R-99-09-23-10E11 - 9/23/1999A CITY OF ROUND ROCK
Mayor
Robert A Stluka, Jr
Mayor Pro-tem
Martha A. Chaves
Coundl Members
Torn Nielson
Earl M. Hairston
Rick Stewart
Earl Palmer
Jimmy Joseph
City Manager
Robert L Bennett. Jr
City Attorney
Stephan L Sheets
October 7, 1999
Mr. Roberto O. Martinez, P.E.
Martinez, Wright & Mendez, Inc.
900 Round Rock Avenue, Suite 310
Round Rock, Texas 78681
Dear Mr. Martinez:
The Round Rock City Council approved Resolution No. R- 99- 09- 23 -10E9, R -99-
09-23-10E10 and R- 99 -09- 23 -10E11 at their regularly scheduled meeting on
September 23, 1999. This resolution approves Amendments No. 4, No. 5, and
No. 6 to the agreement for engineering services for the Downtown
Neighborhood and Library Boundary Street and Drainage Improvement
project.
Enclosed is a copies of the resolutions and amendments for your files. If you
have any questions, please do not hesitate to contact Al Wile at 218 -5555.
Sincerely,
Joanne Land
Assistant City Manager/
City Secretary
Enclosures
Fax: 512- 218 -7097
221 East Main Street
Round Rock, Texas 78664
512 -218 -5400
1 -800- 735 -2989 TDD 1 -800- 735 -2988 Voice
www.ci.round- rock.tx.us
RESOLUTION NO. R- 99- 09- 23 -10E11
WHEREAS, the City of Round Rock has previously entered into
an agreement ( "Agreement ") with Martinez, Wright & Mendez, Inc. for
engineering services for the Downtown Neighborhood and Library
Boundary Street and Drainage Improvements project, and
WHEREAS, Martinez, Wright & Mendez, Inc. has submitted
Amendment No. 6 to the Agreement to include design and construction
services for various design changes, and
WHEREAS, the City Council desires to enter into said
Amendment No. 6 to the Agreement with Martinez, Wright & Mendez,
Inc., 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 Amendment No. 6 to the Agreement with Martinez,
Wright & Mendez, Inc., to include design and construction services
for various design changes.
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,
R: \WPOOCs \RESOLUTI \R9093]E.11
Chapter 551, Texas Government Code, as amended, and the Act.
RESOLVED this 23rd day of September, 1999.
LAND, City Secretary
2
ROBERT A. STLUKA, JR., Mayor
City of Round Rock, Texas
September 21, 1999
Mr. Alvin Wille
City of Round Rock
Public Works Department
2008 Enterprise Dr.
Round Rock, TX 78664
MARTINEZ
- WRIGHT
MENDEZ
Subject: Round Rock Streets Improvements
(Miscellaneous Additional Services)
Amendment No. 6
Our estimated budget for construction phases was based on $700,000. The project
expanded to $1,200,000 which was more street rehabilitation and more work effort. In
addition, the city has made some additional changes to accommodate some of the
property owners requests. As know the contractor spent at least approximately 3 months
locating utilities, requiring additional time and effort. In addition the conflicts with
utilities required additional modification to the plans in several areas. Revisions were
also required to Liberty Street to correct and improve existing low base thickness area
and extension of sidewalk and handicapped ramp, at Lampasas.
More specific revisions and modifications are as follows:
Modification to Sheppard: additional side street parking spaces
Modification to Burnet and Bagdad: new sidewalks and ramps
Modification to East Main:
1. Gas Easement and PLAT Coordination
2. Realignment to save tree in the center
3. Realignment to save trees at the edge
one of the property
MARTINEZ, WRIGHT & MENDEZ, INC.
CIVIL ENGINEERING LAND SURVEYING ARCHITECTURE
Twin Towers 1106 Clayton Ln., Suite 400W Austin, Texas 78723 512/453 -0767 Fax 512/453 -1734
Creekside Plaza 900 Round Rock Ave., Suite 310 Round Rock, Texas 78681 512/255 -1833 Fax 512/255 -5301
Finally, the overall time of construction was originally 200 working days. The contractor
has expended 390 days; including the 3 months of field investigation. We request for
consideration an amount of $5,300.00 in additional services being provided for this
additional work effort.
If you concur, please execute in the space provided below and return one copy for our
files.
Sincerely,
MARTINEZ, WRIGHT & MENDEZ, INC.
Robert 0. Martinez, P.E.
President
Approved:
1NW"^ -LV �
Alvin Wille, P.E. R.P.L.S.
Assistant Director /Chief Engineer
Public Works Department
q -a3 -94
Date
Mayor
Project Title: Downtown Storm Drainage and Street Improvements
Project No.: 702 -02A/B Contract No.: SUN 201719 Contract Date:MaY 28, 1998
Contractor: Chasco Contracting
The following changes are hereby made to the Contract Documents:
DRAWING 14 LIBERTY
Item No.
340
210-AI
Item No.
340 -B4
201
312 -D
Work Description
Type A HMAC
12 "Flex.Base
Item No. Work Description
432 -R Handicap Ramp
432 -4 Sidewalk 4 inch
Hand Rail
439 Parking Lot Bumper Curb
591 -F Concrete Rip Rap 6"
PVC Pipe, 8"
Concrete Footing and Steps
Item No. Work Description
508 -IA S.Dra. Area Inlet
Work Description
1.5" HMAC Type D
Subgrade Preparation
Underseal
Quantity Unit Price Amount
513.05 tons $36.00 $18,469.80
-430 SY $6.20 8(2,668.00)
DRAWING 15 LIBERTY
Quantity
3 ea.
191 S.F.
60 L.F.
7 ea.
12 S.F.
103 L.F.
1.60 C.Y.
DRAWING 16 LIBERTY
Quantity
1 ea.
DRAWING 28 SHEPPARD
Quantity
420 S.Y.
420 S.Y.
420 S.Y.
DRAWING 27 SHEPPARD (PARKING)
Item No. Work Description Quantity Unit Price
210 -Al 12" Flexible Base 170 S.Y. $6.20
201 Subgrade Preparation 170 S.Y. $1.00
1 l0 -B Street Excavation 170 S.Y. $8.00
340 -BI 2" HMAC Typ.D 170 S.Y. $4.00
430-Al Conc.curb & gutter 56 L.F. $6.40
Conc. Laydowo curb 85 L.F. $4.50
Change Order No. 7
Date: 08/19/99
Unit Price Amount
8320.00 $960,00
83.20 8611.20
$28.50 $1,710.00
$32.00 8224.00
53.75 545.00
$15.00 81,545.00
5350.00 $560.00
Unit Price Amount
$2,000.00 $2,000.00
Unit Price Amount
83.00 $1,260.00
$1.00 8420.00
81.00 5420.00
Amount
$1054.00
$170.00
$1,360.00
$680.00
$358.40
8382.50
DRAWING 6 BAGDAD
Item No. Work Description Quantity Unit Price Amount
432-4 Concrete Sidewalk 4" 1037 S.F_ 23.20 53318.40
430 -Al Concrete Curb and Gutter 14 L.P. 26.40 289.60
432 -R Handicap Ramp 1 ea. 2320.00 2320.00
506-3 Junction Box, Type 1 2 ea. $2,800.00 25,600.00
508 -SET Safety End Treatment 1 ea. 2700.00 $700.00
510 -A7 18" RCP CL III 52 L.F. $29.00 21,508.00
DRAWING 8 BURNET
Item No. Work Description Quantity Unit Price Amount
432 -4 Concrete Sidewalk 4- inches 708 S.F. $3.20 $2265.60
DRAWING 4 ANDERSON
Quantity Unit Price Amount
510 122" CMP
Item No. Work Description 110 L.F. 521.50 $2,365.00
508 -1A S.D. Area Inlet 1 Ea. $2,000,00 22,000.00
2" HMAC Type 0 Driveways 1257 SY $7.50 $9,427.50
(Inc. Excavation)
TRAFFIC CONTROL FOR EXTENDED TINE 00 $6,627.00
803 -L Barricades & traffic Handling 1 LS
ADDITION AND DEDUCTIONS FOR CHANGE ORDER NO.2
DRAWING 15
508 - 1,10S 10' TXDOT Curb Inlet -1 DRAWING 6 22,300.00 2(2,300.00)
508 —1,10S 10' TXDOT Curb Inlet -1 EA 22,300.00 2(2,300.00)
DRAWING 18 REVISION 1 8/21/98
110 -B Street excavation -263 SY $8.00 $ (2,104.00)
201 Subgrade Prep. —263 SY 21.00 $ (263.00)
210 -Al 12" Flex. Base -263 SY 26.20 2 (1,630.60)
340 -B3 3 "HMAC Type D -263 SY 25.80 2 (1,525.40)
430 -Al Conc.curb & gutter 5 LF $6.40 2 32.00
591 -F Conc.Rip -Rap 86 SF 23.75 2 322.50
DRAWING 23 REVISION 1 9/99
508 -1A Storm D. Area Inlet -2 EA $2,000.00 2(4,000.00)
DRAWING 26
508 -1,105 10' TXDOT Curb Inlet WING 27 $ 2,300.00 $(2,300.00)
DRAWING
508 -1,105 10' TXDOT Curb Inlet -1 EA 2 2,300.00 $ TOTAL $45 4 0 0)
Justification/Additional Work
CHANGE TO CONTRACT PRICE $1.075,693.4.5
Original Contract Price:
Current Contract Price as adjusted by previous change orders: $27 200.00
Change Order No. 1: $46.985.75
Change Order No. 2: 24 760.00
Change Order No. 3: $22.541.60
Change Order No. 4: 27,098.00
Change Order No. 5: $6,849,00
Change Order No. 6:
TOTAL:$1.191,127.80
The Contract Price duc to this change order will be [increased] [deeeeaeo4] by $4541450
The new Contract Price due to this Change Order will be $1,236,542.30
CHANGE TO CONTRACT TIME
Additional calendar days for previous Change Orders No. 1 + 5, No. 2 + 1 S, No. 3 + 5, No. 4 +12.
The Contract Time for this change order will be [increased] [4scrsased] by 51 calendar days.
The date for completion of all work under the contract will be August 22, 1999.
Approvals required:
To be effective, this order must be approved by the Owner if it changes the scope or objective of the
project, or as may otherwise be required under the terms of the Supplementary General Conditions of the
Contract.
Requested by: Roberto O. Martinez, MWM, Inc. g/"
Signature: 1`�" eZ ' Date: 2/7..2/9
9 9
Accepted by: Al Wille Ci of Round 1.
•
Signature �.• /s. �. .� Date:
8.3/9?
Accepted by:
Date:
Signature:
Project Tide: Downtown Storm Drainage and Street Improvements
ProjectNo.: 702 -02AB ContractNo.: SUN 201719 Contract Date:Mav 28. 1998
Contractor: Chasco Contracting
The following changes are hereby made to the Contract Documents:
Drawings No. 31 & 32 East Main (Old Settlement Rd.)
Item No. Work Description Quantity Unit Price Amount
Fire Hydrant Assembly 3EA 52,500.00 57,500.00
6" Pipe Ductile Iron 68LF 540.00 52,720.00
8" Pipe C90D Waterline 1007LF $36.00 536,252.00
1 '16" Service Line 325L1' 516,00 55,200.00
Install Water Meters 2EA 5270.00 5540.00
3" PVC Sleeve Schedule 40 95LF 57,00 5665.00
Single Service (M.Box & Connect) 2EA 5450.00 5900.00
Double Service (M.13ox & Connect) 3EA 5750.00 52,250.00
8" Gate Value IEA 5650.00 5650.00
556,677.00
TOTAL:
NOTES:
1. Fire hydrants assemblies include the gate valves.
2. The 8" C900 waterline includes the 8 "x 8" wet connection, asphalt repair, hydromulch, and traffic
control at the connection.
3. The installation of water meters only includes labor, no meters.
Justification/ Addition or Water Main Line
CHANCE TO CONTRACT PRICE
Original Contract Price:
Current Contract Price as adjusted by previous change orders:
Change Order No. 1:
Change Order No. 2:
Change Order No. 3:
Change Order No. 4:
Change Order No. 5:
Change Order No. 6:
Change Order No. 7:
The Contract Price due to this change order will be [increased] by 556.677.00
The new Contract Price due to this Change Order will be S1 293.219.30.
51,075,693.45
527,200.00
646,985.75
54,760.00
522,541.00
57,098.00
56,149.00
545,414.50
Total: 51,236,542.30
Change Order No. 8
Date: 99/02/9.9
CIIANGE TO CONTRACT TIME
Additional calendar days for previous Change Orders No. 1 + 5, No. 2 + 18, No. 3 + 5, No. 4 + 12, No. 5 + 4, No. 6
+ 0, No. 7 +51. The Contract Time for this change order will be [increased] by __„ 60___ calendar days.
The date for completion of all work under the contract will be approximately October 21, 1999.
Approvals required:
To be effective, this order must be approved by the Owner if it changes the scope or objective of the project, or as
may otherwise be required under the terms of the Supplementary General Conditions of the Contract.
Requested by: Roberto O. Martinez_ MWM, Inc. Date: September 2, 1999
,14.2:
Signature_
Recommended by: Al Wile, City of Round Rock Date:
Signature:
Accepted by: Chasco Contracting
Signature:
Date:
DATE: September 17, 1999
SUBJECT: City Council Meeting — September 23, 1999
ITEM: 10.E.11. Consider a resolution authorizing the Mayor to execute amendment
No. 6 to the Engineering Services Agreement with Martinez, Wright
and Mendez, Inc. for the Downtown and Library Street Project. This
amendment provides for design and construction services for various
design changes necessary during the construction of the
improvements, including additional downtown parking on Sheppard
Street, addition of sidewalks on Bumet Street and Bagdad Street, plat
modifications and alignment changes to avoid tree removal on Old
settlement Road for a cost of $5,300.00. This amendment makes the
current agreement amount $152,240.00 The project is funded through
the 1996 General Obligation Bond Program. Staff Resource Person:
Jim Nuse, Public Works Director.