Loading...
Contract - CP&Y - 8/14/2014 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 Improvement 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 CPRY, 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 FM 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 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 $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 Rev.12/01/03 0199.7126;00307599 84275 R-2014-1657 l IN WITNESS WHERE F, the City and the Engineer have executed this Supplemental Contract in duplicate. CP&Y,INC. By: Date CITY OF U/N�D�ROCI{ APP VED AS T 4ORM: By: / Alan McGraw,Mayor Steplial L. Sheets, City Attorney Date Supplemental Contract Rev.12101/08 0199.7126;00307599 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 roadway, sidewalk, and drainage configurations on FM 3406 between Plantation Drive and the Georgetown Railroad; and 2) design of a pedestrian bridge over the 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.Tire 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 Microstation V8 and Geopak 2004. Agency abbreviations are as follows: City of Round Rock(City),Georgetown Railroad (GRR)Texas Department of Transportation(TxDOT),Texas Department of'fransportation Environmental Affairs Division (TxDOT-ENV),Federal highway Administration(FWHA),Capital Area Metropolitan Planning Organization (CAMPO), Central Texas Regional Mobility Authority (CTRMA), Enviromnental Protection Agency (EPA), Texas Historical Commission (TMC), National Register of Historical Places (NRNP), 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/90%, 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) Accommodation of firture widening of 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 for a westbound right turn lane at Plantation Drive. (b) Assess grading needs of the above configurations,including retaining wall and riprap lunits. (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 the above configurations. (f) Prepare cost estimates for the above configurations. (g) Meet with City staff to review the above configurations. 1 of B. BRIDGE LAYOUT AND DESIGN 1. Evaluate Pedestrian Bridge Alternatives 2. Coordination with 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) Dunensioned width of bridge and roadway (vi) Limits of riprap(if required) (vii) North arrow (viii)Cross slope and super elevation data(if required) (ix) Railing type (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 stricture (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) Column 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 and Profile items listed under F.2.a Pedestrian Bridge Layout and the 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 performed until the City/fxDOT 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 tips) (b) Estimated Quantities and Bearing Seat 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 (h) Provide any applicable State Standards 2 of 3 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 ADDENDUM 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 Dee 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