Loading...
CM-11-10-216C .I I /0' Zl `e RECEIVED OCT262011 ROUND ROCK, MIAS City Manager Approval Form PURPOSE MOOR PROSPRRITI Consider executing Supplemental Contract No. 3 with Rodriguez Transportation Group, Inc. for the Chisholm Trail Road Reconstruction/Parkway Extension Project. Item Caption: Approval Date: October 28, 2011 Department Name: Transportation Department Project Manager. Bill Stablein Assigned Attorney: Steve Sheets Item Summary: For the Chisholm Trail Road Reconstruction/Parkway Extension project, Chisholm Trail Road will be reconstructed to a five -lane urban section and Chisholm Parkway will be extended from its current termini to Chisholm Park Road. The City Council approved the initial engineering services contract for this project on October 9, 2008 in the amount of $732,052.90. Supplemental Contract No. 1 was approved March 11, 2010 for $168,791.39 ler additional design services and construction phase services. Supplemental Contract No. 2 was approved November 23, 2010 for additional surveying and engineering services related to the right-of-way acquisitiod'process, revisions to TCEQ required documents, and a Letter of Map Revision (LOMR) through FEMA at a cost of $120,968.08. Supplemental Contract No. 3 is needed to revise Phase I design plans to include an additional 865 linear feet of wastewater laterals that were not part of the the original project scope for $30,959.80. The new contract total would be $1,052,772.17. No. of Originals Submitted: Two Project Name: Chisholm Trail Road Reconstruction/Parkway Exension Cost: $30,959.80 Source of Funds: 2002 General Obligation Bonds Source of Funds (if applicable): 2004 General Obligation Bonds Account Number. Finance Director Approval: Cheryl Delaney Date: 10/26/11 Department Director Approval: Gary Hudder Date: 10/24/11 **Electronic signature by the Director is acceptable. Please only submit ONE approval form per item. ** CIP n a Budget n [] Purchasing N/A OK N/A OK Ela N/A OK Accounting E1 N/A OK ITEMS WILL NOT BE PLACED ON THE COUNCIL OR CM AGENDA W/OUT PRIOR FINANCE AND/OR LEGAL APPROVAL REV. 6/20/11 STATE OF TEXAS COUNTY OF WILLIAMSON SUPPLEMENTAL CONTRACT NO. 3 TO CONTRACT FOR ENGINEERING SERVICES FIRM: RODRIGUEZ TRANSPORTATION GROUP, INC. ("Engineer") ADDRESS: 11211 Taylor Draper Lane, Suite 100, Austin, TX 78759 PROJECT: Chisholm Trail Road Reconstruction/Parkway Extension 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 Rodriguez Transportation Group, Inc., hereinafter called the "Engineer". WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the "Contract", on the 9th day of October, 2008 for the Chisholm Trail Road Reconstruction/Parkway Extension Project in the amount of $732,052.90; and WHEREAS, the City and Engineer executed Supplemental Contract No. 1 on March 11, 2010 to amend the scope of services and to increase the compensation by $168,791.39 to a total of $900,844.29; and WHEREAS, the City and Engineer executed Supplemental Contract No. 2 on November 23, 2010 to amend the scope of services and to increase the compensation by $120,968.08 to a total of$1,021,812.37; 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 $30,959.80 to a total of $1,052,772.17; and 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. Supplemental Contract Rev.12/01/08 0199.7080; 00234652 84275 ST1ICHSM 1 II. Article 4, Compensation and Exhibit D, Fee Schedule shall be amended by increasing by $30,959.80 the lump sum amount payable under the Contract for a total of $1,052,772.17, as shown by the attached Addendum to Exhibit D. IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental Contract in duplicate. RODRIGUEZ TRANSPORTATION GROUP, INC. By: / `�✓LS' /14 /tic G . (1 PA(J'/�C - T ((J -/¢-2u / Date CITY OF : D ROC at", By: ..Ii MOG_row Mayor Sieve Norwood/ C cutesy e r Date ..0/ AP ' ` OVED A TO FORM: Steph' n L. Sheets, City Attorney Supplemental Contract Rev.12/01/08 0199.7080; 00234652 84275 STI ICHSM 2 ADDENDUM TO EXHIBIT B Engineering Services The additional Scope of Work to be performed by the Engineer under this Supplemental Contract is described as follows: • The City of Round Rock requested revisions to the Phase 1 plan set to include an additional 865 linear feet of wastewater laterals that were not part of the original project scope. Continued utility coordination and design surveys, at various locations, have also been added to the scope. FUNCTION CODE 130 (ROW and UTILITY COORDINATION) Utility coordination will continue through January 2012. The following defines the additional services: Utility Meetings: 1. The Engineer will attend a maximum of six (6) additional utility meetings organized by the City. The Engineer is to be in attendance to present plan information and answer questions about the project. Utility Coordination/Conflict Identification: 1. The Engineer will continue to coordinate with the various utilities and provide requested information as needed. The Engineer will continue to identify potential conflicts and coordinate with the City and the utility companies to help resolve the conflicts. FUNCTION CODE 150 (FIELD SURVEY) The ROW acquisition process and utility coordination will result in multiple requests for design surveys. The following defines the additional services: Design Surveys: 1. Provide design surveys at various locations as requested by the City of Round Rock. 2. Stake out the ROW at various locations, as requested by the City of Round Rock, to the level required to allow utility companies to relocate their utilities. FUNCTION CODE 163 (MISCELLANEOUS ROADWAY PLANS) WASTEWATER — Approximately 865 LF of wastewater laterals will be added to the plan set. The laterals extend Chisholm Trail Road throughout the limits of the Phase 1 project. 1. ROUTE/SIZE COORDINATION — The Engineer will meet with City staff to determine the location and coordinate the line diameter for the proposed facilities. It is assumed the City will provide the required design flows for the wastewater facilities. 2. CONSTRUCTION DRAWINGS — The Engineer will prepare utility plan and profile sheets (estimated at 2 plan sheets). Additionally, utility details sheets will be prepared as needed. 3. TECHNICAL SPECIFICATIONS — The Engineer will submit for inclusion into the Contract Documents pertinent City Standard Specifications and Special Provisions as necessary. 4. COST ESTIMATE & QUANTITIES — The Engineer will update the Quantity Summaries and Cost Estimates to reflect the additional wastewater mains. 5. PERMITTING — The Engineer will add the additional wastewater main to all forms and calculations for the Organized Sewage Collection System Plan previously prepared for the other wastewater lines. It is assumed that all TCEQ review and permitting fees will be paid by the City. FUNCTION CODE 190 (PROJECT MANAGEMENT) The anticipated completion date following the execution of Supplemental Contract No. 2 was January 2011. The anticipated completion date for the revised Phase 1 is being extended by twelve (12) months to January 2012. The project management effort required for the completion ofrevised Phase 2 is not included. The work effort and the management for the project included in this contract will be conducted in the Engineer's office in Austin, Texas. At a minimum, monthly progress reports will be submitted, which will detail on-going work as well as work accomplished since the previous report. Additional project management duties will include the following; 1. Development and implementation of QAJQC plan 2. Coordination with the sub -consultants and all project resources 2 ADDENDUM TO EXHIBIT C Work Schedule Attached Behind This Page H N 1 1 1 1 1 N 1 a 9 R 1 1 M 8 g i O 2 1 t 1 ■ 44 N 1 4Q14 1�1 A N w 1 1I• J r i 1 N N rl .4 H N N 1 ZO N m ADDENDUM TO EXHIBIT D Fee Schedule Attached Behind This Page '^V 0 urn 0 .Ir s x w Project Name: N Q O O 00 O O o O N O LO 0 0 0 O N O ti 'r' 0 0 0 ui COON O E14614Efl� O c9. 0 69 % 69 O 00 a) O co so 7 c o 0 a o o o o 0 0 cool -0000 000,0000 o O 69 69 69 69 ccr 64 0 0 ti ao d8 0 0 0 0 0 0 0 0 0 0 o o o o 696941909069609O9- CO o rN 0 0 0 0 • Lo t COo 69 69 604 609 CO 69 69 O N o o O o S 0 0 0 O co 0) C) 69 CO o a o o CO r^•+ -2' 0 V^)0 a=) o 8 al E ^coo a rn ^ 'v 0) Z u)i = c 0 0 rn o ca = w E E c :v Q. = '0 CDo N o m . 8 a a) ai ai ai ai ai ai MI OS CO CO CO as co 1-F--1-F--1-1-F-