Loading...
CM-11-11-226ROUND ROCK, TEXAS PURPOSE RLSSION PROSPERITY c144 -II -II City Manager Approval Form Z (pRECEIVED NOV 02 2011 Consider executing Supplemental Contract No. 1 with Baker-Aicklen & Associates, Inc. for the Brown Street Improvements Project. Item Caption: Approval Date: November 4, 2011 Department Name: Transportation Department Project Manager: Lance Shellenberger Assigned Attorney: Steve Sheets Item Summary: The original engineering services contract with Baker-Aicklen & Associates, Inc. was approved by the City Council on March 10, 2011 for the amount of $63,249.67 for the reconstruction of Brown Street. Supplemental Contract No. 1 is needed to revise the design of the roadway, drainage, water quality issues, parking lot expansion/reconstruction, utility adjustments/coordination, and to develop illumination consistent with existing Brown Street illumination. The cost of this supplemental contract is $38,053.56. The revised total contract amount would be $101,203.23. No. of Originals Submitted: Two Project Name: Brown Street Improvements Cost: $38,053.56 Source of Funds: 2002 General Obligation Bonds Source of Funds (if applicable): Select Source Fund Account Number: Finance Director Approval: Stacie Carter for Cheryl Delaney Date: 11/02/2011 Department Director Approval: Gary Hudder Date: 10/31/11 **Electronic signature by the Director is acceptable. Please only submit ONE approval form per item. ** CIP 111 Budget N/A OK N/A OK Purchasing ❑i ❑ Accounting EI N/A OK 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. 1 TO CONTRACT FOR ENGINEERING SERVICES FIRM: BAKER-AICKLEN & ASSOCIATES, INC. ("Engineer") ADDRESS: 507 West Liberty Ave.. Round Rock, TX 78664 PROJECT: Brown Street 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 Baker-Aicklen & Associates, Inc., hereinafter called the "Engineer". WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the "Contract", on the 10th day of March, 2011 for the Brown Street Improvements Project in the amount of $63,249.67; 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 $38,053.56 to a total of $101,303.23; and NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract is amended as follows: 1. 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 $38,053.56 the lump sum amount payable under the Contract for a total of $101,303.23, as shown by the attached Addendum to Exhibit D. IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental Contract in duplicate. Supplemental Contract Rev.12/01/08 0199.7162;00236134 84275 AA3OBCHST 1 BAKER-AICKLEN & ASSOCIATES, INC. By: a-c9 R DA-,-41ff'u1L/7", v C17/5,1474.-7" Date CITY OF ' ND RO By: Si-everwdoyr, Ct - n►�anagev l7 O� Date re AP " ,i VED AST FORM: 1►, 1� Stepp : 1 L. Sheets, City Attorney Supplemental Contract Rev.12/01/08 0199.7162; 00236134 84275 AA30BC11ST 2 ADDENDUM TO EXHIBIT B Engineering Services The work to be performed under this contract will consist of providing professional engineering and landscape architecture services for the development of PS&E to design the Municipal Office Complex Plaza (MOC), reconstruct Brown Street and Florence Street, and reconstruct the MOC parking lot in Round Rock, Texas. All PS&E documents will be submitted on 22"x34" sheets. The project will be developed in English units. The work to be performed by the ENGINEER and/or LANDSCAPE ARCHITECT, as appropriate, under this supplemental agreement to the original work authorization, in general, will consist of: • Proiect Manauement This task will include the following activities: o Provide overall project management services including budget control, schedule control, project coordination, resource allocation, MOC Plaza/Professional Landscape Architecture services coordination, subconsultant (electrical engineering and irrigation) coordination and management, and preparation of invoices. o Ensure timely delivery of PS&E, all deliverables including electronic files, and hard copies of all pertinent information, all in American Standard System of Measure format. o Perform Quality Control/ Quality Assurance reviews. o General Project Meetings - Attend two (2) meetings as directed by CITY. o Submittals and Design Review Meetings - Revised 100% Submittal & Review — Address initial 100% review comments, final utility conflict identification and resolution, final P&P sheets, final signing and striping, final miscellaneous roadway details, final traffic control plans, final SW3P, final quantities, update estimates and project schedule, general notes and specifications, update quantities, update general notes, specifications, and estimate. Provide one set of 22"x 34" originals with mylar cover page for final review, with a registered Professional Engineer's and/or Professional Landscape Architect's seal, as appropriate, on each sheet, and four (4) sets of prints of the plans including all applicable standards. • Revised 100% PS&E Development This task will include the following activities: A. Roadway Design Revisions o Revise pavement section for streets and parking lot, if appropriate, in order to achieve a more cost-effective design which meets or exceeds the pavement design criteria established for the SWDT streets. The pavement section, if revised, will be designed specifying materials of sufficient uniformity and quality to provide reasonable performance under expected traffic loading and environmental conditions. Proposed materials and thicknesses for each pavement section layer as well as the type and level of any required treatment or stabilization will be included. Item numbers for materials shall be in accordance with the City of Round Rock's Design and Construction Standards (DACS) and the City of Round Rock's Standard Specification Manual. 1 o Revise Brown Street and Florence typical sections to reflect cross-section similar to other reconstructed street within the southwest downtown (SWDT) area and as directed by the CORR. o Revise Florence Street typical section to be centered within the Florence Street right-of-way. o Add angled parking along Florence Street. o Revise Project Layout and Horizontal Alignment Data sheet. o Revise street plan and profile sheets. Coordinates, major earthwork quantities, stations, and elevations of key alignment features and benchmarks will be noted. o Revise grading details, intersection details, and miscellaneous roadway detail sheets. o Provide design for modifications needed on the east side of Blair Street to properly align to the new Florence Street alignment. o Finalize design cross-sections and revise cross-section sheets. Cross-section sheets will be developed at a scale of 1" = 10'. Determine the quantities of cut and fill for each cross-section. o Design streetscape for Brown and Florence Streets in accordance with SWDT aesthetic and streetscape standards including pedestrian improvements, sidewalk pavement pattern, planting plan, and plaza and overlook plan revisions (layout, grading, and details). B. Drainage Design Revisions o Revise drainage analysis and design. o Revise drainage area map. Delineate drainage area boundaries based on, CORR, Williamson County and/or CAPCOG topography and field survey reconnaissance. o Revise peak discharge calculations - Determine conveyance paths, channel slopes, time of concentration, and select runoff coefficients/RCN curve numbers, to determine design -year flows. Generate hydraulic computation sheets. o Revise any necessary street or inlets and/or storm sewer as part of the water quality design. o Determine the size and location of any necessary drainage easements. The ENGINEER will size all improvements to pass the appropriate design -year storm without exceeding allowable headwater elevations. The City of Round Rock Drainage Criteria Manual will be used to establish design controls. Applicable FEMA criteria will also be satisfied. Hydraulic data will be summarized on the drainage layout. o Revise Drainage Layout sheets for drainage structures in accordance with CITY standard details and the City of Round Rock Drainage Criteria Manual. o Revise drainage plan details necessary to clarify the construction requirements of the drainage facilities. C. Storm Water Pollution Prevention Plan (SW3P) Revisions — NONE D. Signing and Pavement Marking Revisions — NONE E. Traffic Control Plan (TCP) Revisions - NONE 2 F. Miscellaneous Roadway Sheet Revisions o Revise quantity computations and tabulations. o Revise Project Estimate (engineer's estimate of probable construction cost). o Revise TCP narrative and assemble applicable traffic control typical applications for construction of Brown and Florence Street design revisions. o Develop detour layout, as necessary. G. Water Quality Revisions o Analyze any differences between the revised project scope and the design assumptions in the approved WPAP. Verify the proposed project's design falls within the assumed parameters of the approved WPAP. o Prepare a WPAP to reflect the proposed improvements for the entire MOC Plaza, Parking and Brown/Florence Street and Drainage Improvements project. o Revise all necessary pollutant generation and removal calculations pertinent to the entire MOC Plaza, Parking and Brown/Florence Street and Drainage Improvements project and incorporate into WPAP application. o Revise the WPAP application to be submitted to TCEQ by the CITY. • Parking Lot Expansion/Reconstruction Revisions o Parking lot layout and details will be revised for full -depth reconstruction using revised pavement section. o Parking lot grading will be revised to improve drainage. o Parking lot. will be designed in accordance with City of Round Rock Parking Lot Layout design criteria and Landscape ordinances. o Parking lot revised design will add illumination (see H. Illumination below). o Parking lot revised design will require modifications to irrigation (see I. Irrigation below). • Utility Adiustments/Coordination/Revisions o Coordinate and assist with the relocation of existing utilities. o Removal is CORR's preferred alternative of abandoned utilities. o Prepare utility adjustment layout(s) for CITY owned utilities. • Miscellaneous Services Revisions — NONE • Geotechnical Investigation Revisions — NONE • Bidding Phase Services Revisions — NONE • Construction Phase Services Revisions — NONE • ADDITIONAL SERVICE - Illumination (FEULS) o Develop illumination PSE for roadways to be consistent with existing Brown Street illumination. Street lights will be on new circuit requiring panel and meter at the City owner property at the northeast corner of Brown and Florence Streets. Each pole will have a duplex at the top to be consistent with City street light standard. Single duplex 3 outlets to be designed at each tree well on the east side of Brown Street and both sides of Florence Street, each duplex to be on a separate circuit. o Develop illumination PSE for electrical design for four (4) total parking lot light poles with a double head fixture with maximum output of 400 watts per pole. Each pole to include two (2) quad receptacles per pole, each on separate circuit, totaling sixteen (16) circuits for parking lot outlets. Parking lot lighting and outlets to be added to plaza electric circuit. Design includes modifications to existing plaza circuit design to accommodate parking lot lighting. • ADDITIONAL SERVICE - Irrigation (sweeney + associates) o Develop irrigation PSE for tree well irrigation design for Brown and Florence Streets. o Design modifications to existing parking lot irrigation design resulting from revised parking lot design. • Services Not Included o Earthwork quantities separated by construction phase. o Traffic Studies that develop traffic projections. REFERENCES 1) City of Round Rock Design and Construction Standards Criteria Manual, latest edition 2) City of Round Rock Standard Specifications Manual 3) City of Round Rock Drainage Criteria Manual 4) City of Round Rock Transportation Criteria Manual 5) TxDOT Roadway Design Manual, latest edition 6) TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges - 2004 (English units) 7) TxDOT 2006 Texas Manual on Uniform Traffic Control, including latest revisions 8) AASHTO 2004 "Green Book" — A Policy on Geometric Design of Highways and Streets 9) National Environmental Policy Act (NEPA) 10) Texas Accessibility Standards (TAS) of the Architectural Barriers Act, Article 9102, Texas Civil Statutes, Effective April 4, 1994, including latest revisions NOTES 1) All design shall be in accordance with the above references, except where variances are permitted in writing by the CITY. (The above annotated list is not intended to be all inclusive; there may be other references required dependent upon the specific design needs of the project.) 2) The ENGINEER is responsible for purchasing all references which are required for the project. 3) Design Criteria Order of Precedence: Design Criteria for project development shall be according to the following descending order of precedence: a. City of Round Rock criteria, standards, and specifications b. Texas Department of Transportation criteria, standards, and specifications. 4 ZLOZ Apr yr tel N v ZLOZ aunt, co N ZLOZ sten V M N ZLOZ judo' a "' N s- u0z trawl/ 1 M N ZLOZ /tlenlgaJ v• cd N .- Z LOZ tienuep I. 1 1 2 3 4 L LOZ iegwe3ea a "' N s - ILOZ lagwanON v ro N LLOZ 1ag0aap Tt 1 CO N 4- Notice to Proceed 111 CD Q. 0 0 o WPAP modification TCEQ Modification Review Bidding Phase Letting NTP and Construction Phase Services ADDENDUM TO EXHIBIT D Fee Schedule Attached Behind This Page Brown and Florence Street Improvements Project Name: TOTALS I _._ 111 N0'1'0000(0 1,-00o0000 6cc; ci0000 NO OCO 10 69 69 69 69 OO r• -:N- tte 44- o to ri O cMo bq Subconsultants O 0 0• mo.000 0 0 - 609 N EA 69 09 OEf3 �O 69 69 $9,227.84 42 EA 41) V 'jO p0 El 0 0 0 0 0 0 0 d 0 d to 0 0 63 63 EA 69 EA 69 63 O 0 69 Total Loaded Labor Cost N r. uj 0 0 0 0 0 0 N O E5 0 0 0 0 co O o o 0 0 0 00" 69 ER 69 69 69 69 N co $28,825.72 Total Labor Hours N0 N OOOO M • .!C 1 F- Task 1: Roadway & Drainage Design Task 2: Electrical Design (FUELS) Task 3: Landscape/Irrigation Design (sweeney + associates) GRAND TOTAL: