Loading...
CM-13-06-083ROUND ROCK, TEXAS PURPOSE Mcsima i ROSPER r. City of Round Rock Agenda Item Summary Agenda Number: Title: Consider executing Supplemental Contract No. 1 with CP&Y, Inc. for the Chisholm Trail - Phase 3 Project. Type: City Manager Item Governing Body: City Manager Approval Agenda Date: 6/14/2013 Dept Director: Gary Hudder Cost: $47,753.00 Indexes: RR Transportation and Economic Development Corporation (Type B) Attachments: SC # 1 CP&Y Chisholm Trail 3 Text of Legislative File CM -13-06-083 Chisholm Trail Road - Phase 3 will reconstruct Chisholm Trail Road, From Wolle Lane on the south northward to the driveway of Round Rock Nissan, to a five lane urban roadway with curb and gutters. A three -lane driveway for access to the Sports Complex will also be constructed. The City approved a professional services contract with CP&Y, Inc. on January 26, 2013 at a cost of $366,825.28 to provide the necessary engineering and technical services for the completion of environmental studies; public involvement; surveying and mapping; right-of-way mapping; schematic development; and preparation of plans, specifications, and estimates for this project. Supplemental Agreement No. 1 would provide for bid and construction phase services at a cost of $47,753. The new cost total would be $414,360.77. Staff recommends approval. City of Round Rock Page 1 Printed on 6/14/2013 LEGAL DEPARTMENT APPROVAL FOR CITY COUNCIL/CITY MANAGER ACTION Required for Submission of ALL City Council and City Manager Items Department Name: Transportation Project Mgr/Resource: BILI StableIn Council Action: ORDINANCE Project Name: Chisholm Trait - Phase 3 ContractorNendor: CP&Y, Inc. 0 RESOLUTION Agenda Wording City Manager Approval CMA Wording Consider executing Supplemental Contract No. 1 with CP&Y, inc. for the Chisholm Trail - Phase 3 Project. Attorney Approval Attorney Notes/Comments <kaki Date gi 3 6 i 13 O:\wdox\SCCInts10199172801MISC\00275782.XLS Updated 6/3/08 STATE OF TEXAS COUNTY OF WILLIAMSON SUPPLEMENTAL CONTRACT NO. 1 TO CONTRACT FOR ENGINEERING SERVICES FIRM: CP&Y, INC. ("Engineer") ADDRESS: 10415 Morado Circle, Bldg I, Suite 200, Austin, TX 78759 PROJECT: Chisholm Trail — Phase 3 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 CP&Y, 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 Chisholm Trail — Phase 3 Project in the amount of $366,825.28; 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 $47,753.00 to a total of $414,578.28; 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. Il. Article 4, Compensation and Exhibit D. Fee Schedule shall be amended by increasing by $47,753.00 the lump sum amount payable under the Contract for a total of $414,578.28, 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 0199.7280; 00275761 CM- ,3-vo- 0� Rev.12/01 /08 84275 CITY O ROUND ROCK By: ,/,(.-.)te z.-ovO �aw, Mme-- 9f yC;Wk 'J -i, U1),MS 1 /,-7- 11 City lv+ er Date Supplemental Contract 0199.7280; 00275761 2 L. Sheets, City Attorney Rev.12/0 1/08 84275 ADDENDUM TO EXHIBIT B Engineering Services The changes to the scope of this project are as follows: The Chisholm Trail Road Improvement Project will widen the existing Chisholm Trail Road from a two-lane rural facility to a five -lane urban roadway with curb and gutter. The southern limits of this widening will tie into the already widened section of Chisholm Trail Road at the intersection of Wolle Lane (approximately 600 feet north of FM 3406), and the northern limits will be just north of the Round Rock Nissan driveway. The scope of this project will also include a three - lane driveway (Access Road) that connects from Chisholm Trail Road to the back of the Indoor Sports Complex property along the north and west edges of the FedEx property. The Engineer shall provide the necessary engineering and technical services for the completion of environmental studies, public involvement, surveying and mapping, right-of-way mapping, schematic development, preparation of plans, specifications and estimates for the project. Design services related to the design and plan production for this project will be performed in accordance with the latest available City of Round Rock Transportation Criteria Manual and Design and Construction Standards available from the City website. TxDOT design manuals, criteria, standards, and specifications will also be used where appropriate and based on (4R) design criteria. The development of the project will be consistent with TxDOT design procedures and practices. This project will be developed utilizing Microstation V8i and Bentley Geopak V8i. The tasks and products are more fully described in the following TASK OUTLINE. TASK OUTLINE VI. BID AND CONSTRUCTION SERVICES A. BID PHASE SERVICES 1. The Engineer will prepare contract bid documents and proposals and make them available to the contractors at the Engineer's office. 2. The Engineer will assist the City at contract bid opening. 3. The Engineer will tabulate the bids, research low bidder and make a recommendation of award to the City. B. CONSTRUCTION PHASE SERVICES I. Attend one (1) pre -construction conference with the Owner and the Contractor, review the Contractor's construction schedule and issue meeting notes to the Owner. Attend twelve (12) biweekly project meetings and issue meeting notes to the Owner for each intersection. 2. Issue necessary clarifications and interpretations of the Construction Contract Documents as appropriate to the orderly completion of the Contractor's work. Such clarifications and interpretations will be consistent with the intent and reasonably inferable from the Construction Contract Documents. 3. Make recommendations to the Owner regarding change orders as appropriate and when directed by the Owner, and prepare Change Orders as reasonably required. Preparation of Change Orders, which result from significant changes in the scope, extent, or character of the Project designed by the Engineer, is not included in this scope of services. 4. Review samples, catalog data, schedules, submittals, shop drawings, laboratory, shop and mill tests of material and test equipment and other data as required by the Construction Contract Documents, but only for conformance with the design concept indicated in the Construction Contract Documents. Such reviews will 1 of 2 not extend to means, methods, techniques, sequences or procedures of construction or to safety precautions and programs incident thereto. 5. Review the Application for Payment and supporting documentation submitted by the Contractor, recommended to the Owner the amount that the Contractor is to be paid on monthly estimates as required by the Construction Contract. Such recommendation for payment to the Contractor shall not be a representation that the Engineer: (a) has made exhaustive or continuous on-site observations to check the quality or quantity of the Contractor's work, (b) has reviewed construction means, methods, techniques, sequences, or procedures, (c) has reviewed copies of invoices received from subcontractors, material suppliers or other data requested by the Owner to substantiate the Contractor's right to payment, (d) has ascertained how or for what purpose the Contractor has used monies previously paid by the Owner, or (e) has determined that title to any of the Contractor's work has passed to the Owner free and clear of any liens, claims, security interests or encumbrances. 6. Upon notice from the Contractor that the Contractor's work is ready for its intended use, conduct, in company with the Owner's representative and the Contractor, an inspection to determine if the work is substantially complete. If the Owner and the Engineer consider the work substantially complete, issue a certificate of substantial completion containing a list of required tasks for the Contractor to complete prior to issuance of certificate of final completion. Conduct a final inspection together with the Owner and the Contractor to determine if the work has reached final completion so that the Engineer may recommend final payment to the Contractor. If appropriate, make recommendations to the Owner for final payment to the Contractor. 7. Receive, review and transmit to the Owner maintenance and operating instructions, warranties and guarantees, marked up record documents received from the Contractor, which reflect field changes to the bid documents. The Engineer will review the documents to ascertain, to the best of the Engineer's knowledge and belief, that the reflected field changes are complete and correct. 8. Prepare Project record drawings incorporating compiled change orders and field changes that are received from the Owner and the Contractor. One (1) preliminary copy and one (1) final copy of 11x17 paper copy prints of "Record Drawings" will be submitted by the Engineer to the Owner. 9. Submit to the Owner electronic files used for the production of the Record Drawings. The Engineer shall deliver the electronic files, on CD, to the Owner. Record drawings on electronic files furnished to the Owner are for the convenience of the Owner only. The set of Record Drawings, which are stamped by the Engineer, shall be the sole documents relied upon by the Owner as a reflection of the condition of the project location after completion of the construction activities. 2 of 2 Project Construction ADDENDUM TO EXHIBIT C Work Schedule Duration Completion Date Apr 2, 2013 Dec 2, 2013 TOTALS $6,624.58 $38,670.91 $2,457.51 $47,753.00 I Subconsultants o O O O O O o Ci o EA EA fA o O 0 EA Other Direct Costs 0 O u0 O o ti o o '- o EA N to EA $217.50 Total Loaded Labor Cost $6,624.58 $38,453.41 $2,457.51 $47,535.50 Total Labor Hours O 00 (Q M 408 Y y co F- Task 1: Bid Phase Services Task 2: Construction Phase Services Task 3: Project Management (accounting) GRAND TOTAL: