Loading...
Contract - Johnson, Mirmiran & Thompson, Inc. - 6/24/2021 STATE OF TEXAS § COUNTY OF WILLIAMSON § SUPPLEMENTAL CONTRACT NO. 5 TO CONTRACT FOR ENGINEERING SERVICES FIRM: JOHNSON, MIRMIRAN & THOMPSON,INC. ("Engineer") ADDRESS: 801 E.Old Settlers Boulevard, Suite 102,Round Rock,TX 78664 PROJECT: University Boulevard Widening This Supplemental Contract No. 5 to Contract for Engineering Services is made by and between the City of Round Rock, Texas, hereinafter called the "City" and Johnson, Mirmiran & Thompson, Inc., hereinafter called the "Engineer". WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the "Contract", on the 28th day of March, 2013 for the University Boulevard Widening Project in the amount of$408,758.95; and WHEREAS,the City and Engineer executed Supplemental Contract No. 1 on January 9,2014 to amend the scope of services and to increase the compensation by $741,250.00 to a total of $1,150,008.95; and WHEREAS,the City and Engineer executed Supplemental Contract No. 2 on February 21, 2014 to change the name of the firm from Kennedy Consulting,Ltd. to Kennedy Consulting, Inc.; and WHEREAS, the City and Engineer executed Supplemental Contract No. 3 on November 10, 2016 to amend the scope of services and to increase the compensation by $529,747.60 to a total of$1,679,756.55; and WHEREAS, the City and Engineer executed Supplemental Contract No. 4 on October 24, 2019 to change the name of the firm from Kennedy Consulting, Inc. to Johnson, Mirmiran & Thompson, Inc., to amend the scope of services, and to increase the compensation by $99,300.00 to a total of$1,779,056.55; 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$111,030.60 to a total of$1,890,087.15; NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract is amended as follows: R-2021- I A Supplemental Contract Rev.06/16 0199.1355;00472610 84275 1 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 $111,030.60 the lump sum amount payable under the Contract for a total of$1,890,087.15, as shown by the attached Addendum to Exhibit D. IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental Contract in duplicate. [signature pages follow] Supplemental Contract Rev.06/16 0199.1355;00472610 84275 2 JOHNSON, MIRMIRAN& THOMPSON,INC. By: Kristi Flagg May 25, 2021 Date Supplemental Contract Rev.06/16 0199.1355;00472610 84275 3 CITY OF ROUND ROCK 4Stepha AS TO ORM: By: Craig Mo an,Vayor heets, City Attorney Date Supplemental Contract Rev.06/16 0199.1355;00472610 84275 4 ADDENDUM TO EXHIBIT B Engineering Services Project Background The City of Round Rock (the "City") proposes widening University Blvd. to a 6-lane, median divided arterial section from University Oaks Boulevard to Sunrise Road (the "Project") utilizing the services of Johnson, Mirmiran & Thompson, Inc., (JMT) (the "Engineer") as the prime consultant with support from the subconsultant team listed below.This scope of services includes field surveying, acquisition documents, subsurface utility engineering (SUE), preliminary design, environmental services, geotechnical studies, Plans, Specifications, and Estimate (PS&E) and construction engineering, to be performed by the prime consultant or subconsultant team. The project scope is arranged in two separate phases of work. A previous Work Authorization (Design Phase 1) included only the effort required up to the 30% design (final schematic) submittal. A previous Supplemental Work Authorization (Design Phase 2) included the additional effort required to complete the final design, from the final Schematic design through final PS&E design and construction phase services. It has become necessary to supplement the contract to include design services for the additional construction described below: • Review Utility Relocation Plans • Update Geologic Assessment for TCEQ Submittals • Additional WPAP Application Fee Adjustment • SCS Plan Report Preparation and application Fee • TDLR Submittal Preparation • Illumination Plans Update • Additional Construction Phase Services • General Project Management Design services during development of this project shall be performed in accordance with the latest available City of Round Rock Transportation Design and Construction Standards Criteria Manual and TxDOT manuals. The development of the project shall be consistent with City of Round Rock and TxDOT design procedures and practices. This project shall be developed utilizing Microstation V8i and Geopak 2004. Project Team Subconsultants a. The Wallace Group, Inc. (TWG)—Field Surveying,ROW&PUE Acquisition Documents, and Subsurface Utility Engineering b. Terracon Consultants,Inc.—Geotechnical Studies C. Cox I McLain Environmental Consulting,Inc.—Environmental Investigations d. Kimley-Horn&Associates,Inc. (KHA)—Traffic Design and Construction Engineering Page B1 of B4 Task: Utility Relocation Plans(IMT) The Engineer shall assist the city in review of new utility relocation permits that were submitted after the original relocation designs were completed to assure compliance with the construction plans and provide the recommendation to the utility design team for review and concurrence. Task: Update Geologic Assessment(Terracon) TCEQ required JMT to update the Geological Assessment (GA) due to the GA being on the TCEQ-0585(REV.02-11-10)form and not the 2015 form. Field Investigation: A qualified geologist will conduct a detailed field survey of the site to evaluate if any significant geologic or manmade features, as defined in 30 TAC§213, are present within the site. These features include closed depressions, sinkholes, caves, faults, fractures, wells,borings, and excavations.Particular attention will be paid to any sensitive features, which are defined as features where rapid infiltration from the surface to the Edwards Aquifer can occur.Each feature observed will be numbered, described, and measured, plotted on a site map, and tabulated in a form of a Geologic Assessment Table. The actual coordinates of each feature will also be determined by use of a portable Global Positioning System (GPS) unit which will also be tabulated. The GA report will include the completed updated Geological Assessment Table, the completed Geologic Assessment Form, a brief narrative assessment of site-specific geology, and a completed site geologic map. The site geologic map will be at the same scale as the base map included in the water Pollution Abatement Plan(WPAP),being prepared by JMT. Task: Water Pollution Abatement Plan MAP) (IMT) WPAP Application Fees: Due to the increase acreage of the project the WPAP application fee increased. The original acreage was estimated to be between 5-10 acres that required a $5,000 fee. The actual size of the project WPAP was greater than 10 Acres, so it fell in the 1040 acres for a$6,500 fee. Task: Sewage Collection System Plan(SCS)(IMT) A modification to the existing wastewater line that runs along Chandler Branch is needed due to the widening of the 18-8x4 culverts. Due to this modification a SCS plan must be submitted. The Engineer shall prepare an SCS in compliance with the requirements of Title 30, Texas Administrative Code Chapter 213 related to the Edwards Aquifer.The tasks that are anticipated are: • Prepare and finalize the SCS Engineering Design Report. • Prepare calculation, plan sheets, and details for temporary BMPs. Provide summary of all water quality measures for inclusion in the SCS submission. Page B2 of B4 Task: TDLR Submittal and Coordination QM r The Engineer shall fill out and submit the New Project Registration TDLR form to acquire the TDLR Registration number needed for permitting, send required plans for plan review, revise any necessary design from plan review, and coordinate with the RAS inspector for final inspection. Task: Illumination Plan Update(KHA Based on the CoRR's guidance, the contractor will need to install electrical wiring for illumination. The services include the following: a. Determine location for new electrical services for safety lighting. b. Conduct voltage drop calculation for continuous lighting along the corridor. c. Determine appropriate conductor sizes from electrical service to light poles. d. Develop conductor and wiring charts. e. Estimate quantities. f. Issue Revised illumination sheets. Task: Construction Phase Services(IMT) The Engineer shall continue to provide Construction Phase Services The services include the following: a. Continue to Provide written responses/Memos to contractors'Requests for Information(RFIs) b. Attend construction site progress meetings, and field reviews as requested(up to 52) The Engineer will develop minutes for progress meetings and any follow up email needed for field reviews. c. Continue to revise plan sheets to support change orders as requested by the CoRR d. Continue to attend field visits for utility conflicts and design adjustments Page B3 of B4 e. The Engineer shall perform Quality Assurance/Quality Control to assure that the work is in accordance with City requirements and that the work is completed in a timely and efficient manner. Task: Construction Phase Services(KHA) The Engineer shall continue to provide Construction Phase Services The services include the following: a. Attend up to five(5)field meetings to discuss pole locations. b. Provide responses to up to five(5)RFIs. c. Issue up to 10 updated sheets as part of Change Orders. d. Review signal and timing plans during construction e. Attend signal turn-on field meetings at four(4)signals. Task: General Project Management J T) a. General Management The Engineer shall establish and maintain project schedules and budgets, develop monthly progress reports, continue subconsultants and city coordination, and prepare invoices for the extended design schedule from September 2017 to June 2020. b. Quality Assurance/Quality Control The Engineer shall review all work to assure that the work is in accordance with City requirements and that the work is completed in a timely and efficient manner. Page B4 of B4 ADDENDUM TO EXHIBIT C Work Schedule Key work items: ➢ Construction Phase Services June 2020—November 2022 ADDENDUM TO EXHIBIT D Fee Schedule Attached Behind This Page EXHIBIT D-5 FEE SCHEDULE FOR Johnson, Mirmiran & Thompson, Inc. UNIVERSITY BLVD. WIDENING (PS&E PHASE SUPPLEMENTAL) For services described in the Scope of Services, we request the compensation as detailed below. Cost breakdowns for engineering services and explanation of expenses are shown on the following pages. LUMP SUM AMOUNT $111,030.60 Page D1 of D6 EXHIBIT D-5 Fee Schedule Description of Work or Task Cost/ Task Totals Johnson, Mirmiran&Thompson, Inc. (JMT) Task: Utility Relocation Plans $23,500.00 Task: WPAP Fee Direct Expense $1,500.00 Task: Sewage Collection System Plan(SCS) $8,840.00 Task: TDLR Submittal Preparation $1,100.00 Task: Construction Phase Services $50,940.00 Task: General Project Management $13,775.60 JMT FEE SCHEDULE SUMMARY $99,655.60 Terracon Consultants, Inc. Task: Update Geologic Assessment $500.00 TERRACON FEE SCHEDULE SUMMARY $500.00 Kimley-Horn&Associates, Inc. Task: Illumination Plan Update $5,490.00 Task: Construction Phase Services $5,385.00 KHA FEE SCHEDULE SUMMARY $10,875.00 TOTAL FEE $111,030.60 Page D2 of D6 Summary of Manhours by Classification Johnson,Mirmiran&Thompson,Inc. Project Senior Admin/ CADD Staff Description of Work or Task Manager Prof.1 Prof.2 Prof.1 Clerical Time Staff-Hr. Cost/ Task $210.00/Hr $170.00/Hr $140.00/Hr $110.00/Hr $70.00/Hr $20.00/Hr Totals Totals Task:Utility Relocation Plans a.Utility Relocation Plans 10 20 50 100 0 0 180 $23,500.00 Utility Relocation Plans Subtotal 10 20 50 100 0 0 ISO $23,600.00 Task:WPAP Fee Direct Expense a.WPAP Fee Direct Expense 0 $1,500.00 WPAP Fee Direct Expense Subtotal 0 0 0 0 0 0 0 $1,500.00 Task:Sewage Collection System Plan(SCS) a.Sewage Collection System Plan(SCS) 4 8 16 40 68 $8,840.00 Sewage Collection System Plan(SCS)Subtotal 4 8 16 40 0 0 68 $8,840.00 Task:TDLR Submittal Preparation a.TDLR Submittal Preparation 1 1 2 4 0 0 8 $1,100.00 TDLR Submittal Preparation Subtotal 1 1 2 4 0 0 8 $1,100.00 Task:Construction Phase Services a.RFIs 4 8 40 60 0 0 112 $14,400.00 b.Construction Meetings 52 0 52 26 0 0 130 $21,060.00 c.Revise Plan Sheets 8 16 32 60 0 0 116 $15,480.00 Construction Phase Services Subtotal 64 24 124 146 0 0 358 $50,940.00 Task:General Project Management a.General Management 24 24 0 0 0 0 48 $9,120.00 b. Quality Assurance/Quality Control 4 8 16 0 0 0 28 $4,440.00 Direct Expenses $215.60 General Project Management Subtotal 28 32 16 0 0 0 76 $13,776.60 Johnson,Mirmiran&Thompson,Inc.Summary 107 1 85 208 290 0 0 690 $99,655.60 Page D3 of D6 Summary of Direct Expenses Johnson,Mirmiran&Thompson,Inc. Item Description Unit Quantity Unit Cost Total Cost Direct Expenses I.WPAP Additional Fee ea 1 $1,500.00 $1,600.00 If.Mileage mile 385 $0.56 $216.60 Total and Expenses $1,716.sa Page D4 of D6 Summary of Manhours by Classification Kimley-Horn&Associates,Inc. Project Project E1T1 Staff Description of Work or Task Manager Engineer Tech Staff-Hr. Cost/ Task 3215.00IHr 2160.00IHr $120.00I1-ir Totals Totals Task:Illumination Plan Update a.Determine electrical service location 2 2 $430.00 b.Conduct voltage drop talcs 1 4 3 8 $1,215.00 c.Determine wire sizes 1 2 2 5 $775.00 d.Develop electrical charts 1 2 6 9 $1.255.00 e.Develop quantity estimates 2 4 6 $800.00 I.Issue revised illumination sheets 1 2 4 7 $1,015.00 Illumination Plan Update Total 6 12 19 37 $5,490.00 Task:Construction Phase Services a.attend up to 5 field meetigns 6 6 $1,290.00 b.Respond to 5 RFls 3 5 8 $1,445.00 c.Issue 10 CO sheets 1 2 6 9 $1,255.00 d.Review signal timing plans 1 2 3 $535.00 e.Attend signal turf-on 4 4 $860.00 Illumination Electrical Calculations Total 16 9 6 30 55,385.00 KHA SUMMARYI 6 1 12 19 67 510.875.00 Page D5 of D6 Summary of Geotechnical Services&Geologic Assessment Terracon Consultants,Inc. Rem Description Unit Quantity Unit Cost Total Cost Update Geologic Assessment _ I.Update Geologic Assessment LS 1 $500.00 $500.00 Subtotal:Geologic Assessment $500.00 Total Direct Expenses $500.00 Page D6 of D6 EXHIBIT D-5 Fee Schedule Summary Preliminary Design Final Design Additional Scope Additional Scope Additional Scope March 28,2013 Jan.9,2014 11/10/2016 10/24/2019 Date TBD Total Johnson,Mirmiran&Thompson,Inc. $ 285,660.00 $ 570,990.00 $ 400,304.00 $ 99,300.00 $ 99,655.60 $ 1,455,909.60 Kimley-Horn&Associates,Inc. $ 20,325.05 $ 105,000.00 $ 43,779.00 $ - $ 10,875.00 $ 179,979.05 The Wallace Group,Inc. $ 62,150.00 $ 65,260.00 $ 61,725.00 $ $ - $ 189,135.00 Terracon Consultants,Inc. $ 28,215.00 $ - $ 11,658.00 $ - $ 500.00 $ 40,373.00 Cox[McLain Environmental Consulting,Inc. $ 12,408.90 $ $ 12,281.60 $ $ S 24,690.S0 $ 408,758.95 $ 741,250.00 $ 529,747.60 $ 99,300.00 1$ 111,030.6011$ 1,890,087.15 CERTIFICATE OF INTERESTED PARTIES FORM 1295 lofl Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos,1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2021-757335 Johnson, Mirmiran&Thompson, Inc. Round Rock,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 05/25/2021 being filed. City of Round Rock Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. R-13-03-213-17 University Blvd University Blvd Widening-Includes field surveying,acquisition documents, SUE, preliminary design, environmental services, eotechnical studies, PS&E,&construction engineering. 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary Johnson, Mirmiran&Thompson Employee Stock Ownership Hunt Valley, MD United States X Moeller,John Hunt Valley, MD United States X Smulovitz, Richard Hunt Valley, MD United States X McCone, David S. Hunt Valley, MD United States X Natale, Matthew Hunt Valley, MD United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is Kristi Flagg and my date of birth is My address is 801 E. Old Settlers Blvd, Ste 102 Round Rock , TX , 78664 USA (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in Williamson County, State of Texas on the 26th day of May 2021 AA (month) (year) Signature of authorized ag6fofkontracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.ceffd98a CERTIFICATE OF INTERESTED PARTIES FORM 3.295 lofl Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2021-757335 Johnson, Mirmiran&Thompson, Inc. Round Rock,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 05/25/2021 being filed. City of Round Rock Date Acknowledged: 05/27/2021 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. R-13-03-213-17 University Blvd University Blvd Widening- Includes field surveying, acquisition documents, SUE, preliminary design,environmental services, eotechnical studies, PS&E, &construction engineering. 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary Johnson, Mirmiran&Thompson Employee Stock Ownership Hunt Valley, MD United States X Moeller,John Hunt Valley, MD United States X Smulovitz, Richard Hunt Valley, MD United States X McCone, David S. Hunt Valley, MD United States X Natale, Matthew Hunt Valley, MD United States X 5 Check only if there is NO Interested Party. El 6 UNSWORN DECLARATION My name is and my date of birth is My address is (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of on the day of ,20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.ceffd98a