CM-2015-1001 - 12/11/2015STATE OF TEXAS §
COUNTY OF WILLIAMSON §
SUPPLEMENTAL CONTRACT NO. 1
TO CONTRACT FOR ENGINEERING SERVICES
FIRM: HALFF ASSOCIATES, INC. ("Engineer")
ADDRESS: 4030 West Braker Lane, Suite 450, Austin, TX 78759
PROJECT: Frontier Trail Culvert and Downstream Channel Improvements
This Supplemental Contract No. 1 to Contract for Engineering Services is made by and between
the City of Round Rock, Texas, hereinafter called the "City" and Halff Associates, Inc.,
hereinafter called the "Engineer".
WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter
called the "Contract", on the 22nd day of October, 2015 for the Frontier Trail Culvert and
Downstream Channel Improvements Project in the amount of $102,537.00; 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 $46,914.00 to a total of $149,451.00;
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
$46,914.00 the lump sum amount payable under the Contract for a total of $149,451.00, as
shown by the attached Addendum to Exhibit D.
IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental
Contract in duplicate.
bV- 2v1 -Y -/on/
Supplemental Contract
0199.1548-,00347700
Rev. 12/01/08
84275
HALFFI/ASSOCIATES, INC.
l2�7 /?s�IS
Dat
CITY OE DUND ROCK APPPOVED AS TO
L. Sheets, City Attorney
&C-ch--v� /l, 201,
Date
Supplemental Contract Rev. 12/01/08
0199.1548;00347700 84275
Frontier Trail Culvert and Downstream Channel Improvements
Supplemental Contract 1
Addendum to Exhibit B
Engineering Services
Add the following at the end of 1. PROJECT DESCRIPTION:
The project will also include refined analysis of and possible design of improvements to an
existing storm sewer system on Frontier Trail that begins at the intersection of Chisholm Valley
Drive and Frontier Trail. The existing 10' storm drain inlets tie into a 30" storm sewer line that
flows south to the culvert improvements as part of this project. Furthermore, the project will
also include analysis of an existing storm sewer system originating in the vicinity of Lasso Drive
flowing to the culvert from the south.
In addition, the City also needs a final recommendation regarding the detention pond located
on Lake Creek Tributary- b just west of I-35; this project will refine the previous analysis in an
effort to determine improvements required to formally abandon or retain the detention
capabilities.
Add the following to the bulleted list of 2. SCOPE OF WORK-
Task
ORK
Task 3: Frontier Trail Storm Sewer Improvements
o Task 3A: Project Management
o Task 3B: Data Collection and Preliminary Engineering
o Task 3C: Design and Development of Construction Plans
o Task 31): Bid and Construction Phase Services
• Task 4: Lake Creek Trib. 1 Detention Pond
o Task 4A: Project Management
o Task 4B: Data Collection and Engineering Analysis
Add the following after 2.2.4 Task 21): Bid and Construction Phase Services:
2.3 TASK 3: FRONTIER TRAIL STORM SEWER IMPROVEMENTS
2.3.1 Task 3A: Project Management
a. General Project Management and Coordination
• Assign a licensed PE in Texas to serve as the Project Manager and point of contact
for the City. The Project Manager shall communicate with the City's assigned
project manager.
• Create and submit monthly invoices in required City format.
frontier Trail Culvert and Downstream Channel Improvements -Supplemental Contract I - I :xhibit B Page B1 of 5
• Prepare monthly progress reports for submission with the invoices to provide a
written account of the progress made to date on the project.
• Prepare meeting summaries for applicable meetings during the project development
process.
• Keep records of project correspondence.
b. QA/QC
• Throughout the project, to ensure that the final product satisfies the City of Round
Rock, Halff Associates shall implement its company prescribed procedures for
quality assurance and quality control. At the completion of each Task and prior to
submittal to the City, Halff will have the report and supporting data reviewed
internally by a designated Quality Assurance Manager (QAM). The QAM will be a
professional engineer licensed in the state of Texas with a minimum of 10 years of
experience applicable to the material being reviewed.
• The QAM will provide an independent review of each project task and deliverable.
The QC review process will include a review of field analysis and design plans.
Reports will be reviewed for accuracy, neatness, uniformity, drafting, errors,
omissions, conflicts, spelling, grammar, completeness and conformance with the
contract agreement.
2.3.2 Task 3B: Data Collection and Preliminagy Engineering
a. Field Topographic Survey
• Survey of existing roadway, utility, and drainage infrastructure (e.g. inlets, wastewater
manholes) valves, curb, signs etc.); surface locates of franchise utilities provided
through "One -call" and above -ground features will be included.
• A site visit will be conducted to verify all visual utilities and infrastructure are
surveyed.
b. Utility Coordination
• Coordinate with known utility companies to identify potential utility conflicts within
the project area based on available records, surface locates obtained/seen, and
contact with utility companies' personnel. Any excavation work necessary to spot
existing utilities will be obtained by the CORR as discussed in Exhibit A.
• Prepare a technical memo outlining utility locations obtained from the utility
companies or other sources.
C. Hydrologic & Hydraulic Analysis
• Conduct a hydrologic and hydraulic analysis of the existing storm sewer systems
from the intersection of Chisholm Valley Drive/Frontier Trail and from the
intersection of Lasso Drive/Frontier Trail to the culvert improvements discussed in
Task 1 with the aforementioned field topographic survey information.
• Use the hydrologic and hydraulic model to locate and size viable storm sewer system
options. Evaluate the performance relative to the criteria determined by the CORR.
If possible, determine improvements to convey the ultimate 1% and 4% annual
event discharges or as directed by the City.
Frontier ,rrail Culvert and Downstream Channel Improvements - Supplemental Contract 1 - Exhibit B Page B2 of 5
d. Preliminary Engineering Memorandum
• Prepare a brief technical memo documenting project information and assumptions.
• Prepare a Schematic Exhibit of the proposed culvert improvement.
• Review and update preliminary Estimate of Probable Cost.
2.3.3 Task 3C: Design and Development of Construction Plans
a. Utility Adjustment Design/ Coordination
• Wastewater. An 8" wastewater line exists across the intersection at Chisholm Valley
Drive and Frontier Trail and on the south side of the Frontier Trail and Lasso Drive.
Review the best available plan and profile paper records for this infrastructure.
Review the surveyed MH flowline elevations relative to the proposed improvements.
Make provisions and recommendations. The Engineer's objective is to avoid impact
to infrastructure that results in any relocation work to be required.
• Water. An 8" water line exists on the north side of the intersection of Chisholm
Valley and Frontier Trail and at the Frontier Trail and Lasso Drive intersection.
Review the best available plan and profile paper records for this infrastructure.
Design an adjustment of the water line as necessary to eliminate conflicts with the
new improvements.
• Dry. Review infrastructure location information provided by other dry utility
companies. Make provisions and recommendations. The objective is to not impact
infrastructure that results in any relocation work to be required.
• These services include Utility Adjustment Coordination activities including,
contacting and conducting one meeting with utilities on the project, preparation of
contact list, identifying plan conflicts between existing utilities and proposed
improvements, and review of the utility adjustment plans from utility companies.
b. Prepare Plans, Specifications, Estimate and Bid Form
Upon completion of the work in sections 2.3.2 and 2.3.3 as listed above, if the City
directs the Engineer to proceed further, the Engineer will develop plans for the
storm sewer improvements from the Chisholm Valley Drive/Frontier Trail
Intersection to be incorporated into the same set of plans for the culvert
improvements discussed in Task 1C under section 2.1.3 b. It is anticipated that
approximately 8 plans sheets would be required including the following:
• Dimension control sheet
• Traffic Control Plan, consisting of appropriate warning signage.
• Storm Sewer System plan and profile.
• Storm Sewer System lateral profiles.
• Hydrologic and Hydraulic Calculation tables.
• Miscellaneous details (Assume two (2) sheets).
• Erosion and sedimentation control sheet and details; it is assumed preparation of a
SWPPP and NOI will not be required.
• Specifications will be as discussed in Task 1 section 2.1.3 b. Any special specifications
will be included in the plans or certified by the Engineer and provided to the City in
8.5 x 11 typed format for use by the City in preparing the Project Manual.
Frontier Trail Culvert and Downstream Channel Improvements -Supplemental Contract 1 - Exhibit B Page 133 of 5
• Submittals of the plans to the City will be as discussed in Task 1 section 2.1.3 b.
• City comments will be addressed as discussed in Task 1 section 2.1.3 b.
• Prepare a final estimate of probable cost for the storm sewer system improvements.
• Provide City paper and electronic copies of the plans as discussed in Task 1 section
2.1.3 b.
• Include storm sewer system improvements items as part of the bid form preparation
discussed in Task 1 section 2.1.3 b, for use by CORR in preparing the Project
Manual.
2.3.4 Task 3D: Bid and Construction Phase Services
If the work in section 2.3.3 b is completed as directed by the City, the Engineer will
provide Bid and Construction phase services for the storm sewer improvements in
tandem with and as discussed under Task 1D in section 2.1.4.
2.4 TASK 4: LAKE CREEK TRIB 6 DETENTION POND
2.4.1 Task 4A: Project Management
a. General Project Management and Coordination
• Assign a licensed PE in Texas to serve as the Project Manager and point of contact
for the City. The Project Manager shall communicate with the City's assigned
project manager.
• Create and submit monthly invoices in required City format.
• Prepare monthly progress reports for submission with the invoices to provide a
written account of the progress made to date on the project.
• Prepare meeting summaries for applicable meetings during the project development
process.
• Keep records of project correspondence.
b. QA/QC
• Throughout the project, to ensure that the final product satisfies the City of Round
Rock, Halff Associates shall implement its company prescribed procedures for
quality assurance and quality control. At the completion of each Task and prior to
submittal to the City, Halff will have the report and supporting data reviewed
internally by a designated Quality Assurance Manager (QAM). The QAM will be a
professional engineer licensed in the state of Texas with a minimum of 10 years of
experience applicable to the material being reviewed.
• The QAM will provide an independent review of each project task and deliverable.
The QC review process will include a review of field analysis and concept mitigation
plans. Reports will be reviewed for accuracy, neatness, uniformity, drafting, errors,
omissions, conflicts, spelling, grammar, completeness and conformance with the
contract agreement.
Frontier "frail Culvert and Downstream Channel Improvements - Supplemental Contract 1 - Exhibit B Page B4 of 5
2.4.2 Task 4B: Data Collection and Engineering Analysis
a. Field Topographic Survey
• Survey of existing channel alignment, detention pond embankment, I-35
southbound service road culverts, utility, and drainage infrastructure (e.g.
wastewater manholes) concrete pilot channel, etc.); surface locates of franchise
utilities provided through "One -call" and above -ground features will be included.
• A site visit will be conducted to verify all visual utilities and infrastructure are
surveyed.
b. Utility Coordination
• Coordinate with known utility companies to identify potential utility conflicts within
the project area based on available records, surface locates obtained/seen, and
contact with utility companies' personnel. Any excavation work necessary to spot
existing utilities will be obtained by the CORR as discussed in Exhibit A.
• Prepare a technical memo outlining utility locations obtained from the utility
companies or other sources.
• Wastewater. An 18" wastewater line exists along the northwest side of the
detention pond within the proposed project area. Review the best available plan and
profile paper records for this infrastructure. Review the surveyed MH Ilowline
elevations relative to the embankment improvements. The objective is to not impact
that infrastructure causing any relocation work to be required.
• Water. A 12" water line crosses the underneath the detention pond outfall running
parallel to the pond embankment. Review the best available plan and profile paper
records for this infrastructure. Estimate if an adjustment of the water line will be
necessary to eliminate conflicts with the new improvements.
• Dry. Review infrastructure location information from other dry utility companies.
Make provisions and recommendations. A site visit identified overhead utility lines
and Time Warner. Estimate if the objective to not impact infrastructure causing any
relocation work to be required will be possible.
C. Hydrologic and Hydraulic Analysis
• Update the hydrologic and hydraulic model with additional survey information.
• Use the hydrologic and hydraulic model to determine if opening the detention pond
embankment will have any adverse impacts downstream and if restoring the
detention pond outlet structure provides significant benefit with consideration to
adverse effects to storm sewer systems entering the vicinity of the pond.
d. Preliminary Engineering Memorandum
• Prepare a brief technical memo documenting project information and assumptions.
• Prepare a Schematic Exhibit of the proposed detention pond embankment
improvements.
• Review and update preliminary Estimate of Probable Cost.
Frontier Trail Culvert and Downstream Channel Improvements - Supplemental Contract 1 - Exhibit B Page B5 of 5
Frontier Trail Culvert and Downstream Channel Improvements
Supplemental Contract No. l
Addendum to Exhibit C
Work Schedule
Add the following to Exhibit C:
If Tasks 3 and 4 are authorized by the City it is anticipated that Task 3 and Task 4, as outlined in the
scope of work, will be performed concurrently with Task 1 and 2 as much as practicable. Halff's
anticipates an additional four (4) weeks to incorporate Task 3 and Task 4.
Frontier Trail Culvert and Downstream Channel Improvements — Supplemental Contract 1 - Exhibit C Page C1 of 1
Frontier Trail Culvert and Downs
am ChaMel Improvements
Supplemental
Contmct N t
Addendum
to Exhibit D
Fee Schedule
Task
Tobl
Labor Hours
Tobl
loaded labor Cost
Other
Direct Cosrs
Subrnnr
nsulbs
TOTALS
Task L' Frontier Trail Culvert Improvements
IA Project Management
26
34,142.00
$0.00
$0.00
$4,142.00
IB Data Collection and Preliminary Engineering
121
$15,375.00
50.00
$0.00
$15,375.00
IC Design and Development of Construction Plans
187
$22,718.00
$239.00
$0.00
$22,957.00
1D Cmeomction Services
49
$6,702.00
$0.00
so.00
$6,702.00
TASK I SUBTOTAL-
383
$ 48,937.00
$ 739.00
50.00
S 49,176.00
Task 2: Lake C..kTib.uFy6A Chamel learm,. ems
2A ProiectMmagement
29
$4,748.00
$0.00
$0.00
$4,748.00
2B Data Collection and Preliminary Engineering
155
$19,330.00
$0.00
$5,040.00
$24,370.00
2C Design and Development of Construction Plans
t68
$20580.00
$2.39.00
$0.00
$20,819.00
2D Commmetimm Services
24
$3,424.00
$0.00
$0.00
$3,424.00
TASK 2 SUBTOTAL
376
$ 48,082.00
$ 239.00
$ 5,040.00
$53,361.00
Task 3: Frontier Trail Storm Sewer Improvements
3A Project Management
18
$3,062.00
$0.00
$0.00
$3,062.00
3B Dab Collection and Preliminary Engineering
131
316X1.00
$0.00
30.00
316,23L00
3C Design and Development ofCmnstmction Plans
86
$11,114.00
$152.00
30.00
$11,114.00
3D Construction Services
12
$1,680.00
$0.00
$0.00
$1,680.00
TASK3SUBTOTAL
247
$ 32,087.00
$ 152.00
S
$32,087.00
Task 4: Lake Creek Tributary 6 Detention Pond
4A Proiem Management
is
53,062.00
$0.00
$0.00
$3,062.00
4B Data Collection and Preliminary Engineering
93
311,03.00
$0.00
$0.00
311,613.00
TASK SUBTOTAL
111
$ 14,675.00
S
$
$14,675.00
ORIGINAL CONTRACT
759
$ 97,019.00
$ 478.00
$ 5,040.00
$ 102537.00
SUPPLEMENTAL CONTRACT NO. I
358
$ 4676200
S 152.00
3
$ 4691400
GRAND TOTAL
1117
$ 143,781.00
$ 630.00
$ 5,040.00
$ 149,451.00
Frontier'Fmil Culvert and Downstream Channel Improvements - Exhibit D page DI of I
City of Round Rock
ROUND ROCK
Tows Agenda Item Summary
Agenda Number:
Title: Consider executing Supplemental Contract No. 1 with Halff Associates,
Inc. for the Frontier Trail Culvert and Downstream Channel Improvements
Project.
Type: City Manager Item
Governing Body: City Manager Approval
Agenda Date: 12/11/2015
Dept Director: Michael Thane, Director of Utilities and Environmental Services
Cost:
Indexes:
Attachments: ESC _FrontierTrail&Channel SA No. 1_12.7.15.pdf,
E-LAF_FrontierTrail&Channel SA No. 1_12.7.15.pdf, Map_Frontier Trail
Culvert & Downstream Channel Improvements.pdf
Department: Utilities and Environmental Services
Text of Legislative File CM -2015-1001
Consider executing Supplemental Contract No. 1 with Halff Associates, Inc. for the
Frontier Trail Culvert and Downstream Channel Improvements Project.
After the Memorial Day flooding this past May, the City analyzed local street flooding in
the Chisholm Valley Neighborhood. This consultant identified potential problems with
the storm water system in Chisholm Valley Drive north of the Frontier Trail culvert.
The City then entered into an Engineering Services Contract with Halff Associates, Inc.
to design improvements to the storm water culvert at Frontier Trail in the Chisholm
Valley Neighborhood. These improvements will help with alleviating flooding of Frontier
Trail in the vicinity of Frontier Park that has been experienced during intense rainfall
events.
This supplemental contract will develop refined analysis and possible design of
improvements to the street storm water system that currently discharges to the Frontier
Trail culvert. This supplement will also examine the existing street storm water system
in the vicinity of Lasso Drive draining to the culvert from the south. Finally, this
supplement will provide a final recommendation for the detention area abutting IH -35
that discharges storm water from the entirety of the neighborhood.
C/ry of Round Rock Page 1 Printed on 12/10/2015
Agenda Item Summary Continued (CM•2015.1001)
The original Engineering Services Contract provided for a maximum payment of
$102,537; this supplement will increase the contract to a maximum of $149,451.
Staff recommends approval.
City of Round Rock Page 2 Printed on 12110/2015