R-08-10-23-12E2 - 10/23/2008RESOLUTION NO. R -08-10-23-12E2
WHEREAS, the City of Round Rock has previously entered into a
Contract for Engineering Services ("Contract") with Camp Dresser &
McKee, Inc. for the Water Treatment Plant for the Cedar Park/Round
Rock/Leander Regional Water System Improvements Project, and
WHEREAS, Camp Dresser & McKee, Inc. 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 Camp Dresser & McKee, Inc., 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
Camp Dresser & McKee, Inc., 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 23rd day of October, 2008.
ATTEST: siliA4t.A.,„
SARA L. HITE, City Secretary
0:\WDOX\RESOLUTI\R81023E2.DOC/rmc
ALAN MCGRAW, Mayor
City of Round Rock, Texas
STATE OF TEXAS
COUNTY OF WILLIAMSON
SUPPLEMENTAL CONTRACT NO. 3
TO CONTRACT FOR ENGINEERING SERVICES
FIRM: CAMP DRESSER & MCKEE, INC. ("Engineer")
ADDRESS: 12357-A Riata Trace Parkway, Suite 210
Austin, TX 78727
PROJECT: Water Treatment Plant for the Cedar Park/Round Rock/Leander Regional
Water System Improvement
This Supplemental Contract No. 3 to Contract for Engineering Services is made by and between
the CITY OF ROUND ROCK, (hereinafter referred to as "Round Rock"), the CITY OF CEDAR
PARK, (hereinafter referred to as "Cedar Park"), the CITY OF LEANDER, (hereinafter referred
to as "Leander"), (all collectively referred to hereinafter as "Owners") and Camp Dresser &
McKee, Inc., (hereinafter called the "Engineer").
WHEREAS, the Owners and Engineer executed a Contract for Engineering Services, hereinafter
called the "Contract", on the 21st day of December, 2006 for the Water Treatment Plant for the
Cedar Park / Round Rock / Leander Water System Improvement Project in the amount of
$703,112.00; and
WHEREAS, the Owners and Engineer executed Supplemental Contract No. 1 on April 12, 2007
to modify the provisions for the scope of services, to increase the compensation by
$2,606,800.00 to a total of $3,309,912.00; and
WHEREAS, the Owners and Engineer executed Supplemental Contract No. 2 on September 13,
2007 to modify the provisions for the scope of services, to increase the compensation by
$850,693.00 to a total of $4,160,605.00; and
WHEREAS, it has become necessary to amend the Contract to modify the provisions for the
scope of services, to increase the compensation by $953,804.00 to a total of $5,114,409.00; and
NOW THEREFORE, premises considered, the Owners 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 D, Work Schedule shall be amended as
set forth in the attached Addendum To Exhibit D.
Supplemental Contract #3 Rev.10/2008
CORR Project # WAO5TRVRAW 84275
00146837/0140.4622
1
EXHIBIT
a
II.
Article 4, Compensation and Exhibit E, Fee Schedule shall be amended by increasing by
$953,804.00 the lump sum amount payable under the Contract for a total of $5,114,409.00, as
shown by the attached Addendum to Exhibit E.
IN WITNESS WHEREOF, the Owners and the Engineer have executed this Supplemental
Contract.
Supplemental Contract #3
CORR Project # WAO5TRVRAW
00146837/0140.4622
Rev.10/2008
84275
CITY OF ROUND ROCK, TEXAS APPROVED AS TO FORM:
By:
Man McGraw, Mayor
ATTEST:
By:
Sara L. White, City Secretary
Supplemental Contract #3
CORR Project # WAO5TRVRAW
00146837/0140.4622
Stephan L. Sheets, City Attorney
Rev.10/2008
84275
CITY OF CEDAR PARD TEXAS APPROVED AS TO FORM:
By:
Brenda Eivens, City Manager
A'11 EST:
By:
LeAnn Quinn, City Secretary
Supplemental Contract #3
CORR Project # WA05TRVRAW
00146837/0140.4622
4
Charles Rowland, City Attorney
Rev.10/2008
84275
CITY OF LEANDER, TEXAS APPROVED AS TO FORM:
By:
John Cowman, Mayor
ATTEST:
By:
Debbie Haile, City Secretary
Supplemental Contract #3
CORR Project # WAO5TRVRAW
00146837/0140.4622
5
Diana Granger, Attorney
Rev.10/2008
84275
CAMP DRESSER & McKEE INC.
By:
Allen D. Woelke, P.E., Vice President
Supplemental Contract #3
CORR Project # WAO5TRVRAW
00146837/0140.4622
6
Rev.10/2008
84275
ADDENDUM TO EXHIBIT B
Engineering Services
The changes to the scope of this project are as follows:
Task 1:Texas Water Development Board (TWDB) Funding Application
1. Prepared and submitted copies of preliminary Environmental Assessment (EA) to
TWDB and OWNER.
2. Received comments, revised EA and transmitted copies of revised EA to TWDB and
OWNER.
3. Received additional comments, revised EA and distributed revised EA to TWDB.
4. Submitted Supplemental Loan Application Data, Williamson County Groundwater
Study, Water Conservation Plan & Drought Contingency Plan for Leander and Cedar
Park to TWBD.
5. Revised engineering budget and submitted to TWDB.
6. Conducted/attended meetings associated with EA between TWDB, OWNER and
ENGINEER.
7. Revised Division 0 contract bidding documents as required for TWBD funded projects,
and transmitted these changes to OWNER and their consultants.
Task 2: Water Demand vs. Production Analysis
1. Modified ENGINEER's database to describe the revised water demand productions of
Cedar Park, Leander, and Round Rock with existing treatment system capacities.
2. Determined additional capacity needed from BCRWTP to supplement the participating
cities (i.e., Cedar Park, Leander, and Round Rock) as the water demand grows beyond
their system capacities. Developed charts of projected water demand of participating
cities vs. the proposed production of BCRWTP, and charted the combined demands of
the participating cities vs. the proposed production of BCRWTP.
3. Determined minimum flow production of BCRWTP needed to meet demands from the
participating cities.
Task 3: BCRWTP Phasing Option Analysis
1. Using the information obtained from Task 2, ENGINEER prepared detailed analysis of
process equipment and developed phasing options to meet projected demands.
2. Modified the charts from Task 2 to determine when different BCRWTP Phases need to
be online to meet projected demands.
3. Revised Water Balance to incorporate sedimentation basin overflow rates, flocculator
detention times, and filter loading rates for re -rating.
4. Analyzed water balances and water demands to determine sub -phase options for
Phasel (i.e., PhaselA, 1B, 1C & 1D) by deferring portions of the Project
Task 4: Value Engineering Analysis
1. Incorporated results from Tasks 2 and 3 to determine cost saving options available to
Project.
2. Performed preliminary engineering feasibility analysis of each VE option identified,
prepared presentations, facilitated and presented VE findings to OWNER and City
Managers at meetings.
3. Compiled equipment and/or asset lists with cost estimates for lab equipment, office
furniture, maintenance shop equipment and grounds shop equipment. Distributed
findings to OWNER.
4. Prepared inflation based financial analysis of re -phasing the Project to assist OWNER's
evaluation of proposed VE options.
5. OWNER/ENGINEER established 14 value engineering (VE) options and deductive
alternatives totaling $13,759,000. Prepared May 30, 2008 technical memorandum to
describe VE recommendations.
Task 5: BCRUA Master Agreement Assistance
1. Prepared spreadsheet describing proposed Phase 1A, 1B, 1C and 1D unit process
equipment and elements of construction, and assigned flow capacities (MGD) to each
element. This task allowed OWNER to weigh which assets provide value in the future
or beyond Phase 1.
2. Modified spreadsheet to indude costs for each unit process element of construction.
3. Using OWNER's participation percentage assigned to Cedar Park, Leander, and Round
Rock for each construction element, ENGINEER allocated costs for Phase 1A, 1B, 1C
and 1D.
4. Revised Sections 1.0 and 12.0 of the Facility Plan to reflect Task 3's phasing analysis and
Task 4's revised costs, and rename document as the Preliminary Design Report (PDR).
Transmitted 4 copies of PDR to OWNER for insertion into Master Agreement.
5. Revised Phase 1A construction cost budget to reflect updated commodity / raw
material unit prices and issued memorandums describing findings.
Task 6: Tree Clearing in Southwest Corner of Plant Site
1. Mobilized ENGINEER's surveyor subconsultant and cleared trees in southwest corner
of Plant site so that our proposed construction schedule does not interfere with the
Golden-Cheeked Warbler migration and mating patterns.
Task 7: Permit Fees
1. ENGINEER paid the Project's building permit fees and other zoning, annexation, and
permitting fees as directed by OWNER.
Task 8: PEC Easement Staking and Tree Clearing
1. Mobilized ENGINEER's surveyor subconsultant to stake the Pedernales Electric
Cooperative (PEC) easement and dear trees within PEC easement.
Task 9: Modify Contract Documents to Implement Value Engineering (VE)
Recommendations
1. Motor Operated Valve Deductive Alternate
a. Revise Contract Documents in the form of a Deductive Alternate to replace all
proposed motor operated yard valves with direct bury style manual valves without
a valve manhole.
b. This change requires adding additional drawing sheets and making revisions to the
process mechanical, civil, instrumentation and control and electrical drawings to
reflect changes.
2. Sludge Thickener Deferral
a. Revise Contract Documents to delete the lst Stage Sludge Thickener and all related
piping, valves and electrical equipment, and defer all related system infrastructure
to a later phase.
b. This change requires revisions to the structural, process mechanical, civil,
instrumentation and control and electrical drawings.
3. Washwater Settling Basin. Deductive Alternate
a. Revise Contract Documents in the form of a Deductive Alternate to delete the
Washwater Settling Basin.
b. This change requires adding additional drawing sheets and making revisions to the
structural, process mechanical, civil yard piping, civil grading, instrumentation and
control and electrical drawings.
4. Elevated Storage Tank Deferral
a. Revise Contract Documents to delete the Elevated Storage Tank (EST) and all
related piping, valves and electrical equipment, and defer all related system
infrastructure to a later phase.
b. Design a new instrumentation and control strategy for the Booster Pump Station
that will operate based on the hydraulic grade line (HGL) from the Cedar Park and
Leander distribution systems.
c. Design a new Surge Relief Valve Station on the Booster Pump Station discharge
Piping-
d. Review booster pump capacity and power requirements considering a deleted EST,
and review pump runout with flow control valves.
e. Create and run surge analysis model considering booster pumps without the
elevated storage tank.
f. This change requires revisions to the structural, process mechanical, civil yard
piping, civil grading, instrumentation and control and electrical drawings.
5. Relocate and Reduce Clearwell Capacity
a. Revise Contract Documents to construct the north clearwell first, and reduce the
capacity of the clearwell from 5 MG to 4 MG.
b. Redesign the suction header to Booster Pumps Station.
c. Review hydraulic modeling to confirm that peak demand with 4 MG tank is
satisfied.
d. Revise the tree preservation list and grading plans to incorporate changes.
e. Mobilize geotechnical engineer to perform two (2) additional soil borings for the
north clearwell.
f. This change requires revisions to the process mechanical, civil yard piping,
instrumentation and control and electrical drawings.
6. Revise Yard Piping to North Clearwell
a. Delete yard piping to south dearwell and revise piping to reflect new clearwell size
and location.
b. This change requires revisions to the process mechanical, civil yard piping,
instrumentation and control and electrical drawings.
7. 54" Raw Water B -Pipeline Deductive Alternate
a. Revise front end documents to reflect deductive alternate in lieu of additive
alternate included in 99% Complete Submittal, which will be accomplished at no
cost.
8. Optimize Pavement Design
a. Revise design of 2.5" HMAC with a 14" base to 2" HMAC with a 10" base.
b. This change requires revisions to the civil details.
9. Portion of Road "B" Deferral
a. Delete north section of Road "B" around deferred EST.
b. This change requires revisions to the site grading, stormwater conveyance, civil
roadway drawings and the tree preservation list.
10. Treatment Structure Partial Deferral
a. Revise Contract Documents to:
1) Construct Sedimentation Basins 1C -2C, Flocculators 1A C thru 4A -C (Total of
12) including both structure and equipment.
2) Construct structure for Filters 1-8 and all Filter Inlet Channels; however,
design will include providing media and equipment for Filters 1C -4C and 8C
only (Total of 5).
3) Defer Sedimentation Basins 3C -4C, Flocculators 5A -C thru 8A -C (Total of 12)
and media and equipment for Filters 5C -7C; however, design will include
constructing the Raw Water Pipe Gallery for Sedimentation Basins 3C -4C with
provisions for future piping, etc.
b Revise structural design to allow for the future construction of Sedimentation
Basins 3-4.
c. This change requires revisions to the process mechanical, instrumentation and
control and electrical drawings.
11. Revise Filtered Water (FLW) Piping, Disinfection Basin and Bypass Piping
a. Delete manifold filtered water piping from TSC, and increase size of filtered water
line beneath TSC.
b. Design new Filter Control Box downstream of Disinfection Basin to control filter
hydraulics, and revise yard piping to incorporate changes.
c. Design bypass piping around the Disinfection Basin with isolation valves.
d. Revise CT calculations and layout of Disinfection Basin to accommodate revised
yard piping, and reduce size of Disinfection Basin to include the additional
common header pipe available for CT disinfection.
e. Revise and update hydraulic profile.
f. This change requires revisions to the structural, process mechanical, civil yard
piping, civil grading, instrumentation and control and electrical drawings.
Task 10: Prepare Additional Interim Design Deliverable Incorporating VE Changes
1. Prepare additional interim design deliverable incorporating VE actions, and submit
additional 99.5% plans and specifications.
2. Conduct informal 99.5° Complete Design Workshop (Process Mechanical, Electrical
and Instrumentation Disciplines Only).
3. Conduct interdisciplinary design QA/QC workshops between all disciplines (i.e.,
structural, civil, process mechanical, plumbing, fire, HVAC, architectural, landscape
architectural, electrical and instrumentation) to coordinate new changes to contract
documents.
4. Produce approximately 25 review sets of contract drawings (-600 sheets) and
specifications (3 volumes) for ENGINEER's design team, and another 8 review sets for
the OWNER.
5. Prepare construction cost opinion to reflect final design configuration.
Task 11: Re -Issue Pre -Qualification Package To Potential General Contractors
1. Revise original pre -qualification package and schedule, and coordinate public notice
with newspapers.
2. Receive pre -qualification packages and review two new packages and five updated
packages from previously pre -qualified contractors for content and qualifications
Prepare summary matrix of results and recommendations to OWNER.
3. Conduct review workshop with OWNER and prepare letters of recommendation.
Task 12: Final Texas Water Development Board (TWDB) Funding Application
2. Prepare and submit copies of final Environmental Assessment (EA) to TWDB and
OWNER, and conduct/attend various meetings associated with EA between TWDB,
OWNER and ENGINEER.
ADDENDUM TO EXHIBIT D
Work Schedule
The changes to the Work Schedule for this project are as follows:
Attached Behind This Page
ADDENDUM TO EXHIBIT D
Work Schedule
TASK
No.
TASK DESCRIPTION
END DATE
1.0 TWDB FUNDING APPLICATION
2.0 WA I'ER DEMAND vs. PRODUCTION ANALYSIS
3.0 PHASING OPTION ANALYSIS
4.0 VALUE ENGINEERING ANALYSIS
5.0 MASTER AGREEMENT ASSISTANCE
6.0 TREE CLEARING IN SOUTHWEST CORNER OF 51'1'h
7.0 PERMIT FEES
8.0 PEC EASEMENT STAKING and TREE CLEARING
9.0 MODIFY CONTRACT DOCUMENTS TO IMPLEMENT
VALUE ENGINEERING (VE) RECOMMENDATIONS
10.0 PREPARE ADDITIONAL INTERIM DESIGN DELIVERABLE
INCORPORATING VE CHANGES
11.0 REISSUE PRE -QUALIFICATION PACKAGE TO POTENTIAL
GENERAL CONTRACTORS
12.0 FINAL TWDB FUNDING APPLICATION
COMPLETE
COMPLETE
COMPLETE
COMPLKI'h
COMPLF:1'h
COMPLETE
COMPLETE
COMPLETE
October 22, 2008
October 3, 2008
October 22, 2008
December 18, 2008
ADDENDUM TO EXHIBIT E
Fee Schedule
The changes to the fee schedule for this project are as follows:
Attached Behind This Page
ADDENDUM TO EXHIBIT E
Fee Schedule
TASK TASK
No. TASK DESCRIPTION COST
1.0 $148,371
2.0 $16,460
3.0 $45,215
4.0 $161,557
5.0 $28,030
6.0 $2,390
7.0 $15,107
8.0 $5,570
9.0 MODIFY CONTRACT DOCUMENTS TO IMPLEMENT $435,716
VALUE ENGINEERING (VE) RECOMMENDATIONS
TWDB FUNDING APPLICATION
WA! EK DEMAND vs. PRODUCTION ANALYSIS
PHASING OPTION ANALYSIS
VALUE ENGINEERING ANALYSIS
MASTER AGREEMENT ASSISTANCE
TREE CLEARING IN SOUTHWEST CORNER OF SITE
PERMIT FEES
PEC EASEMENT STAKING and TREE CLEARING
10.0 PREPARE ADDITIONAL INTERIM DESIGN DELIVERABLE $61,493
INCORPORATING VE CHANGES
11.0 REISSUE PRE -QUALIFICATION PACKAGE TO POTENTIAL $8,795
GENERAL CONTRACTORS
12.0 FINAL TWDB FUNDING APPLICATION $25,100
TOTAL
$953,804
DATE: October 16, 2008
SUBJECT: City Council Meeting — October 23, 2008
ITEM: 12E2. Consider a resolution authorizing the Mayor to execute Supplemental
Agreement No. 3 with Camp Dresser & McKee, Inc. regarding the Water
Treatment Plant for the Cedar Park/Round Rock/Leander Regional Water
Project.
Department:
Staff Person:
Justification:
Water and Wastewater Utilities
Michael D. Thane, Director of Utilities
This Supplemental Contract No. 3 is for additional engineering services associated with the
Regional Water Supply System project. These services include coordination with the three
cities and the Texas Water Development Board (TWDB), performing Water Demand versus
Production Analysis for each city, Phase Option analysis, Value Engineering analysis, Master
Agreement assistance, tree clearing of Water Treatment Plant (WTP) site, permit fees,
Pedernales Electric Cooperative (PEC) easement staking and coordination, modifying Contract
Documents to implement Value Engineering opportunities, preparing Pre -Bid RFQ package,
review of Pre -Bid submittals and recommendation of Qualified bidders, perform Value
Engineering for cost saving opportunities, additional WTP design services, re -design of yard
piping, re -design of site drainage and detention system, and completion of final TWDB funding
application.
Funding:
Cost: $367,786.82
Source of funds: Capital Project Funds (Self -Financed Utility)
Outside Resources: Camp Dresser & McKee, Inc., City of Cedar Park, City of Leander
Background Information:
The cities of Round Rock, Cedar Park, and Leander have agreed to jointly pursue a Regional
Water System that will ultimately provide an additional 105.8 million gallons per day of potable
water to meet future water demands of the cities based on projected population growth.
The City Council has approved: the original contract R -06-12-21-9F3 on December 21, 2006;
Supplemental Contract No. 1 R -07-04-12-11F4 on April 12, 2007; and Supplemental Contract
No. 2 R -07-09-13-11D8 on September 13, 2007.
Public Comment: N/A
EXECUTED
DOCUMENT
FOLLOWS
STATE OF TEXAS
COUNTY OF WILLIAMSON
§
SUPPLEMENTAL CONTRACT NO. 3
TO CONTRACT FOR ENGINEERING SERVICES
FIRM: CAMP DRESSER & MCKEE, INC. ("Engineer")
ADDRESS: 12357-A Riata Trace Parkway, Suite 210
Austin, TX 78727
PROJECT: Water Treatment Plant for the Cedar Park/Round Rock/Leander Regional
Water System Improvement
This Supplemental Contract No. 3 to Contract for Engineering Services is made by and between
the CITY OF ROUND ROCK, (hereinafter referred to as "Round Rock"), the CITY OF CEDAR
PARK, (hereinafter referred to as "Cedar Park"), the CITY OF LEANDER, (hereinafter referred
to as "Leander"), (all collectively referred to hereinafter as "Owners") and Camp Dresser &
McKee, Inc., (hereinafter called the "Engineer").
WHEREAS, the Owners and Engineer executed a Contract for Engineering Services, hereinafter
called the "Contract", on the 21st day of December, 2006 for the Water Treatment Plant for the
Cedar Park / Round Rock / Leander Water System Improvement Project in the amount of
$703,112.00; and
WHEREAS, the Owners and Engineer executed Supplemental Contract No. 1 on April 12, 2007
to modify the provisions for the scope of services, to increase the compensation by
$2,606,800.00 to a total of $3,309,912.00; and
WHEREAS, the Owners and Engineer executed Supplemental Contract No. 2 on September 13,
2007 to modify the provisions for the scope of services, to increase the compensation by
$850,693.00 to a total of $4,160,605.00; and
WHEREAS, it has become necessary to amend the Contract to modify the provisions for the
scope of services, to increase the compensation by $953,804.00 to a total of $5,114,409.00; and
NOW THEREFORE, premises considered, the Owners 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 D, Work Schedule shall be amended as
set forth in the attached Addendum To Exhibit D.
Supplemental Contract #3 Rev.10/2008
CORR Project # WAO5TRVRAW 84275
00146837/0140.4622
ft.- DO to
II.
Article 4, Compensation and Exhibit E, Fee Schedule shall be amended by increasing by
$953,804.00 the lump sum amount payable under the Contract for a total of $5,114,409.00, as
shown by the attached Addendum to Exhibit E.
IN WITNESS WHEREOF, the Owners and the Engineer have executed this Supplemental
Contract.
Supplemental Contract #3
CORR Project # WAO5TRVRAW
00146837/0140.4622
2
Rev.10/2008
84275
CITY OF ROUND ROCK, TEXAS
By: )11
APP OVED AS TO FORM:
Alan McGraw, MayorSteph, L.Sheets, City Attorney
ATTEST:
By:
3vyko- tkaal
Sara L. White, City Secretary
Supplemental Contract #3
CORR Project # WAO5TRVRAW
00146837/0140.4622
3
Rev.10/2008
84275
CITY OF CEDAR PARK, TEXAS ey APPROVED AS TO FORM:
By: 6,t,i,1/44A,AA,eito
Brenda Eivens, City Manager
ATTEST:
By:
LeAnn Quinn, City Secretary
Supplemental Contract #3
CORR Project # WAO5TRVRAW
00146837/0140.4622
R--Of-10-23,
4
Charles Rowland, City Attorney
Rev.10/2008
84275
CITY OF LEANDER, TEXAS APPROVED AS TO FORM:
By:
ATTEST:
By:
eb
ie Haile, City Secretary
Ca&
Supplemental Contract #3
CORR Project # WA05TRVRAW
00146837/0140.4622
5
Diana Granger, Attorney
Rev.10/2008
84275
CAMP DRESSER & McKEE INC.
By: ;
Allen D. Woelke, P.E., Vice President
Supplemental Contract #3
CORR Project # WAOSTRVRAW
00146837/0140.4622
6
Rev.10/2008
84275
ADDENDUM TO EXHIBIT B
Engineering Services
The changes to the scope of this project are as follows:
Task 1:Texas Water Development Board (TWDB) Funding Application
1. Prepared and submitted copies of preliminary Environmental Assessment (EA) to
TWDB and OWNER.
2. Received comments, revised EA and transmitted copies of revised EA to TWDB and
OWNER.
3. Received additional comments, revised EA and distributed revised EA to TWDB.
4. Submitted Supplemental Loan Application Data, Williamson County Groundwater
Study, Water Conservation Plan & Drought Contingency Plan for Leander and Cedar
Park to TWBD.
5. Revised engineering budget and submitted to TWDB.
6. Conducted/attended meetings associated with EA between TWDB, OWNER and
ENGINEER.
7. Revised Division 0 contract bidding documents as required for TWBD funded projects,
and transmitted these changes to OWNER and their consultants.
Task 2: Water Demand vs. Production Analysis
1. Modified ENGINEER's database to describe the revised water demand productions of
Cedar Park, Leander, and Round Rock with existing treatment system capacities.
2. Determined additional capacity needed from BCRWTP to supplement the participating
cities (i.e., Cedar Park, Leander, and Round Rock) as the water demand grows beyond
their system capacities. Developed charts of projected water demand of participating
cities vs. the proposed production of BCRWTP, and charted the combined demands of
the participating cities vs. the proposed production of BCRWTP.
3. Determined minimum flow production of BCRWTP needed to meet demands from the
participating cities.
Task 3: BCRWTP Phasing Option Analysis
1. Using the information obtained from Task 2, ENGINEER prepared detailed analysis of
process equipment and developed phasing options to meet projected demands.
2. Modified the charts from Task 2 to determine when different BCRWTP Phases need to
be online to meet projected demands.
3. Revised Water Balance to incorporate sedimentation basin overflow rates, flocculator
detention times, and filter Ioading rates for re -rating.
4. Analyzed water balances and water demands to determine sub -phase options for
Phasel (i.e., PhaselA, 1B, 1C & 1D) by deferring portions of the Project.
Task 4: Value Engineering Analysis
1. Incorporated results from Tasks 2 and 3 to determine cost saving options available to
Project.
2. Performed preliminary engineering feasibility analysis of each VE option identified,
prepared presentations, facilitated and presented VE findings to OWNER and City
Managers at meetings.
3. Compiled equipment and/or asset lists with cost estimates for lab equipment, office
furniture, maintenance shop equipment and grounds shop equipment. Distributed
findings to OWNER.
4. Prepared inflation based financial analysis of re -phasing the Project to assist OWNER's
evaluation of proposed VE options.
5. OWNER/ENGINEER established 14 value engineering (VE) options and deductive
alternatives totaling $13,759,000. Prepared May 30, 2008 technical memorandum to
describe VE recommendations.
Task 5: BCRUA Master Agreement Assistance
1. Prepared spreadsheet describing proposed Phase 1A, 1B, 1C and 1D unit process
equipment and elements of construction, and assigned flow capacities (MGD) to each
element. This task allowed OWNER to weigh which assets provide value in the future
or beyond Phase 1.
2. Modified spreadsheet to include costs for each unit process element of construction.
3. Using OWNER's participation percentage assigned to Cedar Park, Leander, and Round
Rock for each construction element, ENGINEER allocated costs for Phase 1A, 1B, 1C
and 1D.
4. Revised Sections 1.0 and 12.0 of the Facility Plan to reflect Task 3's phasing analysis and
Task 4's revised costs, and rename document as the Preliminary Design Report (PDR).
Transmitted 4 copies of PDR to OWNER for insertion into Master Agreement.
5. Revised Phase 1A construction cost budget to reflect updated commodity / raw
material unit prices and issued memorandums describing findings.
Task 6: Tree Clearing in Southwest Corner of Plant Site
1. Mobilized ENGINEER's surveyor subconsultant and cleared trees in southwest corner
of Plant site so that our proposed construction schedule does not interfere with the
Golden-Cheeked Warbler migration and mating patterns.
Task 7: Permit Fees
1. ENGINEER paid the Project's building permit fees and other zoning, annexation, and
permitting fees as directed by OWNER.
Task 8: PEC Easement Staking and Tree Clearing
1. Mobilized ENGINEER's surveyor subconsultant to stake the Pedernales Electric
Cooperative (PEC) easement and dear trees within PEC easement.
Task 9: Modify Contract Documents to Implement Value Engineering (VE)
Recommendations
1. Motor Operated Valve Deductive Alternate
a. Revise Contract Documents in the form of a Deductive Alternate to replace all
proposed motor operated yard valves with direct bury style manual valves without
a valve manhole.
b. This change requires adding additional drawing sheets and making revisions to the
process mechanical, civil, instrumentation and control and electrical drawings to
reflect changes.
2. Sludge Thickener Deferral
a. Revise Contract Documents to delete the lst Stage Sludge Thickener and all related
piping, valves and electrical equipment, and defer all related system infrastructure
to a later phase.
b. This change requires revisions to the structural, process mechanical, civil,
instrumentation and control and electrical drawings.
3. Washwater Settling Basin Deductive Alternate
a. Revise Contract Documents in the form of a Deductive Alternate to delete the
Washwater Settling Basin.
b. This change requires adding additional drawing sheets and making revisions to the
structural, process mechanical, civil yard piping, civil grading, instrumentation and
control and electrical drawings.
4. Elevated Storage Tank Deferral
a. Revise Contract Documents to delete the Elevated Storage Tank (EST) and all
related piping, valves and electrical equipment, and defer all related system
infrastructure to a later phase.
b. Design a new instrumentation and control strategy for the Booster Pump Station
that will operate based on the hydraulic grade line (HGL) from the Cedar Park and
Leander distribution systems.
c. Design a new Surge Relief Valve Station on the Booster Pump Station discharge
piping.
d. Review booster pump capacity and power requirements considering a deleted EST,
and review pump runout with flow control valves.
e. Create and run surge analysis model considering booster pumps without the
elevated storage tank.
f. This change requires revisions to the structural, process mechanical, civil yard
piping, civil grading, instrumentation and control and electrical drawings.
5. Relocate and Reduce Clearwell Capacity
a. Revise Contract Documents to construct the north clearwell first, and reduce the
capacity of the clearwell from 5 MG to 4 MG.
b. Redesign the suction header to Booster Pumps Station.
c. Review hydraulic modeling to confirm that peak demand with 4 MG tank is
satisfied.
d. Revise the tree preservation list and grading plans to incorporate changes.
e. Mobilize geotechnical engineer to perform two (2) additional soil borings for the
north clearwell.
f. This change requires revisions to the process mechanical, civil yard piping,
instrumentation and control and electrical drawings.
6. Revise Yard Piping to North Clearwell
a. Delete yard piping to south clearwell and revise piping to reflect new clearwell size
and location.
b. This change requires revisions to the process mechanical, civil yard piping,
instrumentation and control and electrical drawings.
7. 54" Raw Water B -Pipeline Deductive Alternate
a. Revise front end documents to reflect deductive alternate in lieu of additive
alternate included in 99% Complete Submittal, which will be accomplished at no
cost.
8. Optimize Pavement Design
a. Revise design of 2.5" HMAC with a 14" base to 2" HMAC with a 10" base.
b. This change requires revisions to the civil details.
9. Portion of Road "B" Deferral
a. Delete north section of Road "B" around deferred EST.
b. This change requires revisions to the site grading, stormwater conveyance, civil
roadway drawings and the tree preservation list.
10. Treatment Structure Partial Deferral
a. Revise Contract Documents to:
1) Construct Sedimentation Basins 1C -2C, Flocculators 1A -C thru 4A -C (Total of
12) including both structure and equipment.
2) Construct structure for Filters 1-8 and all Filter Inlet Channels; however,
design will include providing media and equipment for Filters 1C -4C and 8C
only (Total of 5).
3) Defer Sedimentation Basins 3C -4C, Flocculators 5A -C thru 8A -C (Total of 12)
and media and equipment for Filters 5C -7C; however, design will include
constructing the Raw Water Pipe Gallery for Sedimentation Basins 3C -4C with
provisions for future piping, etc.
b. Revise structural design to allow for the future construction of Sedimentation
Basins 3-4.
c. This change requires revisions to the process mechanical, instrumentation and
control and electrical drawings.
11. Revise Filtered Water (FLW) Piping, Disinfection Basin and Bypass Piping
a. Delete manifold filtered water piping from TSC, and increase size of filtered water
line beneath TSC.
b. Design new Filter Control Box downstream of Disinfection Basin to control filter
hydraulics, and revise yard piping to incorporate changes.
c. Design bypass piping around the Disinfection Basin with isolation valves.
d. Revise CT calculations and layout of Disinfection Basin to accommodate revised
yard piping, and reduce size of Disinfection Basin to include the additional
common header pipe available for CT disinfection.
e. Revise and update hydraulic profile.
f. This change requires revisions to the structural, process mechanical, civil yard
piping, civil grading, instrumentation and control and electrical drawings.
Task 10: Prepare Additional Interim Design Deliverable Incorporating VE Changes
1. Prepare additional interim design deliverable incorporating VE actions, and submit
additional 99.5% plans and specifications.
2. Conduct informal 99.5% Complete Design Workshop (Process Mechanical, Electrical
and Instrumentation Disciplines Only).
3. Conduct interdisciplinary design QA/QC workshops between all disciplines (Le.,
structural, civil, process mechanical, plumbing, fire, HVAC, architectural, landscape
architectural, electrical and instrumentation) to coordinate new changes to contract
documents.
4. Produce approximately 25 review sets of contract drawings (-600 sheets) and
specifications (3 volumes) for ENGINEER's design team, and another 8 review sets for
the OWNER.
5. Prepare construction cost opinion to reflect final design configuration.
Task 11: Re -Issue Pre -Qualification Package To Potential General Contractors
1. Revise original pre -qualification package and schedule, and coordinate public notice
with newspapers.
2. Receive pre -qualification packages and review two new packages and five updated
packages from previously pre -qualified contractors for content and qualifications.
Prepare summary matrix of results and recommendations to OWNER.
3. Conduct review workshop with OWNER and prepare letters of recommendation.
Task 12: Final Texas Water Development Board (TWDB) Funding Application
2. Prepare and submit copies of final Environmental Assessment (EA) to TWDB and
OWNER, and conduct/attend various meetings associated with EA between TWDB,
OWNER and ENGINEER.
ADDENDUM TO EXHIBIT D
Work Schedule
The changes to the Work Schedule for this project are as follows:
Attached Behind This Page
ADDENDUM TO EXHIBIT D
Work Schedule
TASK
No.
TASK DESCRIPTION
END DATE
1.0
2.0
3.0
4.0
5.0
6.0
7.0
8.0
TWDB FUNDING APPLICATION
WA 1 E DEMAND vs. PRODUCTION ANALYSIS
PHASING OPTION ANALYSIS
VALUE ENGINEERING ANALYSIS
MASTER AGREEMENT ASSISTANCE
TREE CLEARING IN SOUTHWEST CORNER OF SITE
PERMIT FEES
PEC EASEMENT STAKING and TREE CLEARING
9.0 MODIFY CONTRACT DOCUMENTS TO IMPLEMENT
VALUE ENGINEERING (VE) RECOMMENDATIONS
10.0 PREPARE ADDITIONAL INTERIM DESIGN DELIVERABLE
INCORPORATING VE CHANGES
11.0 REISSUE PRE -QUALIFICATION PACKAGE TO POTENTIAL
GENERAL CONTRACTORS
12.0 FINAL TWDB FUNDING APPLICATION
COMPLETE
COMPLETE
COMPLETE
COMPLETE
COMPLETE
COMPLETE
COMPLETE
COMPLETE
October 22, 2008
October 3, 2008
October 22, 2008
December 18, 2008
ADDENDUM TO EXHIBIT E
Fee Schedule
The changes to the fee schedule for this project are as follows:
Attached Behind This Page
ADDENDUM TO EXHIBIT E
Fee Schedule
TASK
No.
TASK DESCRIPTION
TASK
COST
1.0 TWDB FUNDING APPLICATION
2.0 WATER DEMAND vs. PRODUCTION ANALYSIS
3.0 PHASING OPTION ANALYSIS
4.0 VALUE ENGINEERING ANALYSIS
5.0 MASTER AGREEMENT ASSISTANCE
6.0 TREE CLEARING IN SOUTHWEST CORNER OF SITE
7.0 PERMIT FEES
8.0 PEC EASEMENT STAKING and TREE CLEARING
9.0
$148,371
$16,460
$45,215
$161,557
$28,030
$2,390
$15,107
$5,570
MODIFY CONTRACT DOCUMENTS TO IMPLEMENT $435,716
VALUE ENGINEERING (VE) RECOMMENDATIONS
10.0 PREPARE ADDITIONAL INTERIM DESIGN DELIVERABLE $61,493
INCORPORATING VE CHANGES
11.0 REISSUE PRE -QUALIFICATION PACKAGE TO POTENTIAL $8,795
GENERAL CONTRACTORS
12.0 FINAL TWDB FUNDING APPLICATION
$25,100
TOTAL
$953,804