R-04-10-26-15C1 - 10/26/2004 STATE OF TEXAS §
COUNTY OF WILLIAMSON §
SUPPLEMENTAL AGREEMENT NO. 1
TO AGREEMENT FOR ENGINEERING SERVICES
FIRM: K. Friese&Associates,Inc. ("Engineer")
ADDRESS: 7600 Burnet Road, Ste.290,Austin,TX 78757
PROJECT: McNutt Creek Wastewater Interceptor
This Supplemental Agreement No. 1 to Agreement for Engineering Services is made by and
between the City of Round Rock, Texas, hereinafter called the "City" and K. Friese &
Associates, Inc.,hereinafter called the"Engineer".
WHEREAS, the City and Engineer executed an Agreement for Engineering Services,
hereinafter called the "Agreement", on the 13th day of May, 2004 for the McNutt Creek
Wastewater Interceptor in the amount of$79,991.66; and
WHEREAS, it has become necessary to amend the Agreement to modify the provisions for the
scope of services and modify the compensation; and
NOW THEREFORE, premises considered, the City and the Engineer agree that said
Agreement is amended as follows:
I.
Article 2, Scope Of Services To Be Performed By Engineer and Exhibit B, Services To Be
Performed By The Engineer shall be amended as set forth in the attached Addendum To Exhibit
B.
II.
Article 4, Compensation and Exhibit D, Fee Schedule shall be amended by increasing by
$496,725.00 the lump sum amount payable under the Agreement for a total of$576,716.66, as
shown by the attached Addendum to Exhibit D.
IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental
Agreement in duplicate.
EIBIT
II
Supplemental Agreement Rev.03/02/04
Uriese-McNuttCrk;#73827
1
K.FRIESE & ASSOCIATES,INC.
By: \
ko`(t ko`�
Date
CITY OF ROUND ROCK APPROVED AS TO FORM:
By:
Nyle Maxwell,Mayor Stephan L. Sheets,City Attorney
Date
Supplemental Agreement Rev.03/07104
Uriese-McNuttCrk;#73827
2
ADDENDUM TO EXHIBIT B
Services to be Performed by the Engineer
The changes to the scope of this project are as follows:
EXHIBIT B
ENGINEERING SERVICES
General
The work to be performed by K Friese&Associates, Inc. (KFA)under this contract shall
consist of providing Design Phase,Bid Phase, and Construction Phase services for the
McNutt Creek Interceptor Project—Phase 1. The project will consist of approximately 9,200
linear feet of 48-inch diameter wastewater interceptor extending from McNutt Creek north of
Highway 79 to the Brushy Creek Regional Wastewater Treatment Plant(BCRWWTP)and a
lift station at the BCRWWTP designed to pump projected 10-year flows to the plant
headworks. The project is more fully described as Option A in the Preliminary Engineering
Report,McNutt Creek Interceptor—Phase 1 (PER).
KFA shall provide the following services required for Design Phase,Bid Phase,and
Construction Phase of the above-referenced project:
DESIGN PHASE SERVICES
A. Project Kick-off and Coordination Meetings
1. Meet with City Staff and LCRA to review/discuss project details,work plan, and
schedule.
2. KFA will meet with City Staff once per month for the duration of the design phase to
provide project updates and review the schedule. Four additional meetings have been
assumed for review of City comments on 30%, 60%, 90%,and 100% submittals.
B. Public Involvement/Landowner Coordination
1. The general horizontal alignment of the interceptor is described in the PER.
Meetings with City Staff and an affected landowner indicate there may be some
adjustment to the alignment at the north end of the project. KFA will work with City
staff to establish a final horizontal alignment at the north end of the project and
approximately locate the alignment in the field(ribbon,paint, lathes,etc.)in
preparation for design field work.
2. Coordinate project design and construction with LCRA and BRA staff and
consultants for construction on LCRA property. Coordination will include but not be
limited to access, staging areas, lift station electrical service, pipeline routes, and
construction timeframes.
C. Design Memorandum
1. KFA will work with City Staff to establish and document design criteria and design
assumptions. The document will be reviewed and updated throughout the design
phase and incorporated into the Final Engineering Report.
Pagel of 5
EXHIBIT B
ENGINEERING SERVICES
D. Design Flows and Modeling Analysis
1. Discussions with City Staff indicate the interceptor service area may be expanded
beyond the service area considered in the PER, specifically, some portions of the
Forest Creek service area may be added. KFA will update the spreadsheet model
developed for the project to incorporate any additional flows and re-evaluate pipe size
and slope required for the project.
2. The lift station will be designed for 10-year projected flows from the basin to
coincide with the future LCRA BCRWWTP expansion(year 2015 to 2017)and
construction of a new plant influent lift station. The City provided preliminary 10-
year flows for analysis in the PER. KFA will work with City Staff to finalize flows
for lift station design.
E. Tree Survey
L SWCA will inventory all protected trees(trees greater than 8-inches in diameter,
excluding Chinaberry,Hackberry,Ash Juniper(Cedar), Chinese Tallow and Bois
D'arc)by flagging,tagging,and recording information specific to each tree in a 150-
foot corridor along the project alignment. The trees will be located by Inland Civil
Associates,LLC(Inland)during the design survey and pertinent information will be
shown on the project construction plans.
F. Cultural Resources Survey
1. SWCA will conduct a cultural resources survey of the project in compliance with the
Antiquities Code of Texas. The survey will include coordinating with the Texas
Historical Commission(THC), applying for a Texas Antiquities Permit to conduct
field work, and preparation of a report documenting the findings of the survey.
G. Design Survey and Easement Metes and Bounds
1. Inland will recover the primary control established during the Preliminary
Engineering Phase and perform a design survey, including a 1-foot topographic
survey within a 150-foot wide corridor along the project alignment,record evidence
of existing utilities, and the location of geotechnical bore holes.
2. Inland will prepare metes and bounds descriptions for permanent wastewater
easements and temporary construction easements along the project route for easement
acquisition by the City. Easements for 8 properties have been assumed for budgeting
purposes. Inland will provide an overall easement map showing all proposed
easements, acreage,owner, and parcel number for the project. The parcel number
will be shown on each corresponding metes and bounds description.
Page 2 of 5
EXHIBIT B
ENGINEERING SERVICES
H. Geotechnical Investigation
1. Fugro Consultants,LP(Fugro)will perform a geotechnical investigation and
document the findings in report form. The investigation will include borings at
approximately 500-foot intervals along the project route, installation and monitoring
of 4 piezometers, and laboratory testing.
I. Pipeline Design
1. Once the horizontal alignment has been finalized and modeling completed KFA will
develop construction plans,contract documents and technical specifications for the
project. Construction plans will include notes,plan and profile sheets,erosion and
sedimentation controls,tree protection,traffic control,and detail sheets,at a
minimum. City of Round Rock standard details will be used as applicable and
special details and specifications developed. Contract documents will also include a
storm water pollution prevention plan(SWPPP).
J. Lift Station Design
1. The proposed lift station to be located at the BCRWWTP will be designed for the
projected 10-year flows to pump flows from the interceptor to the plant headworks
until the future plant expansion and new influent lift station are completed. KFA will
perform a hydraulic analysis of the proposed lift station and the pumps,piping and
wet well will be sized accordingly. The final design will consist of a site layout,
selection of electrical and mechanical equipment,and preparation of plan views,
sections and details as necessary to construct the lift station. The site layout will be
coordinated with the LORA,BRA and City of Round Rock. The pumps,piping and
valving will be specified and their orientation shown on the plans. Specifications will
be prepared for the various specialties of the lift station.
2. James R. Schultz&Associates,Inc. (JRSA)will perform the electrical and control
design for the lift station. The lift station will be tied to the City of Round Rock
SCADA system. Per discussions with the City and LCRA we have assumed the
power will be taken from the BCRWWTP internal power loop and that an emergency
generator will not be required.
3. Bontempo Structural Engineering,Inc. (BSE)will perform the structural design
related to the lift station, including the wet well,valve vault,and pads for at grade
equipment.
K. Permitting
1. KFA will coordinate the U.S.Highway 79 crossing with the Texas Department of
Transportation and obtain the necessary approval and permit. KFA will also
coordinate with Union Pacific Railroad to obtain a railroad crossing license for the
project.
Page 3 of 5
EXHIBIT B
ENGINEERING SERVICES
2. We expect the project to fall under Nationwide Permit 12(NWP 12). US Army
Corps of Engineers(USACE)notification is not required as a condition of NWP 12.
SWCA will work with KFA to ensure the final project plans and specifications meet
the terms and conditions of NWP 12. If conditions are such that pre-construction
notification(PCN)of the USACE is required(greater than 0.10 acres of jurisdictional
waters of the US or wetlands are impacted), SWCA will prepare and submit the PCN.
3. KFA will permit any work within the 100-year floodplain with the appropriate
floodplain coordinator.
4. KFA will submit a summary letter to TCEQ documenting the project and address any
comments or requests for additional information typically necessary for construction
approval.
L. Deliverables
1. KFA will compile a Final Engineering Report documenting the rationale for line
sizing and alignment selection, lift station and component sizing,the USACE
Jurisdictional Waters Delineation, and the Cultural Resources Survey.
2. KFA will provide 30%, 60%,90%,and 100%submittals to the City for review and
comment. Submittals will include 3 sets of size drawings and contract documents
and technical specifications as they are developed. Each submittal will also include
an updated project cost estimate.
3. The final submittal will include one full size set of reproducible construction plans
and complete set of contract documents and technical specifications suitable for
public bidding.
BID PHASE SERVICES
A. KFA will assist the City during the Bid Phase with contract document distribution,
conducting the pre-bid conference and bid opening,and providing assistance throughout
the bidding process. Services during the bid phase will include:
1. Conduct pre-bid conference. KFA will conduct a pre-bid conference including
preparation of agenda, documentation of attendees,documentation of questions and
any responses provided at the meeting, and issuance of a follow-up addendum if
necessary.
2. Reproduce, distribute and log bid documents. KFA will make bid documents
available at our office for potential bidders and maintain a log of all documents
distributed. Fees for bid documents will be payable to KFA.
3. Interpret plans and specifications and issue addenda. KFA will keep records of all
inquiries and issue clarifications in addendum format only. KFA will draft addenda
and review with the City prior to issuance. KFA will issue addenda to all plan
holders via facsimile.
4. Conduct bid-opening,bid tabulation, bid evaluation, and issue a recommendation.
KFA will conduct the public bid opening and record all bids received. After receipt
of bids, KFA will tabulate the bids in unit price format. KFA will evaluate the bids
Page 4 of 5
EXHIBIT B
ENGINEERING SERVICES
for responsiveness,meet with the low bidder if necessary,and issue a
recommendation of award to the City.
5. Assist the City in awarding contracts. KFA will assemble five(5)bound sets of
contract documents and coordinate with the Contractor and City in their execution.
CONSTRUCTION PHASE SERVICES
A. KFA will assist the City with contract administration during the construction phase of the
project. We understand the City will provide required construction inspection services.
KFA's services will include:
1. Construction document reproduction and distribution. KFA will incorporate addenda
items in the construction documents as appropriate and reproduce and distribute the
documents. For budgeting purposes we have assumed 10 sets of Contract Documents
and Technical Specifications,ten full size sets of Construction Plans and ten ''/2 size
sets of Construction Plans.
2. Conduct pre-construction conference. KFA will conduct a pre-construction
conference with the City,Contractor,and other parties as appropriate, including
preparing the agenda and meeting minutes.
3. Conduct regular construction meetings. KFA will conduct regular construction
meetings with the City,Contractor,and other parties as appropriate, including
preparing the agenda and meeting minutes. For budgeting purposes we have assumed
twenty meetings.
4. Site Visits. KFA will visit the site(typically twice per month)to check the progress
of the work and verify general conformance with the project plans and technical
specifications.
5. Submittal Review. KFA will maintain a log of all Contractor submittals,track review
progress,review and approve submittals,and distribute submittals to the appropriate
parties.
6. Pay Estimate Review. KFA will review the Contractor's pay estimates after approval
by the City's on-site Inspector and make recommendations for payment.
7. Preparation of Change Orders. KFA will review all Contractor's requests for Change
Orders and prepare and distribute Change Orders as appropriate.
8. Contract Close-out. KFA will conduct a final project walk-thru, document"punch
list items", issue a Certificate of Substantial Completion and issue an Engineer's
Concurrence for Project Acceptance letter. KFA will also notify TCEQ of project
completion.
9. Record Drawings. KFA will use the Contractor's redline as-built drawings to
document as-built conditions in the final record drawings. KFA will supply the City
with one set of reproducible Record Drawings.
Page 5 of 5
i =
€
E
ao
r A
c _....... .:....
•� _
2
go
'..
.....:_.... .......:.._r-7
..... .. .._.
if 1 if
103 13
L- aa��
_
ADDENDUM TO EXHIBIT D
Fee Schedule
The changes to the fee schedule for this project are as follows:
EXHIBIT D
MCNUTT CREEK INTERCEPTOR PROJECT-PHASE I
FEE SCHEDULE
$48.10 $39.75 $33.45 $28.85 $25.00 $16.10 2.11
L
Project Project Project CADD Total Direct Sub- Overhead&
Princi al Manager Engineer I En irl II Technician Clerical Labor Labor Consultant Expenses Profit Total
Task Hours Hours Hours Hours Hours Hours Hours Cost Cost Cost Cost Cost
DESIGN PHASE SERVICES
A. Pro ect Klck-off&Coordination
1 Kick-off Meetin 8 12 8 12 4 8 52 $1,704 $50 $3,596 $5,351
2 Pro ct Meetings 40 80 80 40 20 20 280 $9,756 $200 $20,585 $30,541
B. Public InvolvemenULandownerCoordination
1 Private Landowner Coordination 4 12 32 8 8 64 $1,921 $100 $4,054 $6,076
2 LCRA/BR4Coordination 24 24 32 24 16 4 124 $4,336 $100 $9,148 $13,584
C. Desi n Memorandum 8 16 32 32 24 112 $3,401 $100 $7,176 $10,676
D. Desi n Flows&Modeling A--Ivsis
1 U date S readsheet Model 4 8 24 12 48 $1,503 $3,171 $4,674
2 LireeftStationFlows 4 8 16 28 $1,046 $2,206 $3,252
E. TSurve 16 20 16 4 56 $1,677 $3,600 $100 $3,539 $8,917
F. Cultural Resources A.- 16 8 16 4 44 $1,331 $6,200 $100 $2,809 $10,440
G. Destgn Surve &Esmt Metes&Bounds 4 24 20 18 4 68 $2,188 $30,383 $100 $4,816 $37,287
H. Geotechnical lnvestigation 12 4 20 16 8 80 $1,717 $43,138 $100 $3,622 $48,576
L Pi "line Desi n 32 120 160 220 300 40 872 $26,152 $200 $55,181 $81,533
J. LIR Station Design
1 Civil/Mechanical Desi n 16 40 80 20 80 32 268 $8,128 $100 $17,150 $25,377
2 Electrical&Controls Design 4 8 16 16 44 $1,446 $11,860 $100 $3,050 $16,456
3 Strudural Des:— 4 8 16 40 68 $2,046 $4,800 $100 $4,316 $11,262
K. Permittin 16 24 4 40 24 16 124 $3,869 $3,200 $750 $8,164 $15,983
L. Deliverables
1 Final En ineerin Re- 16 24 32 40 8 24 144 $4,534 $250 $9,568 $14,352
2 Desi n Submittals 12 24 32 40 40 4 152 $4,820 $1,000 $10,170 $15,990
3 Final Submittal 8 16 8 8 8 8 56 $1,848 $200 $3,899 $5,947
Subtotal Design Phase 204 492 520 600 640 208 2664 $83,422 $103,181 $3,650 $176,021 $366,274
BID PHASE SERVICES
1 Pre-Bid Conference 4 8 8 16 12 48 $1,433 $500 $3,023 $4,956
2 Distribute Bid Documents 6 12 24 42 $971 $2,049 $3,020
3 Addenda 2 16 12 24 16 16 86 $2,484 $100 $5,240 $7,824
4 Bid 0 enin &Recommendation 4 8 4 20 16 52 $1,479 $50 $3,120 $4,649
5 contract Award Assistance 2 4 12 12 30 $795 $100 $1,677 $2,571
Subtotal Bid Phase 12 42 24 84 16 80 258 $7,161 1 $0 $750 $15,109 $23,020
CONSTRUCTION PHASE SERVICES '
1 Contrail Document Distribution 2 4 16 8 8 38 $1,0461 $5,000 $2,206 $8,252
2 Pre-Construction Conference 8 16 8 16 8 16 72 $2,208 $500 $4,658 $7,366
3 Construction Mt s&Site Visits 20 80 40 40 20 20 220 $7,456 $7,090 $1,000 $15,732 $31,278
4 Submittal Review 18 80 40 60 16 20 234 $7,837 $500 $16,536 $24,872
5 Pay Estimate Review 8 20 10 16 20 74 $2,298 $250 $4,849 $7,396
6 Change Order Processing 18 40 20 24 16 12 130 $4,410 $200 $9,306 $13,916
7 Contract Close-out 4 16 8 16 8 52 $1,686 $500 $3,558 $5,745
8 1 2 16 8 16 40 4 86 $2,526 $500 $5,329 $8,355
Subtotal Construction Phase 80 272 134 204 108 108 906 $29,467 $7,090 $8,450 $62,174 $107,181
TOTAL DESIGN,BID,AND CONSTRUCTION PHASE 1 296 806 678 888 764 396 3828 $120,050 $110,271 1 $12,850 $253,305 1 $496,475
0007383ZXLS K FRIESE&ASSOCIATES,INC. to,&2004
i
t f ,
• .� � fix, ". �`y r.� -_. � � � -
M
I
^� gf
3
ifi
� ,4Rs 4 •..uc r- f F...
l
I
662 `.
r � r
r _
•,11 {� t~J� 4 a-1 K J' _,,.,.»� ��'.�..�tin�4''�'�"af�..'......e+`•"swr..
� � �y,Y moi• to �1 .., �"`'-:--'�
r ^
F
644
irI e;z�,
DPCINT0BRU A i ' " � -
4'OLVASTEWAtI'€t '
off
DATE: October 21, 2004
SUBJECT: City Council Meeting - October 26, 2004
ITEM: 15.C.1. Consider a resolution authorizing the Mayor to execute
Supplemental Agreement No. 1 to the Agreement for
Engineering Services with K. Friese & Associates, Inc. for the
McNutt Creek Wastewater Interceptor Project - Phase I.
Department: Water and Wastewater Utilities
Staff Person: Tom Clark, Utilities Director
Justification:
The McNutt Creek drainage basin is located on the eastern end of the City's ETJ. There is
no wastewater infrastructure in this part of the Round Rock ET]. To prepare for the
development and growth, the City has developed a Wastewater Master Plan that includes
the construction of this interceptor to serve this area. The construction of this interceptor
will allow the developer's to tie into the City's wastewater system in the near future.
The Supplemental Agreement No. 1 is for engineering services for design phase, bidding
phase, and construction phase services for the wastewater interceptor. The design phase
services shall consist of public involvement/landowner coordination, design flow and
modeling analysis, tree survey, cultural resources survey, design survey, geotechnical
investigation, pipeline design, lift station design, and permitting.
Funding:
Cost: $496,725.00
Source of funds: Capital Projects Funds (Utility Fund)
Outside Resources: K. Friese &Associates
Background Information•
The project scope of work is to construct a large wastewater interceptor from the existing
Brushy Creek Regional Wastewater Plant located on the eastern side of the City of Round
Rock, and extend north-easterly to a certain point along the McNutt Creek. The total length
of the wastewater line will be approximately 9,200 linear feet of 48-inch diameter pipe. K.
Friese was contracted with the City for Preliminary Engineering Services. These services
were completed in September 2004. The City anticipates that the final design and
construction of the project can be complete within 18 months of awarding this contract to K.
Friese &Associates.
Public Comment: N/A
.... ......... ... ... ..... . .
'SRO N ! ROCK, TEXAS
PURP . PASSION. PROSPERITY.
November 5, 2004
Mr. Tom Owens, P.E.
Associate
K. Friese & Associates, Inc.
6601 Cat Creek Trail
Austin, TX 78731
Dear Mr. Owens:
The Round Rock City Council approved Resolution No. R-04-10-26-
15C 1 at their regularly scheduled meeting on October 26, 2004. This
resolution approves Supplemental Agreement No. 1 for the McNutt
Creek Wastewater Interceptor Project - Phase I.
Enclosed is a copy of the resolution and original agreement for your
files. If you have any questions, please do not hesitate to contact Tom
Clark at 218-5555.
Sincerely,
Mayor
Nyle Maxwel Sherri Monroe
Mayor Pro-tem Assistant City Secretary
Alan McGraw
Council Members
Tom Nielson Enclosure
Carrie Pitt
Scot Knight
Scott Rhode
Gary Coe
City Manager
James R.Nuse,P.E.
City Attorney
Stephan L.Sheets
CITY OF ROUND ROCK Administrative Dept.,221 East Main Street•Round Rock,Texas 78664
Phone:512.218.5400•Fax:512.218.7097•www.ci.round-rock.tx.us
EXECUTED
DOCUMENT
FOLLOWS
STATE OF TEXAS §
COUNTY OF WILLIAMSON §
SUPPLEMENTAL AGREEMENT NO. 1
TO AGREEMENT FOR ENGINEERING SERVICES
FIRM: K. Friese & Associates,Inc. ("Engineer")
ADDRESS: 7600 Burnet Road, Ste. 290,Austin,TX 78757
PROJECT: McNutt Creek Wastewater Interceptor
This Supplemental Agreement No. 1 to Agreement for Engineering Services is made by and
between the City of Round Rock, Texas, hereinafter called the "City" and K. Friese &
Associates, Inc., hereinafter called the "Engineer".
WHEREAS, the City and Engineer executed an Agreement for Engineering Services,
hereinafter called the "Agreement", on the 13th day of May, 2004 for the McNutt Creek
Wastewater Interceptor in the amount of$79,991.66; and
WHEREAS, it has become necessary to amend the Agreement to modify the provisions for the
scope of services and modify the compensation; and
NOW THEREFORE, premises considered, the City and the Engineer agree that said
Agreement is amended as follows:
1.
Article 2, Scope Of Services To Be Performed By Engineer and Exhibit B, Services To Be
Performed By The Engineer shall be amended as set forth in the attached Addendum To Exhibit
B.
II.
Article 4 Compensation and Exhibit D, Fee Schedule shall be amended by increasing by
$496,725.00 the lump sum amount payable under the Agreement for a total of$576,716.66, as
shown by the attached Addendum to Exhibit D.
IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental
Agreement in duplicate.
Q-04-10-a47-151-21
Supplemental Agreement Rev.03/02/04
KFriese-McNuttCrk;#73827
1
K. FRIESE & ASSOCIATES,INC.
By: \
4 rump
koku kog
Date
CITY OF R N O OVED AS O FORM:
By:
ell, ayor Step n L. Sheets, City Attorney
�o-acs -off
Date
Supplemental Agreement Rev.03/02/04
Uriese-McNuttCrk;#73827
2
ADDENDUM TO EXHIBIT B
Services to be Performed by the Engineer
The changes to the scope of this project are as follows:
EXHIBIT B
ENGINEERING SERVICES
General
The work to be performed by K Friese&Associates, Inc. (KFA)under this contract shall
consist of providing Design Phase, Bid Phase, and Construction Phase services for the
McNutt Creek Interceptor Project—Phase 1. The project will consist of approximately 9,200
linear feet of 48-inch diameter wastewater interceptor extending from McNutt Creek north of
Highway 79 to the Brushy Creek Regional Wastewater Treatment Plant(BCRWWTP)and a
lift station at the BCRWWTP designed to pump projected 10-year flows to the plant
headworks. The project is more fully described as Option A in the Preliminary Engineering
Report, McNutt Creek Interceptor—Phase 1 (PER).
KFA shall provide the following services required for Design Phase, Bid Phase,and
Construction Phase of the above-referenced project:
DESIGN PHASE SERVICES
A. Project Kick-off and Coordination Meetings
1. Meet with City Staff and LCRA to review/discuss project details,work plan, and
schedule.
2. KFA will meet with City Staff once per month for the duration of the design phase to
provide project updates and review the schedule. Four additional meetings have been
assumed for review of City comments on 30%, 60%, 90%, and 100% submittals.
B. Public Involvement/Landowner Coordination
1. The general horizontal alignment of the interceptor is described in the PER.
Meetings with City Staff and an affected landowner indicate there may be some
adjustment to the alignment at the north end of the project. KFA will work with City
staff to establish a final horizontal alignment at the north end of the project and
approximately locate the alignment in the field(ribbon, paint, lathes,etc.) in
preparation for design field work.
2. Coordinate project design and construction with LCRA and BRA staff and
consultants for construction on LCRA property. Coordination will include but not be
limited to access, staging areas, lift station electrical service, pipeline routes, and
construction timeframes.
C. Design Memorandum
1. KFA will work with City Staff to establish and document design criteria and design
assumptions. The document will be reviewed and updated throughout the design
phase and incorporated into the Final Engineering Report.
Page 1 of 5
EXHIBIT B
ENGINEERING SERVICES
D. Design Flows and Modeling Analysis
1. Discussions with City Staff indicate the interceptor service area may be expanded
beyond the service area considered in the PER, specifically, some portions of the
Forest Creek service area may be added. KFA will update the spreadsheet model
developed for the project to incorporate any additional flows and re-evaluate pipe size
and slope required for the project.
2. The lift station will be designed for 10-year projected flows from the basin to
coincide with the future LCRA BCRWWTP expansion(year 2015 to 2017)and
construction of a new plant influent lift station. The City provided preliminary 10-
year flows for analysis in the PER. KFA will work with City Staff to finalize flows
for lift station design.
E. Tree Survey
L SWCA will inventory all protected trees(trees greater than 8-inches in diameter,
excluding Chinaberry, Hackberry,Ash Juniper(Cedar), Chinese Tallow and Bois
D'arc)by flagging,tagging, ajid recording information specific to each tree in a 150-
foot corridor along the project alignment. The trees will be located by Inland Civil
Associates, LLC (Inland)during the design survey and pertinent information will be
shown on the project construction plans.
F. Cultural Resources Survey
1. SWCA will conduct a cultural resources survey of the project in compliance with the
Antiquities Code of Texas. The survey will include coordinating with the Texas
Historical Commission(THC), applying for a Texas Antiquities Permit to conduct
field work,and preparation of a report documenting the findings of the survey.
G. Design Survey and Easement Metes and Bounds
I. Inland will recover the primary control established during the Preliminary
Engineering Phase and perform a design survey, including a 1-foot topographic
survey within a 150-foot wide corridor along the project alignment, record evidence
of existing utilities, and the location of geotechnical bore holes.
2. Inland will prepare metes and bounds descriptions for permanent wastewater
easements and temporary construction easements along the project route for easement
acquisition by the City. Easements for 8 properties have been assumed for budgeting
purposes. Inland will provide an overall easement map showing all proposed
easements, acreage, owner, and parcel number for the project. The parcel number
will be shown on each corresponding metes and bounds description.
Page 2 of 5
EXHIBIT B
ENGINEERING SERVICES
H. Geotechnical Investigation
1. Fugro Consultants, LP (Fugro)will perform a geotechnical investigation and
document the findings in report form. The investigation will include borings at
approximately 500-foot intervals along the project route, installation and monitoring
of 4 piezometers, and laboratory testing.
I. Pipeline Design
1. Once the horizontal alignment has been finalized and modeling completed KFA will
develop construction plans, contract documents and technical specifications for the
project. Construction plans will include notes, plan and profile sheets, erosion and
sedimentation controls,tree protection,traffic control, and detail sheets,at a
minimum. City of Round Rock standard details will be used as applicable and
special details and specifications developed. Contract documents will also include a
storm water pollution prevention plan(SWPPP).
J. Lift Station Design
1. The proposed lift station to be located at the BCRWWTP will be designed for the
projected 10-year flows to pump flows from the interceptor to the plant headworks
until the future plant expansion and new influent lift station are completed. KFA will
perform a hydraulic analysis of the proposed lift station and the pumps,piping and
wet well will be sized accordingly. The final design will consist of a site layout,
selection of electrical and mechanical equipment, and preparation of plan views,
sections and details as necessary to construct the lift station. The site layout will be
coordinated with the LORA,BRA and City of Round Rock. The pumps,piping and
valving will be specified and their orientation shown on the plans. Specifications will
be prepared for the various specialties of the lift station.
2. James R. Schultz&Associates, Inc. (JRSA)will perform the electrical and control
design for the lift station. The lift station will be tied to the City of Round Rock
SCADA system. Per discussions with the City and LCRA we have assumed the
power will be taken from the BCRWWTP internal power loop and that an emergency
generator will not be required.
3. Bontempo Structural Engineering, Inc. (BSE)will perform the structural design
related to the lift station, including the wet well,valve vault, and pads for at grade
equipment.
K. Permitting
1. KFA will coordinate the U.S. Highway 79 crossing with the Texas Department of
Transportation and obtain the necessary approval and permit. KFA will also
coordinate with Union Pacific Railroad to obtain a railroad crossing license for the
project.
Page 3 of 5
EXHIBIT B
ENGINEERING SERVICES
2. We expect the project to fall under Nationwide Permit 12(NWP 12). US Army
Corps of Engineers(USACE)notification is not required as a condition of NWP 12.
SWCA will work with KFA to ensure the final project plans and specifications meet
the terms and conditions of NWP 12. If conditions are such that pre-construction
notification(PCN)of the USACE is required(greater than 0.10 acres of jurisdictional
waters of the US or wetlands are impacted), SWCA will prepare and submit the PCN.
3. KFA will permit any work within the 100-year floodplain with the appropriate
floodplain coordinator.
4. KFA will submit a summary letter to TCEQ documenting the project and address any
comments or requests for additional information typically necessary for construction
approval.
L. Deliverables
1. KFA will compile a Final Engineering Report documenting the rationale for line
sizing and alignment selection, lift station and component sizing,the USACE
Jurisdictional Waters Delineation, and the Cultural Resources Survey.
2. KFA will provide 30%, 60%, 90%, and 100% submittals to the City for review and
comment. Submittals will include 3 sets of 1/2 size drawings and contract documents
and technical specifications as they are developed. Each submittal will also include
an updated project cost estimate.
3. The final submittal will include one full size set of reproducible construction plans
and complete set of contract documents and technical specifications suitable for
public bidding.
BID PHASE SERVICES
A. KFA will assist the City during the Bid Phase with contract document distribution,
conducting the pre-bid conference and bid opening,and providing assistance throughout
the bidding process. Services during the bid phase will include:
1. Conduct pre-bid conference. KFA will conduct a pre-bid conference including
preparation of agenda, documentation of attendees, documentation of questions and
any responses provided at the meeting, and issuance of a follow-up addendum if
necessary.
2. Reproduce, distribute and log bid documents. KFA will make bid documents
available at our office for potential bidders and maintain a log of all documents
distributed. Fees for bid documents will be payable to KFA.
3. Interpret plans and specifications and issue addenda. KFA will keep records of all
inquiries and issue clarifications in addendum format only. KFA will draft addenda
and review with the City prior to issuance. KFA will issue addenda to all plan
holders via facsimile.
4. Conduct bid-opening, bid tabulation, bid evaluation, and issue a recommendation.
KFA will conduct the public bid opening and record all bids received. After receipt
of bids,KFA will tabulate the bids in unit price format. KFA will evaluate the bids
Page 4 of 5
EXHIBIT B
ENGINEERING SERVICES
for responsiveness, meet with the low bidder if necessary, and issue a
recommendation of award to the City.
5. Assist the City in awarding contracts. KFA will assemble five(5)bound sets of
contract documents and coordinate with the Contractor and City in their execution.
CONSTRUCTION PHASE SERVICES
A. KFA will assist the City with contract administration during the construction phase of the
project. We understand the City will provide required construction inspection services.
KFA's services will include:
1. Construction document reproduction and distribution. KFA will incorporate addenda
items in the construction documents as appropriate and reproduce and distribute the
documents. For budgeting purposes we have assumed 10 sets of Contract Documents
and Technical Specifications,ten full size sets of Construction Plans and ten V2 size
sets of Construction Plans.
2. Conduct pre-construction conference. KFA will conduct a pre-construction
conference with the City, Contractor, and other parties as appropriate, including
preparing the agenda and meeting minutes.
3. Conduct regular construction meetings. KFA will conduct regular construction
meetings with the City, Contractor, and other parties as appropriate, including
preparing the agenda and meeting minutes. For budgeting purposes we have assumed
twenty meetings.
4. Site Visits. KFA will visit the site(typically twice per month)to check the progress
of the work and verify general conformance with the project plans and technical
specifications.
5. Submittal Review. KFA will maintain a log of all Contractor submittals,track review
progress,review and approve submittals,and distribute submittals to the appropriate
parties.
6. Pay Estimate Review. KFA will review the Contractor's pay estimates after approval
by the City's on-site Inspector and make recommendations for payment.
7. Preparation of Change Orders. KFA will review all Contractor's requests for Change
Orders and prepare and distribute Change Orders as appropriate.
8. Contract Close-out. KFA will conduct a final project walk-thru, document"punch
list items", issue a Certificate of Substantial Completion and issue an Engineer's
Concurrence for Project Acceptance letter. KFA will also notify TCEQ of project
completion.
9. Record Drawings. KFA will use the Contractor's redline as-built drawings to
document as-built conditions in the final record drawings. KFA will supply the City
with one set of reproducible Record Drawings.
Page 5 of 5
l +
i
t.
l� I
_ S
7
r`
vc __
"
u .
,
I
_ _ I
r h
I
_ EI r.
Ic j
I
E
t - c ¢
ADDENDUM TO EXHIBIT D
Fee Schedule
The changes to the fee schedule for this project are as follows:
EXHIBIT D
MCNUTT CREEK INTERCEPTOR PROJECT-PHASE I
FEE SCHEDULE
$48.10 $39.75 $33.45 $28.85 $25.00 $16.10 2.11
Project Project Project CADD Total Direct Sub- Overhead&
Principal Manager Engineer I Engineer II Technician Clerical Labor Labor Consultant Expenses Profit Total
Task Hours Hours Hours Hours Hours Hours Hours Cost Cost Cost Cost Cost
DESIGN PHASE SERVICES
A. Project Kick-off&Coordination
1 Kick-off Meeting 8 12 8 12 4 B 52 $1,704 $50 $3,596 $5,351
2 Project Meetings 40 80 80 40 20 20 280 $9,756 $200 $20,585 $30,541
B. Public InvolvemenULandowner Coordination
1 Private Landowner Coordination 4 12 32 8 8 64 $1,921 $100 $4,054 $6,076
2 LCSig M Coordination 24 24 32 24 16 4 124 $4,336 $100 $9,148 $13,584
C. Design Memorandum 8 16 32 32 24 112 $3,401 $100 $7,176 $10,676
D. Design Flows&Modeling Analysis
1 Update Spreadsheet Model 4 8 24 12 48 $1,503 $3,171 $4,674
2 Lift Station Flows
4 8 16 28 $1,046 $2,206 $3,252
E. Tree Survey 16 20 16 4 56 $1,677 $3,600 $100 $3,539 $8,917
F. Culture)Resources Survey 16 8 16 4 44 $1,331 $6,200 $100 $2,809 $10,440
G. Design Survey&Esmt Metes&Bounds 4 24 20 16 4 68 $2,188 $30,383 $100 $4,616 $37,287
H.
Geotechnical Investigation 12 4 20 16 8 60 $1,717 $43,138 $100 $3,622 $48,576
TK.
Pipeline Design 32 120 160 220 300 40 872 $26,152 $200 $55,181 $81,533
Lift Station Design
Civil/Mechanical Design 16 40 80 20 80 32 268 $8,128 $100 $17,150 $25,377
Electrical&Controls Design 4 8 16 16 44 $1,446 $11,860 $100 $3,050 $16,456
Structural Design 4 8 16 40 68 $2,046 $4,800 $100 $4,316 $11,262
Permitting16 24 4 40 24 16 124 $3,869 $3,200 $750 $8,164 $15,983
DeliverablesFinal Engineering Report 16 24 32 40 8 24 144 $4,534 $250 $9568 $14,352
Design Submittals 12 24 32 40 40 4 152 $4,820 $1000 $10,170 $15,990
Final Submittal 8 16 8 8 8 8 56 $1,848 $200 $3,899 $5,947
Subtotal Design Phase 204 492 520 600 640 208 2664 1 $83,422 $103,181 $3,650 $176,021 $366,274
BID PHASE SERVICES
1 Pre-Bid Conference 4 6 8 16 12 48 $1,. 3 $500 $3,023 $4,956
2 Distribute Bid Documents 6 12 24 42 $971 $2,049 $3,020
3 Addenda 2 16 12 24 16 16 86 $2,484 $100 $5,240 $7,824
4 Bid Opening&Recommendation 4 8 4 20 16 52 $1,479 $50 $3,120 $4,649
5 Contract Award Assistance 2 4 12 1 1 12 30 $795 $100 $1,677 $2,571
Subtotal Bid Phase 12 42 24 84 1 16 80 258 $7,161 $0 $750 $15,109 $23,020
CONSTRUCTION PHASE SERVICES
1 Contract Document Distribution 2 4 16 8 8 38 $1,046 $5,000 $2,206 $8,252
2 Pre-Construction Conference 8 16 8 16 8 16 72 $2,208 $500 $4,658 $7,366
3 Construction Mtgs&Site Visits 20 80 40 40 20 20 220 $7,456 $7,090 $1,000 $15,732 $31,278
4 Submittal Revew 18 80 40 60 16 20 234 $7,837 $500 $16,536 $24,872
5 Pay Estimate Review 8 20 10 16 20 74 $2,298 $250 $4,849 $7,396
6 Change Order Processing 18 40 20 24 16 12 130 $4,410 $200 $9,306 $13,916
7 Contract Close-out 4 16 8 16 8 52 $1,686 $500 $3,558 $5,745
8 Record Drawin s 2 16 8 16 40 4 1 86 1 $2,526 $5001 $5,329 $8,355
Subtotal Construction Phase 80 1 272 1 134 204 0. 1 108 906 $29,467 $7,090 1 $8,450 1 $62,174 $107,181
TOTAL DESIGN,BID,AND CONSTRUCTION PHASE 296 1 806 678 888 764 1 396 1 3828 1 $120,050 $110,271 $12,850 1 $253,305 $496,475
00073832.XLS K FRIESE&ASSOCIATES,INC. 101&2004
I