R-12-11-08-H7 - 11/8/2012RESOLUTION NO. R-12-11-08-117
WHEREAS, the City of Round Rock has previously entered into a Contract for Engineering
Services ("Contract") with Huggins/Seiler & Associates, LP for the Mays Street Reconstruction Phase
1 Project; and
WHEREAS, Huggins/Seiler & Associates, LP has submitted Supplemental Contract No. 3 to
the Contract to modify the provisions for the scope of services; and
WHEREAS, the City Council desires to enter into said Supplemental Contract No. 3 with
Huggins/Seiler & Associates, LP, Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the Mayor is hereby authorized and directed to execute on behalf of the City Supplemental
Contract No. 3 to the Contract with Huggins/Seiler & Associates, LP, a copy of same being attached
hereto as Exhibit "A" and incorporated herein for all purposes.
The City Council hereby finds and declares that written notice of the date, hour, place and
subject of the meeting at which this Resolution was adopted was posted and that such meeting was
open to the public as required by law at all times during which this Resolution and the subject matter
hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act,
Chapter 551, Texas Government Code, as amended.
RESOLVED this 8th day of November, 2012.
OMA-,�
ALAN MCGRAW, Mayor
City of Round Rock, Texas
ATTEST:
JW-019�to_
yr
vs.
't tt
O:\wdox\SCC1n1s\0112\1204\MUNICIPAL\00261301 DOC
EXHIBIT
„A»
STATE OF TEXAS §
COUNTY OF WILLIAMSON §
SUPPLEMENTAL CONTRACT NO.3
TO CONTRACT FOR ENGINEERING SERVICES
FIRM: HUGGINS/SEILER & ASSOCIATES, LP (L°Engineer")
ADDRESS: 116 East Main Sheet, Round Rock, TX 78664
PROJECT: Mans Street Reconstruction Phase 1
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 Huggins/Seiler & Associates,
LP, hereinafter called the "Engineer".
WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter
called the "Contract", on the 10th day of November, 2011 for the Mays Street Reconstruction
Phase I Project in the amount of $235,288.80; and
WHEREAS, the City and Engineer executed Supplemental Contract No. 1 on February 3, 2012
to amend the scope of services and to increase the compensation by $6,166.00 to a total of
$241,454.80; and
WHEREAS, the City and Engineer executed Supplemental Contract No. 2 on April 26, 2012 to
amend the scope of services and to increase the compensation by $324,195.00 to a total of
$565,649.80; 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 $64,699.40 to a total of $630,349.20;
NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract
is amended as follows:
I.
Article 2, En ing eering 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.
11.
Article 4, Compensation and Exhibit D, Fee Schedule shall be amended by increasing by
$64,699.40 the lump sura amount payable under the Contract for a total of $630,349.20, as
shown by the attached Addendum to Exhibit D.
Supplemental Contract Rev.12/01/08
0199.7301;00260148 84275
IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental
Contract in duplicate.
HUGGINS/SEIL & ASSOCIATES, LP
By:
f
10-15-2o1'L
Date
CITY OF ROUND ROCK
By:
Alan McGraw, Mayor
Date
Supplemental Contract
0199.7301;00260148
2
APPROVED AS TO FORM:
Stephan L. Sheets, City Attorney
Rev. 12/01/08
84275
ADDENDUM TO EXHIBIT B
Engineering Services
The work to be performed under this contract shall consist of providing engineering services
required for the addition of a 12" water line, two utility duct bank crossings and 4" electrical
conduits to Mays Street from south of Main street to Brushy Creek. Review of Right of Way
appraisals, additional surveys and a HUD Grant Environmental Document are also added to the
contract. Previously approved stripping revision plan sheets for Round Rock Avenue from IH 35
Frontage Road to Mays Street will be removed from the contract.
1) ENVIRONMENTAL STUDIES (Function Code 120)
a) Prepare and submit for approval to the City of Round Rock HUD Grant Categorical
Exclusion documents.
Deliverables:
Furnish completed Statutory Worksheet and a Compliance Checklist along with maps,
displays and required documentation.
2) RIGHT OF WAY (Function Code 130)
a) Appraisal Review:
i) Verify that previously. prepared appraisal report is prepared in compliance with
TxDOT Appraisal and Review Manual, the Uniform Standards of Professional
Appraisal Practice (USPAP) and 49 CFR 24.103 of the Uniform Act.
Deliverables:
• Furnish completed TxDOT Form ROW -A-10 (revised 7/11) for TxDOT review and
approval.
The Engineer shall provide the following engineering services required for the
preparation of the plans, specifications and estimate (PS&E) which will be
complete and suitable for bidding and award of a City of Round Rock
construction contract. All design shall be in accordance with current City of
Round Rock requirements and policy, except where variances are permitted in
writing by the City. Plans will be prepared on 11"x17" sheets and the deliverables
are as follows:
3) MISCELLANEOUS (ROADWAY) (Function Code 163)
a) Prepare Water Line Design.
i) Plan and Profile Layouts.
(1) Horizontal and vertical location of water line.
(2) Conduit size and material.
(3) Location of valves, services, fire hydrants, manholes and other appendences.
b) Prepare Duct Bank Design.
i) Plan and Profile Layouts.
(1) Horizontal and vertical location of duct bank.
(2) Conduit size and material.
Horizontal and vertical location of associated access manholes, 4" conduit from the proposed
duct bank to existing poles and power drop locations.
:
IIIIIIIillllllllllllll
III1111111111111111111
III1111111111111111111
III1111111111111111111
II
IIIIIIIIIIIIII111111
II
-
II'11111111111111111111
.:11111111111111111111
II
1111111111111111111
-
II
1111111111111111111
II
II
'11111111111111111111
IIIIIIIIIIIIIIilllll
II
II
11111111111111111111
11111111111111111111
II
11111111111111111111
II
11111111111111111111
il
IIIIIIIIIIIIIIII1111
II
1111111111111111111
_
it
II
1111111111111111111
11111111111111111111
II
11111111111111111111
II
1111111111111111111
II
1111111111111111111
II
I11�
1111'11111011111
II
[t
I! 1111
IIIJI111111
:
II
i` I
I� 1111
I'IJIIIIIIII
II
11
IIII
LIIII111111
II
11
111JJ111111111
'1�J11111111111
II
111
II
11.
III11111111111
II
11
1111111111111
•
-
II
11
illllllillllll
II
11
IIIIIIII111111
'
II
1111111111111111111
III1111111111111111111
'
III1111111111111111111
III
1111111111111111111
ADDENDUM TO EXHIBIT D
Fee Schedule
Task
Total
Labor
Hours
Total
Loaded Labor
Cost
Other
Direct Costs
Subconsuttants
TOTALS
Task 1: (e.g. surveying)
0
$ _
$ _
$ -
$ -
Task 2: (e.g. right of way appraisal)
0
$ -
$ -
$ 3,750.00
$ 3,750.00
Task 3: (e.g. subsurface utility engineering)
0
$ -
$ -
$ -
Task 4: (e.g. environmental document preparation)
0
$ -
$
$ 12,095.00
$ 12,095.00
Task 5: (e.g. preliminary design/ 30% plans)
0
$ -
$ -
$ -
$ -
Task 6: (e.g. final design/ 60%, 90%, 100% plans)
438
$ 48,854.40
$ -
$ 48,854.40
Task 7: (e.g. bid phase services)
$ _
$ -
Task 8: (e.g. construction phase services)
0
$ -
$ -
$ -
$ -
Task 9: (e.g. project management)
0 1
$ -
$ -
$ -
$ -
GRAND TOTAL:
438 1
$ 48.854.401
$ 1
$ 15.845.001
$ 64,699.40
ROUND ROCK, TEXAS City Council Agenda Summary Sheet
PURPOSE. PASSION. PROSPERRY.
Item No. H7.
Consider a resolution authorizing the Mayor to execute Supplemental Contract No. 3 with
Agenda Caption: Huggins/Seiler & Associates, LP for the Mays Street Reconstruction Phase 1 Project.
Meeting Date: November 8. 2012
Department: Transportation
Staff Person making presentation: Gary Hudder
Transportation Director
Item Summary:
Mays Street Reconstruction Phase I provides for widening North Mays Street from a four lane arterial to a five lane
section between the Brushy Creek Bridge and the Union Pacific Railroad/Lake Creek Bridge including wide sidewalks;
street trees and lighting; utility relocations; and gateway features. Engineering services consisted of a Preliminary
Schematic, Subsurface Utility Engineering, Utility Coordination, Field Surveying and Mapping, Land Appraisal
Services, TCEQ Coordination, and a 30% Design Schematic.
Supplemental Contract No. 1 provided for surveying services not included in the scope of the original contract with
Huggins/Seiler and Associates, Inc. in the amount of $6, 166.
Supplemental Contract No. 2 consisted of provision of professional services for the development of complete Plans,
Specifications, and Estimate (PS&E) from the approved 30% Design Schematic. The fee for these services was
$324,195.00.
Supplemental Contract No. 3 provides for additional right-of-way appraisal, preparation of environmental
documents, and final design plans at a cost of $64,699.40. The total cost of the engineering services contract would
be $630,699.40.
Cost:
Source of Funds:
$64,699.40
Type B Corporation
Recommended Action: Approval
� J
I � z Ll O
LLJv O
w o
STATE OF TEXAS §
COUNTY OF WILLIAMSON §
SUPPLEMENTAL CONTRACT NO.3
TO CONTRACT FOR ENGINEERING SERVICES
FIRM: HUGGINS/SEILER & ASSOCIATES, LP ("Engineer")
ADDRESS: 116 East Main Street, Round Rock, TX 78664
PROJECT: Mays Street Reconstruction Phase 1
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 Huggins/Seiler & Associates,
LP, hereinafter called the "Engineer".
WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter
called the "Contract', on the 10th day of November, 2011 for the Mays Street Reconstruction
Phase I Project in the amount of $235,288.80; and
WHEREAS, the City and Engineer executed Supplemental Contract No. 1 on February 3, 2012
to amend the scope of services and to increase the compensation by $6,166.00 to a total of
$241,454.80; and
WHEREAS, the City and Engineer executed Supplemental Contract No. 2 on April 26, 2012 to
amend the scope of services and to increase the compensation by $324,195.00 to a total of
$565,649.80; 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 $64,699.40 to a total of $630,349.20;
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
$64,699.40 the lump stun amount payable under the Contract for a total of $630,349.20, as
shown by the attached Addendum to Exhibit D.
Supplemental Contract
0199.7301;00260148
2 1Z I I4, R1
Rev.12/01/08
84275
IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental
Contract in duplicate.
HUGGINS/SEIL & ASSOCIATES, LP
By:
d r
lo -(5 -2o1' -
Date
CITY OF UNNDD ROC
By: ►' " 1
Alan McGraw, Mayor
///$/Zo/z
Date
Supplemental Contract
0199.7301; 00260148
Fa
*APPVED AST FORM:
Sheets, City Attorney
Rev. 12/01/08
84275
ADDENDUM TO EXHIBIT B
Engineering Services
The work to be performed under this contract shall consist of providing engineering services
required for the addition of a 12" water line, two utility duct bank crossings and 4" electrical
conduits to Mays Street from south of Main street to Brushy Creek. Review of Right of Way
appraisals, additional surveys and a HUD Grant Environmental Document are also added to the
contract. Previously approved stripping revision plan sheets for Round Rock Avenue from IH 35
Frontage Road to Mays Street will be removed from the contract.
1) ENVIRONMENTAL STUDIES (Function Code 120)
a) Prepare and submit for approval to the City of Round Rock HUD Grant Categorical
Exclusion documents.
Deliverables:
Furnish completed Statutory Worksheet and a Compliance Checklist along with maps,
displays and required documentation.
2) RIGHT OF WAY (Function Code 130)
a) Appraisal Review:
i) Verify that previously prepared appraisal report is prepared in compliance with
TxDOT Appraisal and Review Manual, the Uniform Standards of Professional
Appraisal Practice (USPAP) and 49 CFR 24.103 of the Uniform Act.
Deliverables:
• Furnish completed TxDOT Form ROW -A-10 (revised 7/11) for TxDOT review and
approval.
The Engineer shall provide the following engineering services required for the
preparation of the plans, specifications and estimate (PS&E) which will be
complete and suitable for bidding and award of a City of Round Rock
construction contract. All design shall be in accordance with current City of
Round Rock requirements and policy, except where variances are permitted in
writing by the City. Plans will be prepared on 11"x17" sheets and the deliverables
are as follows:
3) MISCELLANEOUS (ROADWAY) (Function Code 163)
a) Prepare Water Line Design.
i) Plan and Profile Layouts.
(1) Horizontal and vertical location of water line.
(2) Conduit size and material.
(3) Location of valves, services, fire hydrants, manholes and other appendences.
b) Prepare Duct Bank Design.
i) Plan and Profile Layouts.
(1) Horizontal and vertical location of duct bank.
(2) Conduit size and material.
Horizontal and vertical location of associated access manholes, 4" conduit from the proposed
duct bank to existing poles and power drop locations.
III
NO
111111111
Mill
I„""„""'
•
��
I11
III11111111111
ADDENDUM TO EXHIBIT D
Fee Schedule
Task
Total
Labor
Hours
Total
Loaded Labor
Cost
Other
Direct Costs
Subconsultants
TOTALS
Task 1: (e.g. surveying)
0
$ _
$ _
$ -
$ -
Task 2: (e.g. right of way appraisal)
0
$ -
$ -
$ 3,750.00
$ 3,750.00
Task 3: (e.g. subsurface utility engineering }
0
$ _
$ _
$ -
Task 4: (e.g. environmental document preparation)
0
$ -
$
$ 12,095.00
$ 12,095.00
Task 5: (e.g. preliminary design/ 30% plans)
0
$ -
$ -
$ _
$ -
Task 6: (e.g. final design/ 60%, 90%, 100% plans)
438
$ 48,854.40
$ -
$ 48,854,40
Task 7: (e.g. bid phase services)
$ -
$ _
Task 8: (e.g. construction phase services)
0
$ -
$ -
$ -
$ _
Task 9: (e.g. project management)
0
$ _ I
$ _
$ _ I
$ -
GRAND TOTAL:
438 1
$ 48,854.401
$ -
$ 15,845.00
$ 64,699.40