Loading...
CM-06-07-161STATE OF TEXAS COUNTY OF WILLIAMSON SUPPLEMENTAL AGREEMENT NO. 10 TO AGREEMENT FOR ENGINEERING SERVICES FIRM: Carter & Burgess, Inc. ("Engineer") ADDRESS: 2705 Bee Cave Road, Suite 300, Austin, TX 78746 PROJECT: US 79 from FM 1460 to CR 195 (Gap Project) This Supplemental Agreement No. 10 to Agreement for Engineering Services is made by and between the City of Round Rock, Texas, hereinafter called the "City" and Carter & Burgess, Inc., hereinafter called the "Engineer". WHEREAS, the City and Engineer executed an Agreement for Engineering Services, hereinafter called the "Agreement", on March 23, 2000 to provide engineering services for the design of a four -lane divided section on US 79 — from FM 1460 to CR 195 to include bridge design at Arterial A, for the sum of $398,182.00; and WHEREAS, the City and Engineer executed Supplemental Agreement No. 1 on June 28, 2001 to amend the scope of services, to extend the contract date from August 31, 2001 to December 31, 2002, and to increase the compensation by $158,118.00 to a total of $556,300.00; and WHEREAS, the City and Engineer executed Supplemental Agreement No. 2 on September 13, 2001 to amend the scope of services and to increase the compensation by $68,021.00 to a total of $624,321.00; and WHEREAS, the City and Engineer executed Supplemental Agreement No. 3 on January 10, 2002 to amend the scope of services and to increase the compensation by $27,275.00 to a total of $651,596.00; and WHEREAS, the City and Engineer executed Supplemental Agreement No. 4 on June 27, 2002 to amend the scope of services and to increase the compensation by $33,266.00 to a total of $684,862.00; and WHEREAS, the City and Engineer executed Supplemental Agreement No. 5 on December 19, 2002 to amend the scope of services, to increase the compensation by $32,673.00 to a total of $717,535.00, and to extend the contract period to December 31, 2003; and WHEREAS, the City and Engineer executed Supplemental Agreement No. 6 on December 18, 2003 to amend the scope of services, to increase the compensation by $54,918.58 to a total of $772,453.58, and to extend the termination date; and &1)-0(P_07 -4' / Supplemental Agreement Carterburgess-US79-FM 1460toCR 195; TX012ND79; 101908 Rev.03/02/04 64836 WHEREAS, the City and Engineer executed Supplemental Agreement No. 7 on September 23, 2004 to amend the scope of services, to increase the compensation by $98,643.00 to a total of $871,096.58, and to modify the provision for notices to proceed; and WHEREAS, the City and Engineer executed Supplemental Agreement No. 8 on May 26, 2005 to modify the provisions for the scope of services and to increase the compensation by $12,175.00 to a total of $883,271.58; and WHEREAS, the City and Engineer executed Supplemental Agreement No. 9 on April 28, 2006 to modify the provisions for the scope of services and to increase the compensation by $15,729.00 to a total of $899,000.58; and WHEREAS, it has become necessary to amend the Agreement to modify the provisions for the scope of services and to increase the compensation by $39,428.00 to a total of $938,428.58; and NOW THEREFORE, premises considered, the City and the Engineer agree that said Agreement is amended as follows: I. Article 2, Scope Of Services To Be Performed By Engineer and Exhibit B, Services To Be Performed By The Engineer 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 $39,428.00 the lump sum amount payable under the Agreement for a total of $938,428.58, as shown by the attached Addendum to Exhibit D. IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental Agreement in duplicate. Date LI 9 ZocC, Supplemental Agreement Carterburgess-US79-FM1460toCR195; TX012ND79; 101908 2 Rev.03/02/04 64836 CITY OF ROUND ROCK By: xwellrmayogimnu e. N h 140 Date Supplemental Agreement Carterburgess-US79-FM1460toCR195; TX012ND79; 101908 3 APP APP' o VED AS Td FORM: ,. Steph .1 L. Sheets, City Attorney Rev.03/02/04 64836 ADDENDUM TO EXHIBIT B Services to be Provided by the Engineer The changes to the scope of this project are as follows: CONSTRUCTION PHASE SERVICES Shop Drawing Review Shop drawings requiring review may include, but shall not be limited to, the following items. Prestressed Concrete Beams (TY IV) Prestressed Concrete Panels Elastomeric Bearing Pads Permanent Metal Deck Forms Type T501 Rail Armor Joint (with Seal) Concrete Box Culverts and Storm Drains Reinforced Concrete Pipe Manholes and Inlets Headwalls and Wingwalls Safety End Treatments Frames, Grates, Rings and Covers Roadway Illumination Assemblies Conduit Electrical Conductors Ground Boxes Small Roadside Sign Supports and Assemblies Traffic Signals Vehicle and Pedestrian Signal Heads Pedestal Pole Assemblies Pedestrian Detectors and Vehicle Loop Detectors Shop drawings shall be reviewed as requested. The following procedures shall be used for the reviews: 1. Review the drawings for conformity to the plans, specifications, and special provisions, as well as conformity to any subsidiary standards or criteria referred to by the plans, specifications or special provisions. 2. If the drawing is found to be in conformity, or an alternate design is adequate and acceptable, the drawing shall be marked "No Exceptions Taken" with signature, date and statement that "Review is only for general conformance with the design concept of the contract documents. Markings or comments shall not be construed as relieving the contractor from compliance with the project plans and specifications, nor departures there from. The Contractor remains solely responsible for details and accuracy, for confirming and correlating all quantities and dimensions, for selecting fabrication processes, for techniques of assembly, for safety and for satisfactory performance of his work." 3. If there are only minor corrections, the incorrect information shall be crossed out and the correct information will be written next to the crossed out information. All the redlines shall be done in indelible red ink. The submittal shall be returned marked "Make Correction as Noted" and no re -submittal shall be required. 4. If the corrections are more significant and the Engineer does not concur with the information on the drawings, then the submittal shall be returned marked "Amend and Resubmit." The Drawings must then be resubmitted for a second review. 5. If the drawings are found not to be in conformity, the drawings shall be marked "Rejected See Remarks." An explanation of why the submittal was disapproved will be provided in enough detail for the Contractor to be able to make the corrections for re -submittal. 6. A cover letter will be returned with the reviewed drawings containing: a. A description of the submittal; b. the status of the submittal; c. a listing of sheet numbers and titles reviewed; d. if the design reviewed was an alternate design, a notation declaring that an alternate design was presented and what criteria were used to determine if the alternate design is adequate and acceptable and; e. if the submittal was not accepted without exception, an explanation of the exceptions. Preparation of Change Orders, Alternate Design or Additional Design Details The Engineer shall be available to prepare Change Orders, Alternate Designs or Additional Design Details as directed by the City of Round Rock or its representatives throughout the duration of the construction. The Engineer will document each Change Order, Alternate Design or Design Details in sufficient detail to allow the processing of the design refinement. The Engineer shall submit original mylar drawings and six copies of all Change Orders or designs requested by the City of Round Rock. In relation to preparation of change order documents, the Engineer shall be available to: • prepare a Fair Construction Cost Estimate for the change • evaluate contractor's proposed quotation against the Fair Construction Cost Estimate • submit recommendations to the City of Round Rock for final approval, and • assist the City of Round Rock and or its representatives in negotiating change order following approval Respond to Questions related to the Plans The Engineer shall be available to respond to questions related to the plans and specifications as needed throughout the duration of the construction. The Engineer will document each question in sufficient detail, formulate a response and submit a written version of the response to the City of Round Rock for distribution to all involved parties. ADDENDUM TO EXHIBIT C Work Schedule The changes to the Work Schedule for this project are as follows: Whereas, Exhibit C, "Work Schedule", is voided and replaced by the following: Notice to Proceed Date Contract Signed The engineer shall complete the review of all shop drawings within 14 working days from the date of its receipt, unless permitted otherwise by the City of Round Rock or its representatives. On other tasks defined in construction phase services, that are not related to shop drawings, schedules shall be performed as agreed upon by the City of Round Rock and the Engineer. ADDENDUM TO EXHIBIT D Fee Schedule The changes to the fee schedule for this project are as follows: US 79 GAP CSJ 0204-01-049 ADDENDUM TO EXHIBIT D FEE SCHEDULE/BUDGET FOR CITY OF ROUND ROCK SUPPLEMENTAL AGREEMENT NO. 10 SUMMARY OF CONTRACT BY COMPANY FIRM HOURS SALARY OVERHEAD PROFIT PROJECT % OF 15.00% TOTAL TOTALS CONSTRUCTION PHASE SERVICES (FC 351) C&B 288 $12,080 $21,440 $5,028 $38,548 100.00% TOTAL: 288 $12,0801 $21,440 $5,028 $38,548 TOTAL CONTRACT LABOR COST 288 -- $12,080 $21,440 $5,028 $38,548 100.00% C&B TOTAL: 288 $12,080 $21,440 $5,028 $38,548 TOTAL CONTRACT DIRECT COST C&B $880 TOTAL: $880 CONTRACT TOTAL -- $39,428 100% TOTAL: --- $39,428 00101912.XLSIGRAND TOTAL Page 1 of 3 Carter Burgess, Inc. SUPPLEMENTAL AGREEMENT NO. 10 p �- W co — p 0 Xce D3 ▪ -. 0 LU ZO ▪ LL • W u_ p p W y > • W f' <LU U Carter Burgess, Inc. 0 m rn a 00101912.XLSITOTAL COST 1 $21,4401 1 2c noo o Co D 3C) 9 CO M CADD TFCFI 0 C 0 $0 xn ) 0 9M 0M u09 N CO COO M co OM 000 CO O CO M CO69 O 69 3 CO $39,428 I N .- MMM COO C00 a)v n co M w e N Q 0I-. m 1- o o co 0 co C N 0 ,-( 0 •OC o O O SR DESIGN SPECIALIST O 0 o M 0 0 0 MEA 696 0 I- O 1- n 00 0)O a) V - 69 EA (n V Oill V a) V M n O a) In 69 69 cEA 0 69 1 $38.5481 ASST DES ENGINEER N,- CO M CO 0 N 0 M M M m O M T.T3ITOFI11- 15.00% 0) CO O O V M M m CO 0 CO O Q) o M CD (n O) co M M 0 M O N 0 to M 1 DESIGN 1 ENGINEER CO CO $40.00 $1,440 $2,556 $599 O tT ! OVERHEAD MULTIPLIER 1.7748 $6,644.85 $6,389.28 $2,555.71 $3,861.96 $0.00 $1,987.78 o O $21,4401 SR. DES ENGINEER 1 a)OO CO 000) co M O.-- MEA M M CO 49 I DIRECT SALARY COST $3,744 $3,600 $1,440 $2,176 $0 $1,120 $0 00D _N M $2.50/Sq. Ft.= $.25/Sq. Ft.= $25.00/ Del.= II y 0 0 M $60/day = $30/day = 1 PROJECT MANAGER $52.00 $3,744 $6,645 $1,558 0) I SALARY 1- $52.00 $50.00 $40.00 $32.00 $0.00 $28.00_ $0.00 Square Feet @ Square Feet @ Deliveries @ /� \J N ) Zoo T T co 0jo O n Q I 1 TOTAL: J Q H HOURS N N O CO O ^ n co co o V— 288 I O O O Ol0 o O O • •‘ m- 1n/111I1VCR SENIOR DESIGN ENGINEER ASST DESIGN ENGINEER DESIGN ENGINEER ASST DESIGN ENGINEER SR. DESIGN SPECIALIST CADD TECHNICIAN TATA • n = _ I- vp -( Dj my�ai rwlb_ Blueline sop; d o uctions or Printing Express Deliveries Auto Mileage Auto Rental Per Diem O0 cL o O F. rvinR 1 Labor + Overhead + Cost - Carter Burgess, Inc. 0 m rn a 00101912.XLSITOTAL COST SUPPLEMENTAL AGREEMENT NO. 10 O I- I- W0 th XD m LIJ O = O 0 z W LL D= LL X W 0 N • W Q LL 11 1 10 011 181 181 -I 0 40 0 Q z 'P118 Z� �Q= 2�I w HOURS HRS/SHT HOURS —IN 1 ,'2 IiIfl 0 000 00101912.XLSIPLANS Carter Burgess, Inc. F CR 1951 mob` 7 � 1 44 US 79 F ro m �RpUND ROCK.7EM11 FM 1460 to CR 195 ' Date: July 31, 2006 Subiect: City Manger Action - August 4, 2006 Item: Consider a resolution authorizing the Mayor to execute the attached Supplemental Agreement #10 for Carter & Burgess, Inc. for US 79 from FM 1460 to CR 195 (Gap Project). Department: Transportation Services Staff Person: Thomas G. Martin, P.E., Director of Transportation Services Justification: Modifications in the drainage system has been requested because of new development and changes that have occurred since the design was completed. The revisions will be performed at the intersection of US 79 and FM 1460, more specifically for the Wachovia Bank property on the NE corner of this intersection and for the Bank of America property on the NW corner of this intersection. In addition, this construction of the This work was to timing of the A.W Grimes Contractor. Supplemental Agreement will provide separate plan sheets for the 6'x4' box culvert from the South ROW line of US 79 to Brushy Creek. be originally constructed as part of the US 79 improvements; however, . Grimes Project has necessitated construction of this work by the A.W. FUNDING Cost: $39,428.00 Source of Funds: 4B Corporation Outside Resources: Carter & Burgess, Inc. Background Information: The US 79 project is a federally funded project that the City, in conjunction with TxDOT, is working to widen the existing State Highway to a 4 -lane divided section, which includes drainage, signalization, illumination and signage improvements. Public Comment: N/A