Loading...
CM-12-12-262DM" ti Z'2VECEIVED DEC 132012 ROUND ROCK, TEXAS City Manager Approval Form PURPOSE PASSION PROSPERITY Consider executing Supplemental Contract No. 2 with Atkins North Americas, Inc. for the Creek Bend Boulevard Project. Item Caption: Approval Date: December 14, 2012 Department Name: Transportation Department Project Manager: Leah Coffman Assigned Attorney: Steve Sheets Item Summary: The Creek Bend Boulevard Extension project extends Creek Bend Boulevard from Creek Bend Circle to Wyoming Springs Drive and will provide a much needed creek crossing west of IH35. The proposed project was first approved by the City in 1999 as part of the Transportation Master Plan and was approved for funding in the 2001 bond election. The project has languished due to numerous obstacles and delays. The original engineering contract with Atkins North America, Inc. in the amount of $179,898.43 provided for a 30% design schematic. Supplemental Contract No. 1 consists of preparation of final (100%) Plans, Specifications, and Estimates (PS&E), bidding phase services, and construction phase services. Final PS&E will be developed from the approved 30% design schematic and will include supplemental design survey, right-of-way acquisition surveying services, environmental studies, roadway design, bridge design, water quality design, water line design, pedestrian/sidewalk improvements and utility relocations. The cost of Supplemental Contract No. 1 was $805,808.42. Supplemental Contract No. 2, at a cost of $21,570.57, amends the agreement to include additional services to study and define limits of the void encountered during geotechnical drilling. The total cost of the engineering contract would be $1,007,277.42. No. of Originals Submitted: Two Project Name: Creek Bend Boulevard Project Cost: $21,570.57 Source of Funds: RR Trans Dev Corp Construction Source of Funds (if applicable): Select Source Fund Account Number: Finance Director Approval: LO for C. Delaney Date: 12-12-12 Department Director Approval: Gary Hudder Date: 12-10-12 CIP o Budget o n Purchasing n n Accounting n n N/A OK N/A OK 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. 2 TO CONTRACT FOR ENGINEERING SERVICES FIRM: ATKINS NORTH AMERICA, INC. ("Engineer") ADDRESS: 6504 Bridge Point Parkway, Suite 200, Austin, TX 78730 PROJECT: Creek Bend Boulevard This Supplemental Contract No. 2 to Contract for Engineering Services is made by and between the City of Round Rock, Texas, hereinafter called the "City" and Atkins North America, Inc., hereinafter called the "Engineer". WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the "Contract", on the 26th day of January, 2012 for the Creek Bend Boulevard Project in the amount of $179,898.43; and WHEREAS, the City and Engineer executed Supplemental Contract No. 1 on July 12, 2012 to amend the scope of services and to increase the compensation by $805,808.42 to a total of $985,706.85; 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 $21,570.57 to a total of $1,007,277.42; 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 $21,570.57 the lump sum amount payable under the Contract for a total of $1,007,277.42, 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 0199.7202; 00263626 84275 ST33CBDR 1 ciAk- ATKINS NORT AME ' , INC. By: Date CITY OF t I UND RO K By: 54 -eve. l Date AP 'RIVED AS TO ORM: ,.1 L. Stepha L. Sheets, City Attorney Supplemental Contract Rev.12/01/08 0199.7202; 00263626 84275 ST33CBDR 2 ADDENDUM TO EXHBIT B Engineering Services PROJECT DESCRIPTION This Supplemental Contract consists of a Pedestrian Karst Survey, Contract Geophysical Study and Oversee the Geophysical Study associated with Geotechnical Boring P-4. According to a recent Fugra Consulants, Inc. drilling log (10/23/12) for geotechnical boring P-4, void space was encountered from approximately 4 feet (ft) to 12.9 ft below surface grade. The proposed scope of this investigation shall include a surface pedestrian survey (Phase I karst survey), geophysical study within a 150 feet radius of the subject boring to further characterize the subsurface void space encountered within the subject boring and oversight/review by Atkins of the geophysical study. TASK 1: SURVEYING — Not Included with this Supplemental TASK 2: ROUTE STUDY — Not Included with this Supplemental TASK 3: ENVIRONMENTAL STUDIES 1. A karst feature survey will be conducted to determine the presence of naturally occur ing features which may provide point recharge to the Edwards Aquifer, habitat for federally listed endangered karst invertebrates, or structural concerns to the project. Karst survey tasks to be completed are described below. • Background Geology - Published geologic reports will be reviewed and the information used to establish the geologic conditions beneath the project site. Primary sources of information will be geological reports published by the Bureau of Economic Geology and U.S. Geological Survey. Other sources including fault and lineament maps and topographic maps will also be reviewed as available. Relevant cave -related publications including published cave surveys will be reviewed for any known features within a 1 -kilometer (km) radius of the site. • Aerial Photography Examination — Aerial photography of the project and surrounding areas will be examined for evidence of fractures, lineaments, sinkholes, lithologic contacts, and other potentially relevant karst features. • Field Survey - Atkins will conduct a walking survey of the project area to locate and describe karst features. The survey will be conducted along narrow transects (approximately 12 -foot spacing), unless site conditions require even more closely spaced transects. The survey will be conducted by a qualified geologist meeting Texas Commission of Environmental Quality (TCEQ) criteria for a karst geologist and a senior project manager with extensive karst experience, both of which are permitted by the U.S. Fish and Wildlife Service (FWS) to sample endangered karst Page 1 of 3 invertebrates. Natural karst features will be marked with flagging, photographed, described, and their positions will be determined using a handheld GPS instrument. If a karst feature exhibits conditions that appear to be conducive to provide suitable habitat for karst invertebrates the circumstances will be discussed with the client prior to any further investigation such as biotic sampling. If additional investigation is warranted such as biotic sampling that would be performed by two ecologists permitted by FWS to perform such biological collections per FWS protocols. The biological collections would be performed under a different scope of work (Phase IT karst survey). • Report Preparation - Karst feature survey findings will include a description of each feature including the dimensions, type, trend, geologic characteristics, and a map illustrating the approximate location of each feature and recommendations for a Phase II karst survey of features requiring excavation and/or biological collection. 2. Following the Phase I karst survey, Round Rock Geophysics, LLC (RRGeo) would conduct a geophysical study at boring P-4 within a 150 feet radius. The objective of this study is to evaluate the structural development and subgrade extent of boring P-4 and in addition, any identified karst features from the karst survey via a noninvasive technique that retains the biological integrity of the subsurface voids. The proposed geophysical method is called seismic refraction tomography, which uses compressional wave (P- wave) and shear wave (S -wave) travel time measurements, thereby creating 2D and 3D images of the subsurface velocity structure. Data will be collected along four lines oriented along the diameter of the area of boring P-4 intersecting at the identified void as a common point. Each line will have a survey length of approximately 135 -foot. There will be a total of 7 shot points per line and a geophone spacing of 5 -foot. A land streamer with 8 -Hz vertical geophones will be used to collect data. A minimum depth of exploration of 35-40 foot is planned. The field data will be downloaded and processed using industry standard software packages. The RREG report will include: • Description of the data acquisition procedures • Equipments and software used for data collection • Data quality and site condition • Data processing procedures • Results of data processing (2D and 3D displays) • Interpretation of the final results in terms of characterizing the void and associated features, • Conclusion and recommendation • Final site visit would be planned to mark the horizontal dimensions of the void on the surface. Page 2 of 3 Atkins will coordinate the planning and be present during the entire geophysical study. TASK 4: PRELIMINARY DESIGN/30% PLANS — Not Included with this Supplemental TASK 5: PROJECT MANAGEMENT — Not Included with this Supplemental TASK 6: DIRECT EXPENSES 1. Tree and brush removal TASK 7: WATER IMPROVEMENTS — Not Included with this Supplemental TASK 8: UTILITY LOCATIONS/LAYOUTS — Not Included with this Supplemental TASK 9: GEOTECHNICAL DESIGN -- Not Included with this Supplemental TASK 10: 60% PLANS — Not Included with this Supplemental TASK 11: 95% PLANS — Not Included with this Supplemental TASK 12: 100% PLANS/FINAL SUBMITTAL — Not Included with this Supplemental NOT INCLUDED WITHIIN THIS SCOPE The following items are not included with this scope. These items, if necessary, would be added to the scope through a supplemental agreement. 1. Subsurface void(s) entry and exploration, biological surveys, and/or surveying and mapping. 2. Coordination with any state or federal agency. DELIVERABLES 1. Phase I Karst Survey 2. Geophysical Study Report Page 3 of 3 ADDENDUM TO EXHIBIT C Work Schedule Attached Behind This Page 1 3 5 1 1 1 1 3 1 1 1 1 E P 3 1 1 8 A • NV' r- N 00 N N oo ,00of T Or. O\ 00 00 N d a0 69 49 69 69 II I1 11 II g 0 0 .0 > 2 2H c C < Q 74.0 1 $ 8,831.821 $ 10,500.00 I $ 19,331.82 Not performed with this Supplemental Agreement INot performed with this Supplemental Agreement IA r a c c Not performed with this Supplemental Agreement1 W `'`J�'' INot performed with this Supplemental Agreement Not performed with this Supplemental Agreement Not performed with this Supplemental Agreement Not performed with this Supplemental Agreement Not performed with this Supplemental Agreement 74 $ 8,831.82 $ 2,238.75 5 10,500.00 11- 21.s7n s7 INot performed with this Supplemental Agreement 6f U) Total Total Other Labor Hours Loaded Labor Cost Direct Costs 2 of co as rel1mmary Des�gn/30 /o rians T�e4 b...7....r RA I IIJI UVC[IICFRlS LII c cr �ocattons/Layouts 9: Geotechnical Design H i ask 1: Surveying Task 2: Route Study Task 3: Environmental Studies T k4'P , n ubi 1) c c cu CO an . o �, 407' o� Y Y I-. II U T 0 5 `n a �U Q u f 5' 2 D CD I. C iis 4 -I-I- D NV' r- N 00 N N oo ,00of T Or. O\ 00 00 N d a0 69 49 69 69 II I1 11 II g 0 0 .0 > 2 2H c C < Q