R-2014-1657 - 8/14/2014 RESOLUTION NO. R-2014-1657
WHEREAS, the City of Round Rock has previously entered into a Contract for Engineering
Services ("Contract') with CP&Y, Inc. for the FM 3406 Roadway Improvement Project; and
WHEREAS, CP&Y, Inc. has submitted Supplemental Contract No. 3 to the Contract to
modify the provisions for the scope of services; and
WHEREAS, the City Council desires to enter into said Supplemental Contract No. 3 with
CP&Y, 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 Supplemental
Contract No. 3 to the Contract with CP&Y, Inc., 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 14th day of August, 2014.
an IL�
AL CGRAW, Mayor
City of Round Rock,Texas
ATTEST: A ,,
( 7a 1/
SARA L. WHITE, City Clerk
0112140.00708348
EXHIBIT
"A„
STATE OF TEXAS §
COUNTY OF WILLIAMSON §
SUPPLEMENTAL CONTRACT NO.3
TO CONTRACT FOR ENGINEERING SERVICES
FIRM: CP&Y,INC. ('Engineer")
ADDRESS: 13809 Research Boulevard, Suite 300, Austin,TX 78750
PROJECT: FM 3406 Roadway 1111AI-OVeIn Cllt
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 October, 2009 for the FIvJ 3406 Roadway Improvement
Project in the amount of$779,661.76; and
WHEREAS, the City and Engineer executed Supplemental Contract No. 1 on March 8, 2012 to
amend the scope of services and to decrease the compensation by $125,847.18 to a total of
$653,814.58; and
WHEREAS, the City and Engineer executed Supplemental Contract No. 2 on June 27, 2013 to
amend the scope of services and to increase the compensation by $99,783.87 to a total of
$753,598.45;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$85,815.33 to a total of$839,413.78;
NOW THE,RE,FORE, 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
fortis 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
$85,815.33 the lump sum amount payable under the Contract for a total of $839,413.78, as
shown by the attached Addendum to Exhibit D.
Supplemental Contract Rce.12/01/03
0199.7126;00307599 84275
1
IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental
Contract in duplicate.
CP&Y,I
By: 91A�
N -71d,:Bl1orl
Date
CITY OF ROUND ROCI{ APPROYED AS TO FORM:
By:
Alan McGraw,Mayor Stephan L.Sheets, City Attorney
Date
Supplemental Conlmct Rev.12/01/03
0199.7126;OD3D7599 84275
2
ADDENDUM TO EXHIBIT B
Engineering Services
The FM 3406 Roadway Improvement Project will widen the existing FM 3406 pavement intermittently from Sam Bass
Road to North Mays Street to provide left- and right-turn lanes at key intersections. The Engineer shall provide the
necessary engineering and technical services for the completion of environmental studies, public involvement, surveying
and mapping,and preparation of plans,specifications and estimates for the project.
Additional services for the project design shall include: 1) analysis of possible rondway, sidewalk, and drainage
configurations on FM 3406 between Plantation Drive and the Georgetown Railroad; and 2) design of a pedestrian bridge
over[Ire Georgetown Railroad,adjacent and north of the existing FM 3406 bridge.
Design services related to the design and plan production for this project will be performed in accordance with the latest
available TxDOT manuals from the design collection located on the TxDOT website.The roadway will be designed based
on (3R)design criteria. The development of the project will be consistent with TxDOT design procedures and practices.
This project will be developed utilizing Microstalion V8 and Geopak 2004.
Agency abbreviations are as follows:
City of Round Rack(City),Georgetown Railroad(GRR)Texas Department of Transportation(TxDOT),Texas Department
of'ri-ansportation Environmental Affairs Division(TxDOT-ENV),Federal Ilighway Administration(FWHA),Capital Area
Metropolitan Planning Organization (CAMPO), Central Texas Regional Mobility Authority (CTRb1A), Environmental
Protection Agency (EPA), Texas Historical Commission (TI-IC),National Register of Historical Places (NRHP), Federal
Emergency Management Agency(FEMA),Texas Commission on Environmental Quality(TCEQ).
The tasks and products are more fully described in the following TASK OUTLINE.
TASK OUTLINE
I. FINAL DESIGN 190%,100%PLANS
A. ROADWAY DESIGN
1. Roadway,Sidewalk,and Drainage Configurations Analysis
(a) Analyze alternate configurations for the section of FM 3406 from Plantation Drive to the Georgetown
Railroad for the following conditions:
(i) Acconnmodation of finture sideningof the FM 3406 pavement.
(ii) Accommodation of access to the LCRA easement.
(iii) Maintenance of the existing unpaved access path to the Georgetown Railroad and bridge substructure
from the north side of FM 3406.
(iv) Continuous sidewalk along the north side of FM 3406, including options to place the sidewalk at the
grade of the roadway or at the grade of the surrounding terrain.
(v) Pedestrian crossing of Georgetown Railroad.
(vi) Sidewalk along the south side of FM 3406 to the Onion Branch culvert.
(vii)Widening fora westbound right turn lane at Plantation Drive.
(b) Assess grading needs of the above configurations,including retaining wall and riprap Ihnits.
(c) Assess drainage needs of the above configurations,including curb&gutter,storm sewer,and side ditches.
(d) Assess water quality implications of the above configurations.
(e) Produce plan exhibits for line above configurations.
(f) Prepare cost estimates for the above configurations.
(g) Meet with City staff to review the above configurations.
I of 3
B. BRIDGE LAYOUT AND DESIGN
1. Evaluate Pedestrian Bridge Alternatives
2. Coordination Nvith Georgetown Railroad
3. Pedestrian Bridge over Georgetown Railroad Layout
(a) The pedestrian bridge adjacent to FM 3406 is anticipated to be a three span, 175 foot long, 14 foot wide
prestressed concrete girder bridge spanning the Georgetown Railroad. The bridge layout (1"=40') for the
Pedestrian Overpass will include the following:
Plan View:
(i) horizontal curve data
(ii) Bearing of centerline
(iii) Bridge skew angles
(iv) Control stations at the begin and end of structure
(v) Dimensioned width of bridge and roadway
(vi) Limits ofriprap(if required)
(vii) North arrow
(viii)Cross slope and super elevation data(if required)
(ix) Railingtype
(x) Bent stations and bearings
(xi) Approach sidewalk width
(xii) Typical bridge section displaying girder type and spacing
(xiii)Joint and seal type
Profile View:
(i) Profile grade
(ii) Vertical curve data
(iii) Finished roadway elevation and begin and end of structure
(iv) Overall length of structure including rail and throw fence length
(v) Existing and proposed ground lines clearly marked
(vi) Profile view of grid elevations and stations
(vii) Type of foundation,number,size and length of foundation elements
(viii)Bent numbers
(ix) Fixed or expansion condition at each girder end
(x) Colunm heights
(xi) Soil core data including penetrometer values and soil classification will be provided in Boring Log Sheet
(xii) Any other information required in the TXDOT LRFD Pedestrian Bridge Design and Bridge Detailer's
Manuals.
4. Railroad Exhibit"A"
(a) Provide Exhibit"A" documents including bridge layout(1"=40')containing the Plan an([Profile items listed
under F.2.a Pedestrian Bridge Layout and One Railroad Construction Requirement standards.
(b) Exhibit"A"will contain the necessary Railroad Construction Forms required for completion of the project.
5. Pedestrian Bridge Details and Design
Perform detailed design and create custom bridge details for the Pedestrian Overpass. Bridge design will be
completed using the 2009 AASHTO LRFD Pedestrian Bridge Design Specifications, 2"d edition. No detailed
design work is to be perfonued until [lie City/TxDOT has given the Engineer approval of the bridge layout.
Design and develop details for the following items for the Pedestrian Bridge:
(a) Boring Log Sheet(including basic bridge profile with foundation lips)
(b) Estimated Quantities and Bearing Sent Elevations(including Final Bridge Geometry calculations)
(c) Abutment Details
(d) Interior Bent Details
(e) Concrete I-Girder Unit(Slab Details)
(f) IGND sheet(includes girder design)
(g) Foundation Design
(Ir) Provide any applicable Slate Standards
2of3
II. PROJECT MANAGEMENT(ACCOUNTING)
A. PROJECT MANAGEMENT
1. Create and submit monthly invoices and progress reports suitable for payment by the City.
3 of 3
ADDI';NDUM TO EXHIBIT C
Work Schedule
Start Date Completion Date
FM 3406 West 90%PS&E Submittal Aug 14,2014 Nov 14,2014
FM 3406 West TxDOT Coordination Nov 17,2014 Dec 19,2014
FM 3406 West 100%PS&E Submittal Jan 2, 2015 Feb 20,2015
Addendum to Exhibit D
Fee Schedule
Total Total Other
Task Labor Hours Loaded Labor Cost Direct Costs Subconsultants TOTALS
Task 1: Final Design/90%, 100% plans 722 $83,861.83 $0.00 $0.00 $83,861.83
Task 2: Project Management(accounting) 16 $1,953.50 $0.00 $0.00 $1,953.50
GRAND TOTAL: 738 $85,815.33 $0.00 $0.00 $85,815.33