Loading...
Contract - Halff Associates, Inc. - 8/11/2022 SUPPLEMENTAL AGREEMENT NO. 4 TO "CITY OF ROUND ROCK AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES FOR DESIGN SERVICES WITH HALFF ASSOCIATES, INC." CITY OF ROUND ROCK § STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF TRAVIS § COUNTY OF WILLIAMSON § THIS SUPPLEMENTAL AGREEMENT NO. 4 to "City of Round Rock Agreement for Professional Consulting Services for Design Services with Halff Associates, Inc.," related to the Heritage Trail West Project, hereinafter called "Supplemental Agreement No. 4," is made by and between the City of Round Rock, Texas, a home-rule municipality, hereinafter called the "City" and Halff Associates, Inc., hereinafter called the "Consultant." WHEREAS, the City and Consultant executed the referenced "City of Round Rock Agreement for Professional Consulting Services for Design Services," hereinafter called the "Agreement," on July 23, 2015; and WHEREAS, the parties previously amended the Scope of Services to add additional services and costs for the Heritage Trail West Project in the amount of$94,800.00 for a new total not-to exceed amount of$459,800.00; and WHEREAS,the parties further amended the Scope of Services to add additional services and costs for the Heritage Trail West Project in the amount of$40,326.30 for a new total not-to- exceed amount of$500,126.30; and WHEREAS,the parties further amended the Scope of Services to add additional services and costs for the Heritage Trail West Project in the amount of$4,339.00 for a new total not-to- exceed amount of$504,465.30; and WHEREAS, in October of 2021, the contractor for the Heritage Trail West Project became insolvent resulting in negotiations with the surety; and WHEREAS, the City has determined it is in its best interest to re-bid the remaining portion of the Heritage Trails West Project which requires additional services and costs be added to this Agreement; and 4&70-0122-1 07 l Iss2 WHEREAS, the parties desire to further amend the Scope of Services to add the additional required services and costs in the amount of $222,030.00 for a new not-to-exceed amount of$726,495.30, NOW THEREFORE, in consideration of the mutual promises and obligations in the Agreement and this Supplemental Agreement No. 4, the City and Consultant agree that said Agreement is amended and supplemented as follows: I. Section 1.0 of the Agreement is hereby amended to read as follows: 1.0 EFFECTIVE DATE,DURATION, AND TERM This Agreement shall be effective on the date this Agreement has been signed by each party hereto, and shall remain in full force and effect until it expires by operation of the term indicated herein, or is terminated or extended as provided herein. The term of this Agreement shall be until full and satisfactory completion of the work specified herein is achieved in accordance with Section 3.0, _ hieh is estimaied to be ^,,.,. pleted no later Peeember of 201-9 and the Addendum to Exhibit "C," attached hereto and incorporated herein for all purposes. I I. Section 3.0 of the Agreement is hereby amended to read as follows: 3.0 SCOPE OF SERVICES Consultant shall satisfactorily provide all services described herein and as set forth in Exhibit "B" and the Addendum to Exhibit "B." attached hereto and incorporated herein for all purposes. III. Section 5.0 of the Agreement is hereby amended to read as follows: ,.0 CONTRACT AMOUNT Not-to-Exceed Fee: In consideration for the professional consulting services to be performed by Consultant, City agrees to pay Consultant an amount not-to-exceed Seven Hundred Twentv-Six Thousand Four Hundred Ninety-Five and 301100 Dollars ($726,495.30), in accordance with Exhibit "D" entitled "Fee Schedule," and the Supplemental Exhibit "D." which document is attached hereto and incorporated herein for all purposes. in payment for services and the Scope of Services deliverables as delineated in Exhibit "13" and the Addendum to Exhibit"B." IV. This Supplemental Agreement No. 4 shall amend the original Agreement only as set forth herein with no other changes in terms or conditions of the original Agreement. IN WITNESS WHEREOF, the City and Consultant have executed this Supplemental Agreement No. 4 to be effective as of the last date of due execution by both parties. CITY OF ROUND ROCK, TEXAS HALOFFASSOC,.JTES, INC. By: By: Printed Name: _ PrintTitle: ��. TitleC . Date Signed: I1 Z7— Date A'T'TEST: By: Meagan pit 4vtrk FOR CITY, APPROVED AS TO FORM: By: City Attorney ADDENDUM TO EXHIBIT B: SCOPE OF CONSULTANT'S BASIC SERVICES General Scope The purpose of the services proposed herein is to provide a updated existing conditions exhibit, alter construction documents, repackage, bid, and provide construction observation for the completion of the Heritage Trail West project. Basic Services The Consultant shall provide basic services as defined in Prime Agreement Exhibit B for added scope items. Task 10: Restart Visual Survey Halff(the Consultant) shall conduct one (1) field visit to document which improvements have been completed to-date. The visual survey will consist of notes and photo inventory based on observed improvements to determine the extents of existing improvements. The visual survey will be noted on the previously issued construction plan sheets. The City inspector will assist the design team in this effort by confirming the installation of buried conduit or utilities that were completed in-place during construction. This effort will only involve Landscape Architecture, Civil, MEP, and Structural teams. The deliverable for this task will include a redline set of plans and photos. The city will confirm the redlines before proceeding to the next task. Task 11: Restart Plan Revisions The Consultants shall create a set of updated construction documents utilizing the information from data collection phase which clearly indicate the remaining work to be constructed, work to be repaired and work to be demolished and replaced. Plans and documents shall identify all work which has been accepted by the city, field orders, RFI's, and other changes issued during the previous construction phase. Specifications Revision Plans and specifications will be updated to incorporate/clarify items that may have resulted from field orders, RFI's and other changes issued during the previous construction phase. The updated specifications shall also address the protection of work completed. Storm drain and water utility coordination with City Consultant(s) (Civil only) The adjacent Chisholm Trail roadway project seeks to improve infrastructure that overlaps with the Heritage Trail project area. At the City's request, the Heritage Trail project will incorporate designs developed by others for inclusion in the re-bid package. These elements include storm drain trunk and waterline improvements along Chisholm Trail_ The City consultant will provide timely delivery of signed and sealed construction plans, specifications and estimated quantities and unit costs for incorporation into the re-bid package. Opinion of Probable Construction Costs (OPCC) The Consultant shall create an updated OPCC to reflect current costs, updated technical specs and project manual, and bid form accounting for the remaining work. Scope assumes: • Amended construction documents will be 100% sign and sealed for bidding No comment review submittals to the City are included in this scope. Plan review(s) and subsequent comment resolution and plan revisions can be provided via supplemental services agreement. HALFF Associates,inc. Page 1 of 5 • One (1) coordination meeting, in person or virtual, with Chisholm Trail project team and/or City staff • One (1) round of QAIQC Task 11 deliverables: • Revised construction plans • Revise Specifications (as necessary) • Revised OPCC and Bid Form Task 12: Restart Bid Phase Services Halff shall assist the City in bidding the remaining scope of the project. This phase shall include assisting the City with preparing bid documents, assisting with and attending one (1) pre-bid meeting, issuing one (1) RFI response/addenda, attending one (1) bid opening meeting, and bid evaluation. It's the Consultants understanding that the City intends to use a competitive sealed proposal process to deliver this project. Posting or hosting the bid advertisement is excluded from this task, it is assumed that the City will host and manage the bid advertisement. Task 13: Additional Construction Phase Services Halff shall assist the City with construction phase services for the duration of the project. At the time of this proposal, Halff and the City anticipate the remaining construction phase to have a duration of 16 months—6 months of which is remaining on the original contract. Refer to original contract for scope detail on remaining contract. Ten 10 additional months is assumed in this scope. This task includes the following items: Pre-Construction. Meeting The Consultant shall attend one (1) pre-construction meeting with City staff and contractor. Construction Phase RFIs The Consultant shall respond to contractor generated RFI's within five(5) business days and up to one (1) plan set revision related to civil RFI, if necessary. Material Submittals The Consultant shall review material and product submittals within ten (10) business days. Material submittals that are not organized appropriately (as judged by the Consultant)will be rejected and will not be reviewed until properly submitted by contractor. Mock-ups shall be prepared for review in coordination with progress meetings. Requested on-call meetings to review mock-ups are not included in this scope. Construction Progress Meetings The Consultant shall attend in-person construction progress meetings with City staff, contractor and project team. This proposal assumes progress meetings will be held every two (2) weeks for the duration of construction. Twenty (20) total progress meetings beyond the original contract are accounted for in this scope. This scope accounts for attendance at the progress meetings as follows: • Landscape Architect—attendance at every progress meeting (20 meetings). • Civil Engineer-Ten (10) meetings • Architect—Two (2) meetings • MEP Engineer—only as appropriate • Site Structural Engineer—only as appropriate • Building Structural Engineer—Two(2) meetings HALFF Associates,inc. Page 2 of 5 Punch Walk/Substantial Completion The Consultant will attend a substantial completion punch walk for review of contractor work related to scope items. Upon completion of the walk the Consultant will produce a fist of deficient items to be addressed by the contractor for incorporation into the overall project punch list. Scope assumes: • One (1) site visit for Punch Walk • One (1) set of punch list items • One(1) final walk and issue letter of concurrence letter Exclusions: • Additional site visits, submittals and RFls not explicitly written in the provided scope • As-built drawings • As-built survey • Construction timeframe that extends beyond the timeframe specified within this proposal (due to change orders, unforeseen extensions of time, or any other delays that are not a result of the Consultant) • Additional Storm drain design, runoff calculations, and floodplain modeling related to Chisholm Trail project. • Waterline design related to Chisholm Trail Project • Water quality design • Additional design related to partial completion of previous construction phase • Additional permitting support or re-permitting of the project • Redesign of Chisholm Trail realignment elements • Warranty phase services • Detailed cost estimating services or independent cost estimating by a third party. • Energy/Utility modeling of the building. • Voice/Data system design and drawings by Technology Consultant • Access Control/Security System design and drawings by Technology Consultant. ■ LEEDS/Green Building programs is not included in base MEP Fee and will be billed hourly unless another agreement is made. • Site gas coordinated by Civil Engineer. • Structural light pole bases by Structural Engineer. • Engineered Commissioning is not included in base Engineering Fee. May be added by separate agreement. (Commissioning is required by Energy Code on buildings with more than 40tons of Air Conditioning.) • Energy Re-sale load forms and Energy Rebate forms not included, will be billed hourly. • Electronic as-builts not included, may be added hourly or by separate agreement. • Multiple sets of 100% CD's not part of base scope. • Design of structural details such as fencing, flagpoles, handrails, planters, surfacing features, etc. • Printing of plans and reports for agency review, bidding, and construction. This printing shall be a reimbursable expense. • Conformed drawing sets requested by the Owner or Contractor are Additional Services and are excluded from Basic Services • Deliveries and over-night mail services. HALFF Associates,inc. Page 3 of 5 • Regulatory Agency fees. • Rebidding • Permitting services, review, or modifications • City comment review, comments, or revisions • Value Engineering • Construction Staking. • All services not specifically included. ADDENDUM TO EXHIBIT C: SCHEDULE Refer to attached revised schedule. Any delay in project schedule that results in stopping and causing the project to extend past March 2024may result in renegotiation of contract fees. SUPPLEMENTAL EXHIBIT D: COMPENSATION FOR SERVICES The Consultant's "Scope of Services" and associated Base Fees for providing professional services for this project shall be according to the terms in this Agreement and outlined as follows: Initial Supplemental Supplemental Supplemental Supplemental Basic Services Total Fee j Agreement Agreement 1 Agreement 2 Agreement 3 LAgreement4 Task 1 Project Management 1 $ 10,550 0 0 0 0 $ 10,550 Coordination Task 2: Design $ 39,400 0 0 0 0 $ 39,400 Development Task 3: Construction $ 193,550 $ 14,200 0 0 0 $ 207,750 Documents Task 4: Project $ 2,000 $ 4,100 0 0 0 $ 6,100 _Design Survey Task 5: Regulatory $33,350 0 0 0 0 0 Entitlement 1 Permitting Task 5.1: WPAP $ 1,100 0 0 0 0 $ 1,100 (TCEQ) Task 5.2: TxDot $ 5,800 0 $ 72.53 0 0 $5,872.53 Task 5.3: TAS (TDLR-- $ 5,800 0 $ 246.40 0 0 $6,046.40 Accessibility Compliance) Task 5.4: Bldg. & Site Permits $ 5,800 0 $ 3,041.83 0 0 $8,841.83 DSO Services Task 5.5: Union $ 4,800 0 0 0 0 $ 4,800 Pacific Railroad Task 5.6:Texas Historical $ 1,800 0 0 0 0 $ 1,800 Commission& RRHPC Task 6. Bidding $ 20,150 S 500 $ 6,175.31 0 0 $26,825.31 Assistance Task 7: Construction $ 60,850 $2,600 $30,790.24 $4,339.00 0 $98,579.24 Phase Services Task 8: $ 2,650 $ 1,100 0 0 0 $ 3,750 Environmental HALFF Associates,inc. Page 4 of 5 Services Task 9: Reimbursable $ 2,500 0 0 0 $2,500 $ 2,500 Expenses Task A.1: CLOMR 1 and 3 0 $30,900 0 0 0 $ 30,900 Preparation and Submittal Task A.2:CLOMR 2 Preparation and 0 $ 17,100 0 0 0 $ 17,100 Submittal Task A.3: LOMR Preparation and 0 $22,800 0 0 0 $22,800 Submittal Task AASubsurface 0 $ 1,500 0 0 0 $ 1,500 Utility Evaluation Task 10: Restart 0 0 0 0 $21,680 $21,680 Visual Survey Task 11: Restart 0 0 0 0 $57,376 $57,376 Plan Revisions Task 12: Restart Bid Phase 0 0 0 0 $33,587 $33,587 Services Task 13: Additional 0 0 0 0 $106,887 $106,887 Construction Phase Service Total Fee $365,000 $94,800 $40,326.30 $4,339.00 $222,030 $726,495.30 Note: If additional services are required beyond the scope enumerated, then additional compensation will be requested. City shall be notified and authorize additional services and compensation beyond the total fee prior to Consultant performing requested services. HALFF Associates,inc. Page 5 of 5 REVISED TENATIVE PROJECT SCHEDULE for HERITAGE TRAIL WEST arerxx 2022 202 AW. H"., OHI1 e1, d." Feb. 41,11, pial I.rap Jann ]WY Aup. s� ❑ct. Fbv- [ye. i 7 ] d t 2 ] a 5 2 ] uJV - 2 ] a l x ] I ] ] + i 2 3 e t 2 5 ] 4 1 x ] = ] 3 4 1 2 ] 4 1 2 ] 4 1 . ] 4 1 2 ] 4 1 2 ] i Restart Visual Survey R-Weeks from NT. °1 Restart Plan Revisions(3-weeks) Bidding Phase Services(6- eks) Construction Phase Services(16 months) N&This schedule is based upon a cunsiluction bmellame provided IYv Qty in discussion vdlh banding company