Loading...
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