Loading...
R-2025-085 - 3/27/2025 RESOLUTION NO. R-2025-085 WHEREAS, the City of Round Rock has previously entered into a Contract for Engineering Services ("Contract") with DCS Engineering,LLC for the West Transmission Main Valve Replacement Project; and WHEREAS, DCS Engineering, LLC has submitted Supplemental Contract No. 1 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. 1 with DCS Engineering,LLC, 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. 1 to the Contract with DCS Engineering, LLC, 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 551, Texas Government Code, as amended. RESOLVED this 27th day of March, 2025. CRAIG ORG , Mayor City of Round lfck,Texas ATTEST: AT FRANKLIN, City Clerk 0112.20252;4919-8958-5192 EXHIBIT "A„ STATE OF TEXAS § COUNTY OF WILLIAMSON § SUPPLEMENTAL CONTRACT NO. 1 TO CONTRACT FOR ENGINEERING SERVICES FIRM: DCS ENGINEERING,LLC ("Engineer") ADDRESS: 1101 S. Capital of Texas Hwy, Building G-100,Austin,TX 78764 PROJECT: West Transmission Main Valve Replacement This Supplemental Contract No. 1 to Contract for Engineering Services is made by and between the City of Round Rock, Texas, hereinafter called the "City" and DCS Engineering, LLC, hereinafter called the "Engineer." WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the "Contract," on the 11th day of October, 2024 for the West Transmission Main Valve Replacement Project in the amount of$24,425.00; 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 $143,810.00 to a total of$168,235.00; NOW THEREFORE,premises considered,the City and the Engineer agree that said Contract is amended as follows: I. Article 1, City Services and Exhibit A, City Services shall be amended as set forth in the attached Addendum To Exhibit A. II. Article 2, En ing eering 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. III. Article 4, Compensation and Exhibit D, Fee Schedule shall be amended by increasing by $143,810.00 the maximum amount payable under the Contract for a total of$168,235.00,as shown by the attached Addendum to Exhibit D. IN WITNESS WHEREOF,the City and the Engineer have executed this Supplemental Contract in duplicate. Supplemental Contract Rev.06/16 0199.202438;4938-5809-5909 84275 1 DCS ENGINEERING, LLC By: 3l-7 fzs Date Supplemental Contract Rev.06/16 0199.202438:4938-5809-5909 84275 2 CITY OF ROUND ROCK APPROVED AS TO FORM: By: Craig Morgan,Mayor Stephanie L. Sandre, City Attorney Date Supplemental Contract Rev.06/16 0199.202438;4938-5809-5909 84275 3 ADDENDUM TO EXHIBIT A City Services The City of Round Rock (City) shall furnish to the Engineer the following items, information, and assistance: 1. Complete potholing of proposed work sites as shown in preliminary exhibits to confirm existing facility location, configuration, materials, depths, and joint locations. City to open all three excavation sites and coordinate schedule with Engineer so that open excavations can be examined and photo documented with one(1)site visit. 2. Provide as-built or construction drawings of existing utilities and record drawings as requested by Engineer including copies of previous studies. 3. Provide access to and make provisions for Engineer and his subconsultants to enter property as required for Engineer to perform the services under this contract. 4. Assist Engineer in visiting the site as needed to finalize site layout for the proposed facilities. 5. Provide timely review of construction plans,technical specifications, and contract documents so as not to delay the services of the Engineer. 6. Designate a person to act as the Owner's representative with respect to services to be rendered under this contract. Such person shall have complete authority to transmit instructions, receive information,and interpret and define Owner's policies and decisions. 7. Furnish approvals and/or permits from all governmental authorities having jurisdiction over the project as required for completion of the project. Pay all fees associated with approvals and permits including any TCEQ fees. 8. Furnish the access easements metes and bounds documents and exhibits for the three(3)locations of the proposed improvements. The Engineer will engage a surveyor at this final design phase to procure Title Commitment/Survey for the existing easements at the three locations of the proposed utilities. ADDENDUM TO EXHIBIT B Engineering Services The City of Round Rock recently started having regular issues with the West Transmission Main and the butterfly valves installed along the pipe.West Transmission Main is the main line that supplies potable water to the west side of Round Rock,i.e.West of I-35. The diameter size ranges from 30"to 42"and its material varies from ductile iron to pre-stressed concrete cylinder pipe(PCCP).The main portion of this pipeline and appurtenances have been installed during the 1980's,and the butterfly valves currently installed are no longer fully functional and capable of providing adequate isolation to the network.The City of Round Rock initially identified five(5)strategic locations for the existing butterfly valves to be replaced with new gate valves. As part of the preliminary design phase of the project,DCS prepared and submitted to the City a Technical Memorandum and exhibits for each one of the five(5)locations,documenting the conclusions and findings, and establishing the scope of the proposed improvements required.After reviewing the findings,the City has decided to exclude Location 1 and Location 5 for budgetary reasons,and move forward with the final design of Location 2,3 and 4.The scope of this work includes the professional engineering services needed for the final design,bidding, and construction of the three(3)locations identified by the City. DCS has prepared a preliminary engineer's opinion of most probable construction cost of$1,470,000,for the work at Locations 2, 3,and 4.This estimate includes 25%contingency. TASK 1.0—PROJECT MANAGEMENT 1. Management Plan The Engineer shall prepare a Management Plan, which shall include the project Scope of Work, organization responsibilities, communications procedures, schedule,budget, quality control process, and billing. 2. Project Meetings The Engineer shall conduct project meetings to obtain input and decisions from City staff. Engineer shall be responsible for developing meeting agendas and shall prepare the material as needed to achieve the meeting objectives. Engineer shall prepare meeting minutes and submit them electronically to City. Specific meetings planned for project management purposes are as follows: 2.1 60 Percent Design Review:The Engineer shall conduct a 60 percent design review at the City office.The purpose of this meeting is to collect and discuss City comments on the 60 percent design, identify any decisions needed from City staff,etc. 2.2 90 Percent Design Review:The Engineer shall conduct a 90 percent design review at the City office.The purpose of this meeting is to collect and discuss City comments on the 90 percent design, identify any decisions needed from City staff,etc. 3. Quality Assurance/Quality Control The Engineer shall provide Quality Assurance/Quality Control by having a senior representative of the Engineer review the preliminary design with the comments addressed prior to submitting the design to the City for their review. TASK 5.0—FINAL DESIGN 1. Survey Services-The Engineer shall engage,pay,coordinate and manage surveyor who will perform: i. Topographic survey of the areas of interest and establishment of the boundary lines and Right-of- Way at the three(3)locations. All topographic features shall be tied to the control survey including but not limited to the following: - Locations of property and easement iron rods to the extent necessary to overlay and verify legal descriptions of property and easement lines. - Horizontal locations of overhead utilities and any underground utilities marked by utility owners. 2 - Locations of other physical features that may affect site planning and/or future construction such as access driveways,fences,buildings,sheds,creek banks,rock outcropping,etc. The survey shall include the establishment of horizontal and vertical control points. Horizontal control shall be on the Texas State Grid Coordinate System carried to second-order accuracy. The vertical control shall be based on the U.S.Geological Survey datum.A minimum of two permanent benchmarks shall be established on the site within 150 feet of the property lines and at intervals appropriate for use in future construction of facilities.The benchmarks shall be accurate to 0.03 feet (vertical)0.01 feet(horizontal). ii. Title Commitment/Survey Surveyor shall procure a Title Commitment Survey and add title language to include easements and restrictions/setbacks as found within the area of interest at the three(3)locations. iii. Surveyor's proposal,including fee and schedule is attached for reference. 2. Geotechnical services and investigations, and construction materials testing are specifically excluded from the scope of this work,but can be provided as future services. 3. The Engineer will finalize the scope of the proposed improvements and advise the City of the total number of valves to be replaced or added at the three (3) locations identified, and the most efficient valve layout. Existing pipe and valve material and type will be evaluated and taken into consideration for the proposed improvements. 4. The City anticipates performing non-destructive remote testing of the pipelines to evaluate the condition of the pipe upon completion of the work. DCS will take this into consideration for isolation valve locations. 5. The installation of remote device (i.e. SmartBall) retrieval ports at the proposed valve replacement locations is included in this scope of work. 6. The Engineer will prepare a full set of construction plans and specs for the proposed improvements, including the total number of the new valves to be installed, the location and layout, the size of the valves and pipe,and the type and material of the valves,reviewed and approved by the City,TXDOT, and TCEQ. 7. Project Schedule: The Engineer shall prepare a Project Schedule in order to identify the critical path(s) and challenges within the implementation of the Project. The City's goal is to have this project completed prior to June 1, 2026 when peak demands are anticipated to begin for the summer of 2026. 8. Engineer's Opinion of Most Probable Cost": The Engineer will prepare and submit a 100%"Opinion of Most Probable Cost"which shall include the estimated construction cost for the valve replacement described in the scope of this work. 9. Coordination with Regulatory Agencies-The Engineer shall identify the regulatory agencies,including TCEQ and TxDOT, for which permitting of construction activities will be required. The Consultant will prepare and process permits required by outside agencies. The City shall be responsible for permit fees and signatures as necessary for processing. TCEQ, TxDOT and City of Round Rock will be coordinated with for work within rights of way. TASK 6.0—BIDDING AND AWARD PHASE SERVICES 1. Assist City in receiving bids from General Contractors for this project. Work will include conducting a virtual prebid meeting with the Contractors to review the scope of work as presented on the contract documents described above. Addenda to the bid documents shall be generated as required to address Contractor comments or questions. Additional costs for advertising are not included in this fee proposal and will be billed separately,if required. 2. Bonfire will be utilized to maintain the plan holder and distribution lists. Bonfire will provide bid packages to the Contractors at no cost. City will provide PDF copies of the plans and specification book to Bonfire for their use. 3. Assist City in the opening and tabulation of bids for construction of the Project,and consult with City as to the proper action to be taken,based on the engineering considerations involved. 3 4. City shall prepare the Contract Documents for awarding the project to the Contractor. The Engineer shall perform the bid tabulation,and letter of recommendation of award for Contractor. TASK 7.0-CONSTRUCTION ADMINISTRATION AND MANAGEMENT SERVICES 1. Engineer shall provide agenda, meeting minutes and Conformed Document for a Pre-construction conference for the Project to be held at the beginning of construction at the City of Round Rock Public Works offices. 2. Review Change Orders, RFIs and submittals, including samples, catalog data, schedules, shop drawings, laboratory, shop and mill tests of material and equipment and other data which the contractor submits. This review is for the benefit of the City and covers only general conformance with the information given by the Contract Documents. The contractor is to review and stamp his approval on submittals prior to submitting to Engineer, and review by the Engineer does not relieve the contractor of any responsibility such as dimensions to be confirmed and correlated at the job site, appropriate safety measures to protect workers and the public,or the necessity to construct a complete and workable facility in accordance with Contract Documents. Maintain updated RFI and submittal logs to present in the monthly construction progress meeting for City's review. 3. Preparation of up to two(2)Change Orders requested by the City.This effort includes the preparation of drawings/exhibits and specs for the contractor to review and to provide change order fee,and up to two (2) site visits by the Engineer as needed additionally to the monthly construction progress meetings. 4. Administer monthly construction status meetings and conduct site visit on the same day, and provide agenda meeting minutes. Pay apps shall be submitted directly from the Contractor to the City. City will review and approve pay request applications. 5. Conduct, in company with the City, a substantial and final inspection of the Project for compliance with the Contract Documents,and submit recommendations concerning project status, as it may affect City's final payment to the contractors and acceptance of the project by the City. 6. Prepare and submit electronically via email record drawings to City. 7. Provide Engineer's concurrence letter to governmental authorities. 8. Resident Project Representative services are specifically excluded from this scope of work. Therefore,daily or weekly inspection of the work will not be conducted by the Engineer. 9. The Engineer shall not be responsible for the means,methods,techniques, sequences or procedures of construction selected by the Contractor or the safety precautions and programs incident to the work of the Contractor. Engineer shall not guarantee the performance of the Contractor nor be responsible for the acts, errors, omissions or the failure of the Contractor to perform the construction work in accordance with the Contract Documents. 10. Construction Staking — Temporary and permanent easement limits will not be staked in the field as part of this work. Construction layout, cut sheets, and staking for line and grade are specifically excluded from this scope of work and shall be provided and paid for by the construction contractor. 11. Construction Materials Testing - Construction materials testing is not included in this scope of work. Testing shall be conducted on soils and concrete by a geotechnical lab contracted directly with the City. The bid packages shall specify that the Owner will contract with and shall pay the Geotechnical Engineering company/lab for all passing tests that are required by the bid package. All failing tests or tests taken for the Contractor's benefit shall be paid by the Contractor. 4 ADDENDUM TO EXHIBIT C Work Schedule Authorization to Proceed: Signing of this Contract for services shall be authorization by the City for Engineer to proceed with the work. The milestone schedule below is based on receiving the notice to proceed on March 28, 2025. The professional services described in the scope of this agreement will be performed over a total duration of approximately thirteen (13) months. The dates presented below are completion dates for adjacent task unless otherwise noted. • Notice to Proceed Issued by March 28,2025 • Survey furnished by Waterloo April 28,2025 • Title Commitment Survey furnished by Waterloo April 28,2025 • Field Investigation Completed by City May 28,2025 • 30%Design Meeting with City July 1,2025 • 90%Construction Plans and Specs Submittal to City&Agencies August 11,2025 • 90%Plan Review Comments Issued by City August 25,2025 • 100%Construction Plans and Specs Submittal to City September 1,2025 • 100%Construction Plans and Specs Approval by City September 22,2025 • 1"Advertisement September 23,2025 • 100%Construction Plans and Specs Approval by TXDOT&TCEQ October 10,2025 • Bid Opening October 28,2025 • City Council Award of Project November 6,2025 • Notice to Proceed to Contractor(NTP) November 7,2025 • Construction Starts February 1,2026 • Construction Completion April 16,2026 ADDENDUM TO EXHIBIT D Fee Schedule Total Total Other TOTALS Task Labor Loaded Labor Cost Direct Costs Subconsultants Task 1.0- Project Management $8,450.00 $0.00 $0.00 $8,450.00 Task 5.0- Final Design Task 5.1 — Final Design and Plan Production $47,580.00 $0.00 $0.00 $47,580.00 Task 5.2— Agency Reviews and Approvals $5,695.00 $0.00 $0.00 $5,695.00 Task 5.3—OPCC and Schedule $4,515.00 $0.00 $0.00 $4,515.00 Task 5.4— Topographic & Title Commitment Survey $0.00 $0.00 $11,275.00 $11,275.00 (Waterloo) Task 6.0— Bidding and Award Phase Services $14,285.00 $0.00 $0.00 $14,285.00 Task 7.0—Construction Administration $52,010.00 $0.00 $0.00 $52,010.00 Services GRAND TOTAL: 0 $132,535.00 $0.00 $11,275.00 $143,810.00 DCS PROJECT FORECAST MANHOUR&BUDGET ESTIMATE PROJECT NAME: CORR-Transmission Valve Replacements PROJECT NUMBER: 20101594 DATE: 3/5/25 Project Design Project Project Lead Project Lead Project Project Project Asst.Project Principal Manager Manager Manager Manager Engineer Engineer Engineer Engineer Manager Strozewski, Kovlakas, Hurta, Hammond, Galindo, Maldonado, $BUDGET Darren Peter Jordan Kim Webb,Wiley Patricio Rodrigo Herrera,Adal Villamarin,Ilam Marks,Cori HOURS ESTIMATE BILLABLE RATE $ - $ 275 $ 210 $ 210 $ 210 $ 210 $ 175 $ 175 $ 130 $ 120 $ 125 TASK NUMBER TASK DESCRIPTION Task 1.0 Project Management 8 20 5 8 41 $8,450 SUBTOTAL HOURS 0 8 20 5 0 0 0 0 0 0 8 41 SUBTOTAL$BUDGET ESTIMATE $0 $2,200 $4,200 $1,050 $0 $0 $0 $0 $0 $0 $1,000 $8,450 TASK NUMBER TASK DESCRIPTION Task 5.0 Final Design 2 2 16 4 30 2 16 4 76 $13,100 Subconsultant Management(Surveying) 2 2 2 6 $1,090 OPCC 1 6 8 15 $2,935 Schedule 1 2 4 2 9 $1,580 Plan Production 8 4 30 50 16 4 112 $19,080 Spec Book Production 2 4 2 16 24 $3,380 TxDOT permitting 1 1 4 8 2 8 24 $4,075 TCEQ permitting 1 1 4 4 10 $1,620 lline and QA/QC 2 2 16 8 24 8 60 $10,930 Topographic and Title Survey(Waterloo) 0 $11,275 SUBTOTAL HOURS 0 6 9 57 8 0 96 76 20 20 44 336 SUBTOTAL$BUDGET ESTIMATE $0 $1,650 $1,890 $11,970 $1,680 $0 $16,800 $13,300 $2,600 $2,400 $5,500 $69,065 TASK NUMBER TASK DESCRIPTION Task 6.0 Attend and conduct pre-bid conference 2 2 6 6 16 $2,980 Answer Bonfire questions and issue addenda of 1 1 8 12 6 8 36 Contract Documents $6,735 Attend and conduct bid opening,evaluate bids, prep bid tab&letter of recommendation 2 2 2 8 12 26 $4,570 SUBTOTAL HOURS 0 5 5 10 0 26 6 0 0 0 26 78 SUBTOTAL$BUDGET ESTIMATE $0 $1,375 $1,050 $2,100 $0 $5,460 $1,050 $0 $0 $0 $3,250 $14,285 TASK NUMBER TASK DESCRIPTION Task 7.0 Project Management 4 44 28 76 $13,580 Precon/Monthly Progress meetings 24 12 36 $6,540 Submittal Review 1 16 24 16 8 16 81 $14,515 RFI/FO/CO 3 5 5 24 14 51 $9,715 Substantial Walk 2 8 6 16 $2,850 Final Walk 2 8 4 14 $2,600 Prepare Record Drawings 4 2 4 2 12 $2,210 SUBTOTAL HOURS 0 4 5 33 0 134 20 0 8 0 82 286 SUBTOTAL$BUDGET ESTIMATE $0 $1,100 $1,050 $6,930 $0 $28,140 $3,500 $0 $1,040 $0 $10,250 $52,010 TOTAL$BUDGET ESTIMATE f:I I I $143,810 i Waterloo W 5 Surve��ors I_LC_ FROM FOR QUOTE NUMBER Derrick Dixon DCS Engineering 4584 Operations Manager TO DATE Waterloo Surveyors,LLC Peter Kovlakas February 11,2025 2208 W Anderson Ln EMAIL EXPIRY DATE Austin,TX 78757 pkovlakas@dcs-engineering.com March 12,2025 www.waterloosurveyors.com PHONE PHONE 737-420-8095 512-481-9602 Design Survey - City of Round Rock - Valves Replacement project Property Description 3 Sites as Provided Referenced as No.2, No.3 and No.4. Turn Around Time-8-10 Days DESIGN SURVEY PACKAGE 3,225.00 x3 SURVEY INCLUDES: 9,675.00 Boundary Survey As-built Features(buildings,flatwork,fences,etc.) Visible Utilities Topography with 1'Contours Trees(8"&up) Title Commitment for sites No.2 and 4 800.00 x2 Add title language and include easements and restrictions. If selected, please provide copy of title 1,600.00 commitment. Subtotal 11,275.00 Total including tax $11,275.00 Following Acceptance You will receive a pre-invoice after quote acceptance that will layout the process.See contacts below for specific order inquiries. Commerical Inquiries:Derrick Dixon derrick@waterloosurveyors.com 512-845-6039 Scheduling/Order Status:Brian Sumner brian@waterloosurveyors.com 512-481-9602 Drafting and Technical:Bernardo Wargo bernardo@waterloosurveyors.com 512-829-0625 Billing:James Sullivan jsullivan@waterloosurveyors.com 713-828-4637 Payment and Terms We require payment at job scheduling.Our preferred payment method is by credit card/bank transfers in a secure link on the invoice.Simply select the VIEW AND PAY INVOICE link in the body of the email.We do not charge any additional credit card processing fees.Alternate forms of payment include cash,checks,or credit card via phone. Disclaimer Waterloo Surveyors,LLC agrees to provide the above mentioned services for the property referenced.Additional services not mentioned above will be subject to additional fees.Waterloo Surveyors LLC reserves the right to terminate contract at anytime before payment is received. About Us Austin Office 2208 W Anderson Lane Austin,Tx 78757 512-481-9602 Houston Office 1336 Brittmoore Road Houston,Tx 77043 346-516-8987 DCS PROJECT FORECAST MANHOUR& BUDGET ESTIMATE PROJECT NAME: Waterloo Surveyors, LLC PROJECT NUMBER: 20101594 DATE: 2/11/25 Field Crew Drafter Project RPLS Administrator Bernardo $ BUDGET Paul Teal- PC John Wilkerson Karl Atkins HOURS Wa rgo ESTIMATE BILLABLE RATE $ - $ 190 $ 180 $ 175 $ 265 TASK NUMBER TASK DESCRIPTION Task 5.4 RESEARCH 9 2 11 $2,105 Title Commitment for Sites NO 2 and 4 9 1 10 $1,840 Topographic and Title Survey Field Work 1 1 $265 Topographic and Title Survey Drafting 26 10 1 37 $7,005 Travel Expenses 0 $60 SUBTOTAL HOURS 0 26 10 18 5 59 SUBTOTAL$ BUDGET ESTIMATE $0 $4,940 $1,800 $3,150 $1,325 $11,275 TOTAL$ BUDGET ESTIMATE i i i $11,275 �y, ' YAM. �;17• {, , � � '� k • yawl-�..r� +...P`. *• "• �.a✓�,+Y, �! ./ �� N a-- Apr -AM 0000, AdL 00 NO Butterfly 4 Gate West Transmission Main Vale Replacementoao� �.__�.v.W. .. — Water Line -CORR