CM-2014-609 - 12/5/2014City of Round Rock
ROUND ROCK
Agenda Item Summary
Agenda Number:
Title: Consider executing Supplemental Contract No. 3 with CP&Y, Inc. for the
IH 35 Ramp Reversals, US 79 to FM 3406 (Planning Phase) Project.
Type: City Manager Item
Governing Body: City Manager Approval
Agenda Date: 1215/2014
Dept Director: Gary D. Huddler, Transportation Director
Cost: $30,000.36
Indexes: RR Transportation and Economic Development Corporation (Type B)
Attachments: LAF - SC#3 w -CP Y for IH 35 Ramp Reversals, US 79 to FM 3406
(Planning Phase) (00316119xA08F8), SC#3 w -CP Y for IH 35 Ramp
Reversals, US 79 to FM 3406 (00316113xA08F8)
Department: Transportation Department
Text of Legislative File CM -2014-609
Interstate Highway 35 (IH35) in Round Rock serves as the spine of our transportation
system. Access to and from IH35, as well as crossing IH35, can have significant impacts on
the entire roadway network. In addition, IH35 serves as access for some of the most viable
commercial real estate in our community, due to the large volumes of traffic on this road
each day. For these reasons, IH35 was ranked as the number one transportation problem
in our community in the 2011 approved 5 Year Capital Improvement Plan (CIP). This
project will have many benefits: it will significantly improve access to the numerous
commercial properties along the frontage road; it will reduce congestion at the intersections
by allowing traffic to by-pass the intersection via the interstate main -lanes; and it will
eliminate a bottleneck on the IH35 northbound main lanes at US 79.
Work performed under the original contract consisted of all environmental documents, all
items necessary to obtain federal and state approval for this project, and 30% design plans
at a cost of $586,981.30. Supplemental Contract No. 1 included PS&E for the reversals of
the entrance and exit ramps on IH35 and the addition of an auxiliary lane on the frontage
road between FM 3406 and US 79 for a fee of $482,736.57 for a total contract cost of
$1,069,717.87.
Supplemental Contract No. 2 included the cultural resource and habitat assessment of the
potential for impacts to the Jollyville Plateau Salamander and updated the existing
environmental document. The cost of Supplemental Contract No. 2 was $11,000.00,
bringing the new contract total to $1,080,717.87. This supplemental was needed since the
Cxyof Found Ro[r ft, 1 PdM .1N 014
n9..m ire. s...a co.e...e rcnt•m��eos�
Jollyville Plateau Salamander had recently been listed as endangered and was required to
complete the design phase and to proceed to the construction phase of this project. The
findings indicated there were no adverse modifications of any designated critical
salamander habitats. The design phase concluded last June; the project was bid in August;
and construction is scheduled to begin this month with a duration of approximately one year.
Supplemental Contract No. 3 contains Construction Phase Services including: attendance
at construction meetings; responding to requests for information (RFIs); providing redesign
as directed by the City or TxDOT; reviewing shop drawings; and developing record drawings
in accordance with Contractor notes. The cost for provision of these services is $30,000.36
for a total contract cost of $1,110,718.23.
Staff recommends approval
VWeIft., ft,x ftW2 PHM" o. 1LI 14
LEGAL DEPARTMENT APPROVAL FOR CITY COUNCIL/CITY MANAGER ACTION
Required for Submission of ALL City Council and City Manager Items
Department Name: Transportation Project Name: IH 35 Ramp Reversals, U6 ]9lo FM 3406
Project MgrlResource: Leah Coffman ConlractorNendor. CP&v, Inc.
Council Action:
ORDINANCE F --J RESOLUTION
City Manager Approval
CMA Wording
Consider executing Supplemental Contract No. 3 with CP&y, Inc. for the 11135 Ramp Reversals, US 79 to FM 3406 (Planning
Phase)Project,
Date I �0
O:\wdox\SCClnts\0199\1210\MISC\00316119.XLS Updated 613108
STATE OF TEXAS
COUNTY OF WII,LIAMSON
SUPPLEMENTAL CONTRACT NO.3
TO CONTRACT FOR ENGINEERING SERVICES
FIRM: CP&Y. INC. ("Engineer")
ADDRESS: 13809 Research Boulevard, Suite 300, Austin, TX 78750
PROJECT: 11135 Ramp Reversals, US 79 to FM 3406 (Planning Phase)
This Supplemental Contract No. 3 to Contract for Engineering Services is made by and between
the City of Round Rock, Texas, hereinafter called the "City" and CP&Y, Inc., hereinafter called
the "Engineer".
WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter
called the "Contract', on the 8th day of March, 2012 for the IH 35 Ramp Reversals, US 79 to
FM 3406 (Planning Phase) Project in the amount of $586,981.30; and
WHEREAS, the City and Engineer executed Supplemental Contract No. 1 on November 20,
2012 to amend the scope of services and to increase the compensation by $482,736.57 to a total
of $1,069,717.87; and
WHEREAS, the City and Engineer executed Supplemental Contract No. 2 on November 25,
2013 to amend the scope of services and to increase the compensation by $11,000.00 to a total of
$1,080,717.87; 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 $30,000.36 to a total of $1,110,71823;
NOW THEREFORE, premises considered, the City 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.
II.
Article 4. Compensation and Exhibit D. Fee Schedule shall be amended by increasing by
$30,000.36 the lump sum amount payable under the Contract for a total of $1,110,718.23, as
shown by the attached Addendum to Exhibit D.
supplemeawt Contmet R".120DIM
0199.1210;00316113 91275
O, A - a01 -F - X09
IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental
Contract in duplicate.
1
Date
CITY ROUND OCK AP VED S TO FORM:
sy
A6wMCGrftw,-MffM L0 rte "aA4W 1 Steph 3 L. Sheets, City Attorney
'#-,41 /5L cU�k Ma len
Date
SuppkmciM C..1.1 Rev. 12/0M
0199.1210;00316113 94275
ADDENDUM TO EXHIBTT B
Engineering Services
The IH 35 Ramp Reversals Project will reconstruct the five access ramps on IH 35 between US 79 and FM 3406 and
construct auxiliary lanes between the exit and entrance ramps on the both northbound and southbound frontage roads.
Construction on the 11135 mainlanes will also he necessary to tie the new relocated ramps into the mainlane pavement and
to reconfigure the signing, striping and illumination as necessary. The project length along each frontage road is
approximately 1.6 miles.
The Engineer shall provide the necessary engineering and technical services for the completion of construction phase
services.
The tasks and products are more fully described in the following TASK OUTLINE.
TASKOUTLINE
L CONSTRUCTION PHASE SERVICES
A. CONSTRUCTION PHASE SERVICES
1. The Engineer shall attend up to six (6) construction meetings as requested by the State or City.
2. The Engineer shall provide Construction Support Services at the written request of the State project manager. The
written request shall include a description of the work requested, a mutually agreed upon time limit, a mutually
agreed upon level of effort, a defined deliverable and any special instructions for coordination and submittal.
These services shall include, but are not limited to the following:
Responding to requests for information (RFIs)
Providing redesign as directed by the State
Other project related tasks in support of the State during construction
The Engineer shall provide minor redesign as requested by the State Project Manager. In the event that revisions
are requested by the Slate, and the work is considered to be additional to that set forth on the original contract or
scopes of work, the Engineer shall prepare a budget and a schedule for the additional work requested. The
Engheer shall not commence work on a task prior to receiving written approval by the State.
3. The Engineer shall provide shop drawing review. The shop drawing submittals shall be limited to those
specifically called for in the construction contract documents (plans, standard specifications, special provisions to
the standard specifications and special specifications).
4. The Engineer shall develop As -Built drawings in accordance with contractor totes.
H. PROJECT MANAGEMENT
A. ProjectManagensent (Provrdedby CP&Y)
L Create and submit monthly invoices suitable for payment by the City.
2. Prepare monthly progress reports for submission with the monthly invoices to provide a written account of the
progress made to date on the project.
ADDENDUM TO EXHIBIT C
Work Schedule
Milestone Completion Date
Notice to Proceed 1124/14
Construction Phase Services 9/30/15
ADDENDUM TO EXHIBIT D
Fee Schedule
For the services described under Addendum to Exhibit B, we request compensation on a time and material
basis for all services. The estimated hours and dollars to accomplish this work are shorn below. The
breakdowns for man-hours and costs per function code are shown on the following pages.
ESTIMATE OF MAXIMUM COMPENSATION -
(See attached summary)
6,574.00
SALARY COSTS - Time
and Materials
12,161.90
TOTAL LABOR COSTS
$
Project Manager
18
Hrs. @
$61.00 =
$
1,098.00
Senior Engineer
20
Hrs.@
$48.00=
$
960.00
Design Engineer
36
His. @
$39.00 =
$
1,404.00
Senior CADD Operator
10
Hrs. @
$34.00 =
$
340.00
EIT
88
Hrs. @
$30.00=
$
2,640.00
Admin/Clerical
6
His. @
$22.00—
$
132.00
$ 6,574.00
SALARY COSTS
$
6,574.00
SALARY RELATED COST (185.00 %)
$
12,161.90
TOTAL LABOR COSTS
$
18,735.90
FIXED FEE (12%)
S
2.248.31
TOTAL SALARY COSTS
$
20,984.21
EXPENSES
Subtotal Direct Expenses
$
0.00
Subconsultant Expenses
HDR Engineering
$
4,376.97
WIT Associates
$
2,502.22
Seiler Lankes Group
$
2,136.96
Subtotal
$
9.016.15
TOTAL EXPENSES
$
9,016.15
TOTAL SALARY COSTS + EXP AMOUNT PAYABLE
$
30.000.36