mirmiran & Thompson, Inc.
UNIVERSITY BLVD. WIDENING
(PS&E PHASE SUPPLEMENTAL)
For services described in the Scope of Services, we request the compensation as
detailed below. Cost breakdowns for engineering services and explanation of expenses
are shown on the following pages.
LUMP SUM AMOUNT
$97,400.00
Page D1 of D3
EXHIBIT D-6
Fee Schedule
Description of Work or Task Cost! Task
Totals
Johnson, Mirmiran S Thompson, Inc. (JMT)
Task: 20"Waterline Relocation Plans $13,680.00
Task: Construction Phase Services $70,940.00
Task: General Project Management $12,780.00
JMT FEE SCHEDULE SUMMARY $97,400.00
TOTAL. FEE $97,400.00
Page D2 of D3
Summary of Manhours by Classification
Johnson, Mirmiran&Thompson, Inc.
Project Senior Admin/ CADD Staff
Description of Work or Task Manager Prof.1 Prof.2 Prof.1 Clerical Time Staff-Hr. Cost/ Task
$210.0011-Ir $170.0011-Ir $140.0011-Ir $110.0011-Ir $70.00/Hr $20.00/Hr Totals Totals
Task: 20"Waterline Relocation Plans
a. 20"Waterline Relocation Plans 8 12 24 60 0 0 104 $13,680.00
20"Waterline Relocation Plans Subtotal 8 12 24 60 0 0 104 $13,680.00
Task: Construction Phase Services
a. RFls Log 10 0 20 30 0 0 60 $8,200.00
b. Construction Meetings 26 0 52 0 0 0 78 $12,740.00
c. Revision log 10 0 20 30 0 0 60 $8,200.00
d. Material Submittal Log 10 0 20 30 0 0 60 $8,200.00
e. Field meeting 30 0 30 0 0 0 60 $10,500.00
f. Revise Plan Sheets 8 16 32 60 0 0 116 $15,480.00
g. Final Walk-Through 18 18 12 0 0 48 $7,620.00
Construction Phase Services Subtotal 112 16 192 162 0 0 482 $70,940.00
Task: General Project Management
a. General Management 12 12 0 0 6 0 30 $4,980.00
b_ Quality Assurance/Quality Control 12 4 25 10 0 0 51 $7,800.00
General Project Management Subtotal 24 16 25 10 6 0 81 $12,780.00
Johnson,Mirmiran&Thompson,Inc.Summary 144 44 241 232 6 0 667 $97,400.00
Page D3 of D3
EXHIBIT D-6
Fee Schedule Summary
Prellinfinary Design Final Design Additional cope Additional cope Additional cope Additional cope
March 28,2013 Jan.9,2014 11/10/2016 10/24/2019 6/24/2021 Date TBD Total
Johnson,Mirmiran&Thompson,Inc. 5 285,660.00 $ 570,990.00 $ 400,304,00 $ 99,300.00 $ 99,655.60 $ 97,400.00 $ 1,553,309.60
Kimley-Horn&Associates,Inc. $ 20,325.05 $ 105,000.00 $ 43,779.00 $ - $ 10,875.00 $ $ 179,979.05
The Wallace Group,Inc. $ 62,150Ao $ 65,260.00 $ 61,725.00 S $ - $ $ 189,135.00
Terracon Consultants,Inc. $ 28,215.00 $ $ 11,658.00 $ $ 500.00 $ S 40,373.00
Cox IMcLain Environmental Consulting,Inc.I$ 12,408,901 5 $ 12,281.60 S $ - $ $ 24,690.50
Is 408,758.95 1$ 741,250.00 1$ 529,747.60 1$ 99,300.00 $ 111,030.60 $ 97,400A0 11 S 1,987,48715