Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
R-08-12-04-9B4 - 12/4/2008
RESOLUTION NO. R -08-12-04-9B4 WHEREAS, the City of Round Rock has previously entered into a Contract for Engineering Services ("Contract") with Carter & Burgess, Inc. for the Raw Water Barge and Pipeline for the Cedar Park/Round Rock/Leander Regional Water System Improvements Project, and WHEREAS, Carter & Burgess, 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 Carter & Burgess, 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 Carter & Burgess, 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 4th day of December, 2008. 0:\WDOX\RESOLUTI\R81204B4.DOC/rmc ATTEST: SARA L. WHITE, City Secretary 2 ALAN MCGRAW, Mayor City of Round Rock, Texas STATE OF TEXAS COUNTY OF WILLIAMSON SUPPLEMENTAL CONTRACT NO. 3 TO CONTRACT FOR ENGINEERING SERVICES FIRM: CARTER & BURGESS, INC. ("Engineer") ADDRESS: 2705 Bee Cave Road, Suite 300, Austin, Texas 78746 PROJECT: Raw Water Barge and Pipeline for the Cedar Park / Round Rock / Leander Regional Water System Improvements 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 Carter & Burgess, Inc., (hereinafter called the "Engineer"). WHEREAS, the Owners and Engineer executed a Contract for Engineering Services, hereinafter called the "Contract", on the 21st of December, 2006 for the Raw Water Barge and Pipeline for the Cedar Park / Round Rock / Leander Regional Water System Improvements Project in the amount of $1,216,112.00; 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 $2,192,067.00 to a total of $3,408,179.00; 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 $443,764.00 to a total of $3,851,943.00; and WHEREAS, it has become necessary to amend the Contract to modify the provisions for the scope of services, to increase the compensation by $333,463.00 to a total of $4,185,406.00; 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 C, Project Schedule shall be amended as set forth in the attached Addendum To Exhibit C. Exhibit D, Work Schedule shall be amended as set forth in the attached Addendum To Exhibit D. Supplemental Contract #3 CORR Project #WA05TRVRAW 00148970/0199.4622 1 EXHIBIT nAn Rev.10/08 84275 II. Article 4, Compensation and Exhibit E, Fee Schedule shall be $333,463.00 the lump sum amount payable under the Contract for shown by the attached Addendum to Exhibit E. IN WITNESS WHEREOF, the Owners and the Engineer have Contract. Supplemental Contract #3 CORR Project #WAO51RVRAW 00148970/0199.4622 [SIGNATURE PAGES FOLLOW] 2 amended by increasing by a total of $4,185,406.00, as executed this Supplemental Rev.10/08 84275 CITY OF ROUND ROCK, TEXAS APPROVED AS TO FORM: By: Alan McGraw, Mayor ATTEST: By: Sara L. White, City Secretary Supplemental Contract #3 CORR Project #WAO5TRVRAW 00148970/0199.4622 3 Stephan L. Sheets, City Attorney Rev. 10/08 84275 CITY OF CEDAR PARK, TEXAS APPROVED AS TO FORM: By: Brenda Eivens, City Manager ATTEST: By: LeAnn Quinn, City Secretary Supplemental Contract #3 CORR Project #WAO5TRVRAW 00148970/0199.4622 4 Charles Rowland, City Attorney Rev.10/08 84275 CITY OF LEANDER, TEXAS APPROVED AS TO FORM: By: John Cowman, Mayor ATTEST: By: Debbie Haile, City Secretary Supplemental Contract #3 CORR Project #WAOSTRVRAW 00148970/0199.4622 5 Diana Granger, Attorney Rev.10108 84275 CARTER & BURGESS. INC. By: Kevin e son, .E., Vice President Supplemental Contract #3 CORR Project #WAOSTRVRAW 00148970/0199.4622 6 ADDENDUM TO EXHIBIT B Engineering Services The changes to the scope of this project are as follows: SCOPE OF WORK The objective of this supplemental agreement is to perform additional services for: • Sandy Creek Park Alternative Alignment Analysis • Tree survey for Phase 1 pipeline design beyond the 300 trees included in the originally agreement. • Expert witness testimony for the Special Commissioner Hearings. • Utility engineering for the existing LCRA pipeline along Trails End Road. • Hydro geological analysis along the Phase 1 Pipeline. • Trails End drainage analysis • Phase 2A Deep Water Intake public outreach • Phase 1 underwater pipeline survey, design, and bid phase services. Specific services included in this Supplemental Agreement No. 3 scope of work are described herein: A. Sandy Creek Park Alternative Alignment Analysis 1. Pipeline Feasibility and Alignment a. Prepare an alignment map to identify a feasible alternative pipeline route that avoids construction within Sandy Creek Park. b. Evaluate the feasibility of constructing an underwater pipeline from the proposed floating barge intake to Trails End Road. c. Evaluate the future Phase Two pipeline using the alternative alignment that will extend from the shoreline of Lake Travis at a location south of the floating barge to the south end of the Trails End Road right-of-way. This pipeline will be installed by deep tunnel construction methods. d. Using available topographic mapping, prepare conceptual profiles for the Phase One and Phase Two altemative pipelines. 2. Easement Requirements. Using available property ownership mapping, identify any easements required for the Phase One and Phase Two pipelines using the altemative alignment. 3. Cost Estimates. Provide opinions of probable construction cost for the Phase One and Phase Two pipelines using the alternative alignment. 4. Schedule. Prepare a proposed project schedule showing major design and construction activities for the Phase One pipeline using the altemative alignment. 5. Technical Memorandum / Meetings. Prepare a technical memorandum that summarizes the results of Items 1 — 4, and conduct one (1) review meeting with the Design Oversight Committee to present the technical memorandum. B. Tree Survey. Locate, describe, and tag all trees 6 -inch or larger in the county right-of-way and all trees within temporary construction easement on LCRA property. Includes 600 trees in ROW and 250 trees on LCRA property. C. Expert Testimony — Special Commissioner Hearings. Provide expert testimony and prepare presentation materials for up to 20 special commissioner hearings associated with condemnation of easements for the Phase 1 pipeline. D. Utility Engineering — LCRA Pipeline. Designate the location of the existing LCRA 30 -inch waterline along Trails End Road from Station 66+00 to 67+50 and Station 94+00 to 166+00 for a total of distance of 7,350 linear feet. E. Hydro geological Analysis — Trails End Road. Conduct a hydro geological analysis along the BCRUA Phase 1 Pipeline up Trails End Road to determine if the water line will have an adverse affect on groundwater flow, water quality, and/or nearby water wells. The analysis will include: • Mapping the distribution and depth of nearby, documented water wells. • Determine the subsurface geology and aquifers along the waterline. • Map the surface geology along the waterline. • Determine the depth to the shallowest aquifer. • Attend one public meeting and address any questions pertaining to hydrogeology. F. Trails End Drainage Analysis. Perform hydrologic and hydraulic evaluation of the drainage system along Trails End Road from RM 1431 to Lake Travis. Tasks included in this analysis include the following: G. Landscape Design. Perform landscape design for the phase 1 pipeline that indicates the final tree and landscaping replanting plan on LCRA property and on private property along Trails End right-of-way. This shall include submitting a draft to LCRA for review, final revisions with LCRA comments incorporated, coordination with BCRUA right-of-way agent on placement of trees along right-of-way, and coordination with Travis County. H. Phase 2 Deep Intake Public Outreach. Attend up to ten (10) meetings with Site 4 property owner as well property owners near Site 4 and along proposed pipeline route. Answer questions and provide information to public as directed by BCRUA. 1. Phase 1 Underwater Pipeline — Design. Prepare complete plans and specifications for 42 - inch diameter Phase 1 pipeline from floating intake to approximately Station 40+50 near south end of Trails End Road, as summarized in the Altemative Alignment Technical Memorandum. 1. Coordination and Communication. Conduct monthly meetings for information transfer and periodic briefings to inform the BCRUA of the status of the project. Coordinate with BCRUA environmental consultant and right-of-way agent. Prepare and conduct one Executive Briefing for BCRUA Board of Directors, if necessary. 2. Hvdroaraphic Survey. Perform hydrographic/geophysical survey for a total of approximately 105 total acres at three different locations which include: a. Site 4 Deep Intake — approximately 40 acres b. Underwater pipe and tunnel alignment near existing Cedar Park floating intake — approximately 60 acres c. Site 6 Deep Intake — Identify location of 560 contour. The survey shall provide the multibeam bathymetry for depth and lake bed morphology, and sidescan for debris/target location and identification. One foot contour shall be provided and break lines shall be defined at sub 0.5 fee accuracy with concentrated RTK corrected data. The Corps of Engineers standards for Hydrographic Surveying, as outlined in the USACE Engineers Manual 1110-2-1003, will be followed where applicable. The survey will meet "Other General Surveys and Studies (Coastal Engineering Surveys)" specifications according to USACEOE manual no. 1110-2-1003, dated 1 April 2004. Quality Control and Quality Assurance procedures as presented in the USACOE manual are followed where applicable. The scope includes a one time mobilization from Corpus Christi, Texas and allows for one weather day which will be billed at'/ equipment and full personnel cost ($4,975.50 per day) if needed. 3. Update Surge Analysis: Based on the revised Phase 1 pipeline from the floating intake to the south end of Trails End Road, update the surge analysis in sufficient detail to determine if revisions are required to previously designed surge control facilities. 4. Survevina & Easement Documentation: The surveyor will provide the required property surveying, design surveying, utility mapping and easement/right-of-way documentation for the proposed alignment including preparing metes and bounds descriptions with attached map of permanent easements or takings in accordance with SM5, or as instructed. (3 easements max). All land surveying services will be performed in accordance with standards and specifications for Surveying and Mapping as outlined SM1-SM6, pages 1-16 and attachments A,B,C, dated 10/26/04, unless otherwise directed. The Surveyor will assure compliance and adherence to all state standards and regulations set forth by the Texas Board of Professional Land Surveyors for the type work performed. 5. Preliminary Desian Analysis and Report. Perform preliminary design analysis and develop design report that documents selection of final route, pipe material(s), anchoring system, header configuration, construction methods, easement requirements, permitting requirements, estimated costs, and schedule. 6. Plans & Specifications. . Prepare eight (8) copies of preliminary plans (full size) and specifications at intervals of 60%, 90%, and 100% complete, to the BCRUA for review: a. Prepare plan and profile drawings b. Prepare detail drawings c. Design special connections d. Participate in value engineering discussions with BCRUA to reduce energy, maintenance, and operational costs. e. Prepare erosion control plan. f. Prepare SWPPP g. Design of thrust blocking and/or joint restraints. h. Prepare general traffic control plan (contractor to prepare site specific traffic control plan with means and methods). i. Prepare Specifications indicating the scope, extent, and character of the Work to be performed and furnished by Contractor. Specifications shall conform to the 16 -division format of the Construction Specifications Institute. j. Revise the Bidding Documents in accordance with comments and instructions and submit eight (8) sets of plans (full "D" sized Prints 22" x 34") and specifications suitable for advertising. Final plans and specifications will also be provided on CD in electronic format. Reproduction of bid sets will performed by a separate reproduction company in Cedar Park, Leander and/or Round Rock. 7. Permitting and TCEQ Coordination. Prepare all required County and City ROW permits. All fees shall be paid by BCRUA. Does not include environmental, archeological, or other permits. Submit plans and contract documents to TCEQ for review and conduct up to two (2) meetings with TCEQ to discuss project plans and specifications. 8. Estimate of Probable Cost. Prepare and submit engineer's opinion of probable construction cost. Itemized breakdown of opinion of probable construction cost will be based on final plans and specifications. J. Phase 1 Underwater Pipeline — Bid and Award After acceptance by BCRUA of the Bidding Documents and the most recent opinion of probable construction cost as determined in the Final Design Phase, assist with the Bid Phase of the project. It is assumed that the underwater pipeline will be bid as a separate construction contract. 1. Attend pre -Bid conference. 2. Prepare up to three (3) Addenda as appropriate to clarify, correct, or change the Bidding Documents. 3. Answer questions during the bidding process. 4. Attend the Bid opening. Assist BCRUA in evaluating of bids, tabulating bids, and make recommendation for construction contract award. 5. Receive and evaluate bids and make a recommendation on award. K. Work Not Performed in Previous Contracts to be Credited. The following work was not completed as scoped in the original contract and/or previous supplemental agreements and will be eliminated from the scope of work. Credit for these services shall be given as indicated in the fee schedule attached as part of supplemental agreement: 1. Item B.4. in original contract - Raw Water Pipeline Segment 5, Preliminary Design. Approximately 32% of this task was not completed when work was stopped and BCRUA elected to undertake a more detailed site selection study for the deep water intake. 2. Item B.S. in original contract — Preliminary Engineering Report. Approximately 59% of this task was not completed when work was stopped and BCRUA elected to undertake a more detailed site selection study for the deep water intake. 3. Item A.2 in Supplemental Agreement No. 2 — Geotechnical Investigation, Lime Creek Tunnel. Approximately 10% of this task was not completed by tunnel subconsultant (Fugro) when the route was changed to go around Sandy Creek Park. 4. Item B.B. in Supplemental Agreement No. 1 — 90% Plans & Specifications. Approximately 13% of this task was not completed when the route was changed to go around Sandy Creek Park. L. Project Assumptions. The following assumptions and general understanding pertain to the provisions above and form the basis for this proposal: 1. This scope of work is predicated on evaluation of a consolidated shaft tunnel intake as described in the site evaluation study performed under Task Order 2. Evaluation of a tower intake may be completed as an additional service. 2. HDR will use data, drawings, and cost estimates prepared previously in the progress of this project. The pump station layout will be based on the detailed layout previously developed for a micro tunneled intake on Site 3. 3. This proposal does not include environmental consulting, surveying of Site 4, or other services not specifically described herein. 4. This proposal does not include any public involvement other than attendance at meetings as noted in the scope. 5. Presentation graphics are limited to adaptations of graphics or figures prepared previously or as part of the above scope of work. Preparation of other, original materials may be included in the study as an additional service. 6. Completion of the Preliminary Design Report (PDR) is not included in this scope. A separate amendment of the engineering services agreement may be necessary to facilitate completion of the PDR upon completion of this study. ADDENDUM TO EXHIBIT C Project Schedule The changes to the Project Schedule for this project are as follows: (Attached Behind This Page) 1 1 i • E 1: a a a 5 1 1 1 a a 1 1 i a 1 a 1 1 a a 1 $ S 71 10l r0' 111 1i 1 1 -j- 1g 1} 1 Ise 1,;E&':^Ir.!. I. � 1'114111i N: m 10i Y • I Y VII I : Y) P � N 1, t a r ,� 1 ' ii... f1 ICI i f' I frf 'E • 1 1 gI „' 1 ! ,1 a -a; * s f1 ��,� �;��t� � � a1 � o al�� a a �a - � i z. 21 oil -. �� molal ¢ I S 2 3 311' a3 3 I' S1 i Nig-41z, {g [ 5 S $ ; sl 2' SI vl si -I ;;I ri N. 11;i1§11 O; i 1 3 1: d1 g i ?t O{ W VI 1 1 i WI ii j VI ! pI $ ii 3 g1 31 !r�i 3 1 I 'r , . 1ws g I ill 1;I.., m*eEli; yl_ la'riI iB 0 1 iv �;�61(���;1 51 s �1i� i�rg 1 1;1aylQu, a om (�pp�V .pi1ieSii{�a5!a3 sYN ;rlO: O'IN j Vj ,OiO: VI iNV IDI O! NI -1 Si/D01 g O� �I + 6 -I � m I &I$ -11 I ie !p 'O a D a 1 1 1 • • 9 9 9 9 9 9 r 9 9 9 9 ADDENDUM TO EXHIBIT D Work Schedule The changes to the Work Schedule for this project are as follows: (Attached Behind This Page) 1 1 i 1 I. I 1 I i 1 1 I i.: II. 11 !19! iIill efilr 'a''s'a:iz3-i.li-ii!3ia" ill.' R.. 1 «I'I i•i aH 4 `4 4 ERMBtf o SCRUA Reglan& Water System Overall Phase 1 Work Schedule (Road 11/06/Oe) . I ( Darin ( Mr Rib tr- ;. _..1 J vi �.; i i tpi ' � I ii i �I lii L f r I i t T. t 1 �LttL -I i ( t • ! i }I {{wi s ° i BCRA URegional Water System Phase 1 • 30.9 MGD Program Eismsnts BCRUA Interlocal Agnomen w ---- Funding _.._.__—..._____�._._._._ • Construction Mgmt RFO ___.__DssIgn 8 Construct on 11 i I i1 I w }per a A r 2 3i J 1Jw1I%f z;!_g S!'"; j 21 NI •:Fs!F S' i ft ; j ,f I f 1 1; I ! W iE iiiisflFfiii1 1 f f ��� r'Itfjf ir: fi:� ffiffiiFfi 1 iiiil ! I ! i j! Fi it fift �I. I � ill 'Ors—. i ti iiii$ ��ya V: Y� �; N L SI l I ! i ii Ei f i'; t II ; tisLIf i is �3i3' d I I t c_gi i N' Y ' 1 1 1 it S Y. €iI V ai {s 5i �i ' I ................................... }p Nr .............................................. — ff— V p Q ADDENDUM TO EXHIBIT E Fee Schedule The changes to the Fee Schedule for this project are as follows: (Attached Behind This Page) ci r c Final • lens and tions 8 Pemrittirg 8 T EQ Coordination 9 Engineers opinion of probable construction Cost. ag u VO m� 3 Hydraulic/Surge Analysis 4 Geotechnical investigation 5 Survey & Easement Documentation 6 Preliminary Design Analysis 8 Report CI I Phase 1 Underwater Pipeline - Design 1 Communication/Coordination �+ 1 g i X / 0E }i� di 3 fifl F Trails End Drainage Analysis 1 Data Collection 2 Hydrology / Drainage Area Maps m 1 O f0 L' . . = m r pp a G .4 tAZ fa Exhibit Preparation 2 Condemnation Hearings _ 1 C Condemn Hearing - Expert Witness Ulm►- 0 a''' 0�a� 7 m .-il if:a w 1 c 1 ' o Technical Memorandum / Meetings A Phase 1- - £ ndy r Park Alt Alignment Analysis 1 Pipeline Feasibility and Alignment 2 Easement Requirements _ 3 Cost Estimates 4 Schedule c 00 o 3 o oa i. 16 24 12 4 N p N N A N S A p + N N N p N S O V a. N A+ go. 50 40 24 8 S CO 0 0 O gg+ N N gO S O gg O O j'• 4.0010 O O!$m 8 N m 0 W O O O O O S O O T A O O O O Mil A m JCB Sway CARD Clerical RPLS Cost Total CAB Total Sub Dasignsr Total Unless 3 888 m O O O O a m 4. 4. 0 O O O A J+ r S m O O O 44 N O Zrt 1+� Oe 0 N r la mgyq!! y, 8E � g VIWPN; � g i M a G01 N + o0 0 S p pN N �' ~ ,(p y!F M f" p? i N W qv �+ �.j Co) EMRXX X88XR N O E n n O; I 4 V mXE WNCG O p bsmsx Xnn tsmsns N QwW _ NNNM II Np88I8 O O Q{O N § Nl 1 pN g I ' '64 44 p p Og i N g lig o Ng N 14 aggs I N Wm gNAONqV WC o§ OO+ I I i fitil" o O O t -t'"1 t'" t� XW1VA� i • . I "�o� N! 31la3HDS 33d - 3 118114X r Orginal Contract Amount Supp Agreement No. 1 Supp Agreement No. 2 C 2 • 2 a § gi (| ■ 1 g § e e k 5 ..o1..cwv mw nvaivaie mos ano make recommendations On award Subtotal L Less Work Not Performed from Original Contract Raw Water Pipeline Segment 5 - Preliminary Design (Orig Cont) B5 Preliminary Engineering Report (Orig Cont) A2 Geotechnical Investigation - Lime Creek Tunnel (SA #2) . 1 g Scope Item Description I( Phase 1 Underwater Pipeline - Bid 8 Award 1 Attend pre -Bid conference. 2 Prepare up to three (3) Addenda per contract 3 Answer questions during the bidding process E • Irrasr E-np rear Err D -C CIsrical RPLS Cost 8 a 2 4 4R 9A -. - a. -;; a. ®,,,, ■ v. ■ ani $&att k n _� m # § wsE Wit \ : ® ■ 40& a k Rak#■ & 4.4 '■ a■■# ,� / i r 4441-- 1. ■ asses a ©§ 40.0. §§ f # 2§ �- &6 @_P HO% , �~ # kTJ#. §/ /§% (\ . i I' &it§N§ DATE: November 24, 2008 SUBJECT: City Council Meeting — December 4, 2008 ITEM: 9B4. Consider a resolution authorizing the Mayor to execute Supplemental Contract No. 3 with Carter & Burgess, Inc. regarding the Raw Water Barge and Pipeline for the Cedar Park/Round Rock/Leander Regional Water System Project. Department: Staff Person: Justification: Water and Wastewater Utilities Michael Thane, P.E., Director of Utilities This Supplemental Agreement No. 3 is for additional services associated with the Regional Water Supply System project. These additional services include coordination with the three Cities, Sandy Creek Park Alternative Alignment analysis, additional Tree Survey in County Right- of-way and LCRA Property of about 850 Trees, Expert Witness Testimony at Special Commissioner Hearings, additional utility engineering to locate about 7,350 linear feet of LCRA's existing 30 -inch Water Line in Trail End Road, Hydro Geological analysis along Trails End Road to determine if our new 84 -inch Raw Water Line will have an adverse affect on the existing wells, groundwater flow and/or groundwater quality, Trails End Drainage analysis, landscape design for approval by LCRA and the County, Deep Water Intake bathymetric survey and evaluation, and Raw Pipeline alignment from Site 4 to Phase 1 Raw Water Line, and prepare construction plans, specifications, and bid documents for a 42 -inch Underwater Pipeline from Floating Intake to the start of the Trails End Road Water Line. Funding: Cost: $333,463 (Round Rock's share is $128,583.33) Source of funds: Capital Project Funds (Self -Financed Utility) Outside Resources: Background Information: Carter & Burgess, Inc. City of Cedar Park City of Leander The engineering fees will be paid on a percentage of the ultimate capacity needed by each Party. The total cost of this contract for design and bid phase services, including this Supplemental Agreement No. 3, will be $4,185,406.00 which is 8.4% of the estimate construction cost of $49,000,000. Round Rock's share is $1,144,959.73. The City of Round Rock's percentage is 38.56%, which is based on an ultimate capacity in the system of 40.8 mgd. Public Comment: N/A EXECUTED DOCUMENT FOLLOWS STATE OF TEXAS COUNTY OF WILLIAMSON SUPPLEMENTAL CONTRACT NO. 3 TO CONTRACT FOR ENGINEERING SERVICES FIRM: CARTER & BURGESS, INC. ("Engineer") ADDRESS: 2705 Bee Cave Road, Suite 300, Austin, Texas 78746 PROJECT: Raw Water Barge and Pipeline for the Cedar Park / Round Rock / Leander Regional Water System Improvements 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 Carter & Burgess, Inc., (hereinafter called the "Engineer"). WHEREAS, the Owners and Engineer executed a Contract for Engineering Services, hereinafter called the "Contract", on the 21st of December, 2006 for the Raw Water Barge and Pipeline for the Cedar Park / Round Rock / Leander Regional Water System Improvements Project in the amount of $1,216,112.00; 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 $2,192,067.00 to a total of $3,408,179.00; 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 $443,764.00 to a total of $3,851,943.00; and WHEREAS, it has become necessary to amend the Contract to modify the provisions for the scope of services, to increase the compensation by $333,463.00 to a total of $4,185,406.00; 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 C. Project Schedule shall be amended as set forth in the attached Addendum To Exhibit C. Exhibit D, Work Schedule shall be amended as set forth in the attached Addendum To Exhibit D. Supplemental Contract #3 CORR Project #WAO5TRVRAW 00148970/0199.4622 1 �2-(3. ►2-(-_ 3 4- Rev.10/08 84275 II. Article 4, Compensation and Exhibit E, Fee Schedule shall be amended by increasing by $333,463.00 the lump sum amount payable under the Contract for a total of $4,185,406.00, 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 00148970/0199.4622 [SIGNATURE PAGES FOLLOW] 2 Rev.10/08 84275 CITY OF ROUND ROCK, TEXAS By:gm Alan McGraw, Mayor ATTEST: By: Sara L. White, City Secretary Supplemental Contract #3 CORR Project #WAO5TRVRAW 00148970/0199.4622 3 APPROVED AS TO FORM: L. Sheets, City Attorney Rev. 10/08 84275 CITY OF CEDAR PARK, TEXAS By: Pr' AAA._ 04-9 Brenda Eivens, City Manager ATTEST: LeAnn Quinn, City Secretary Supplemental Contract #3 CORR Project #WAO5TRVRAW 00146922/0140.4622 4 APPROVED AS TO FORM: Charles Rowland, City orney Rev.10/08 84275 CITY OF LEANDER, TEXAS Jo owman, ayor Diana Granger, A . rney By: APPROVED AS TO FORM: ATTEST: By: ata_, adp ie Haile, City Secretary Supplemental Contract #3 CORK Project #WAO5TRVRAW 00146922/0140.4622 -04 -)M - M 5 Rev.10/08 84275 CARTER & BURGESS, INC. 13y: It //!'" Kevin elson, P ., Vice Pr- -nt Supplemental Contract #3 CORR Project #WA05TRVRAW 00148970/0199.4622 6 Rev.10/08 84275 ADDENDUM TO EXHIBIT B Engineering Services The changes to the scope of this project are as follows: SCOPE OF WORK The objective of this supplemental agreement is to perform additional services for: • Sandy Creek Park Altemative Alignment Analysis • Tree survey for Phase 1 pipeline design beyond the 300 trees included in the originally agreement. • Expert witness testimony for the Special Commissioner Hearings. • Utility engineering for the existing LCRA pipeline along Trails End Road. • Hydro geological analysis along the Phase 1 Pipeline. • Trails End drainage analysis • Phase 2A Deep Water Intake public outreach • Phase 1 underwater pipeline survey, design, and bid phase services. Specific services included in this Supplemental Agreement No. 3 scope of work are described herein: A. Sandy Creek Park Alternative Alignment Analysis 1. Pipeline Feasibility and Alignment a. Prepare an alignment map to identify a feasible alternative pipeline route that avoids construction within Sandy Creek Park. b. Evaluate the feasibility of constructing an underwater pipeline from the proposed floating barge intake to Trails End Road. c. Evaluate the future Phase Two pipeline using the alternative alignment that will extend from the shoreline of Lake Travis at a location south of the floating barge to the south end of the Trails End Road right-of-way. This pipeline will be installed by deep tunnel construction methods. d. Using available topographic mapping, prepare conceptual profiles for the Phase One and Phase Two altemative pipelines. 2. Easement Requirements. Using available property ownership mapping, identify any easements required for the Phase One and Phase Two pipelines using the alternative alignment. 3. Cost Estimates. Provide opinions of probable construction cost for the Phase One and Phase Two pipelines using the alternative alignment. 4. Schedule. Prepare a proposed project schedule showing major design and construction activities for the Phase One pipeline using the altemative alignment. 5. Technical Memorandum / Meetings. Prepare a technical memorandum that summarizes the results of Items 1 — 4, and conduct one (1) review meeting with the Design Oversight Committee to present the technical memorandum. B. Tree Survey. Locate, describe, and tag all trees 6 -inch or larger in the county right-of-way and all trees within temporary construction easement on LCRA property. Includes 600 trees in ROW and 250 trees on LCRA property. C. Expert Testimony — Special Commissioner Hearings. Provide expert testimony and prepare presentation materials for up to 20 special commissioner hearings associated with condemnation of easements for the Phase 1 pipeline. D. Utility Engineering — LCRA Pipeline. Designate the location of the existing LCRA 30 -inch waterline along Trails End Road from Station 66+00 to 67+50 and Station 94+00 to 166+00 for a total of distance of 7,350 linear feet. E. Hydro geological Analysis — Trails End Road. Conduct a hydro geological analysis along the BCRUA Phase 1 Pipeline up Trails End Road to determine if the water line will have an adverse affect on groundwater flow, water quality, and/or nearby water wells. The analysis will include: • Mapping the distribution and depth of nearby, documented water wells. • Determine the subsurface geology and aquifers along the waterline. • Map the surface geology along the waterline. • Determine the depth to the shallowest aquifer. • Attend one public meeting and address any questions pertaining to hydrogeology. F. Trails End Drainage Analysis. Perform hydrologic and hydraulic evaluation of the drainage system along Trails End Road from RM 1431 to Lake Travis. Tasks included in this analysis include the following: G. Landscape Design. Perform landscape design for the phase 1 pipeline that indicates the final tree and landscaping replanting plan on LCRA property and on private property along Trails End right-of-way. This shall include submitting a draft to LCRA for review, final revisions with LCRA comments incorporated, coordination with BCRUA right-of-way agent on placement of trees along right-of-way, and coordination with Travis County. H. Phase 2 Deep Intake Public Outreach. Attend up to ten (10) meetings with Site 4 property owner as well property owners near Site 4 and along proposed pipeline route. Answer questions and provide information to public as directed by BCRUA. 1. Phase 1 Underwater Pipeline — Design. Prepare complete plans and specifications for 42 - inch diameter Phase 1 pipeline from floating intake to approximately Station 40+50 near south end of Trails End Road, as summarized in the Altemative Alignment Technical Memorandum. 1. Coordination and Communication. Conduct monthly meetings for information transfer and periodic briefings to inform the BCRUA of the status of the project. Coordinate with BCRUA environmental consultant and right-of-way agent. Prepare and conduct one Executive Briefing for BCRUA Board of Directors, if necessary. 2. Hydrographic Survey. Perform hydrographic/geophysical survey for a total of approximately 105 total acres at three different locations which include: a. Site 4 Deep Intake — approximately 40 acres b. Underwater pipe and tunnel alignment near existing Cedar Park floating intake — approximately 60 acres c. Site 6 Deep Intake — Identify location of 560 contour. The survey shall provide the multibeam bathymetry for depth and lake bed morphology, and sidescan for debris/target location and identification. One foot contour shall be provided and break lines shall be defined at sub 0.5 fee accuracy with concentrated RTK corrected data. The Corps of Engineers standards for Hydrographic Surveying, as outlined in the USACE Engineers Manual 1110-2-1003, will be followed where applicable. The survey will meet "Other General Surveys and Studies (Coastal Engineering Surveys)" specifications according to USACEOE manual no. 1110-2-1003, dated 1 Apnl 2004. Quality Control and Quality Assurance procedures as presented in the USACOE manual are followed where applicable. The scope includes a one time mobilization from Corpus Christi, Texas and allows for one weather day which will be billed at 1/2 equipment and full personnel cost ($4,975.50 per day) if needed. 3. Update Surge Analysis: Based on the revised Phase 1 pipeline from the floating intake to the south end of Trails End Road, update the surge analysis in sufficient detail to determine if revisions are required to previously designed surge control facilities. 4. Surveying & Easement Documentation: The surveyor will provide the required property surveying, design surveying, utility mapping and easement/right-of-way documentation for the proposed alignment including preparing metes and bounds descriptions with attached map of permanent easements or takings in accordance with SM5, or as instructed. (3 easements max). All land surveying services will be performed in accordance with standards and specifications for Surveying and Mapping as outlined SM1-SM6, pages 1-16 and attachments A,B,C, dated 10/26/04, unless otherwise directed. The Surveyor will assure compliance and adherence to all state standards and regulations set forth by the Texas Board of Professional Land Surveyors for the type work performed. 5. Preliminary Design Analysis and Report. Perform preliminary design analysis and develop design report that documents selection of final route, pipe material(s), anchoring system, header configuration, construction methods, easement requirements, permitting requirements, estimated costs, and schedule. 6. Plans & Specifications. . Prepare eight (8) copies of preliminary plans (full size) and specifications at intervals of 60%, 90%, and 100% complete, to the BCRUA for review: a. Prepare plan and profile drawings b. Prepare detail drawings c. Design special connections d. Participate in value engineering discussions with BCRUA to reduce energy, maintenance, and operational costs. e. Prepare erosion control plan. f. Prepare SWPPP g. Design of thrust blocking and/or joint restraints. h. Prepare general traffic control plan (contractor to prepare site specific traffic control plan with means and methods). i. Prepare Specifications indicating the scope, extent, and character of the Work to be performed and furnished by Contractor. Specifications shall conform to the 16 -division format of the Construction Specifications Institute. j. Revise the Bidding Documents in accordance with comments and instructions and submit eight (8) sets of plans (full "D" sized Prints 22" x 34") and specifications suitable for advertising. Final plans and specifications will also be provided on CD in electronic format. Reproduction of bid sets will performed by a separate reproduction company in Cedar Park, Leander and/or Round Rock. 7. Permitting and TCEQ Coordination. Prepare all required County and City ROW permits. All fees shall be paid by BCRUA. Does not include environmental, archeological, or other permits. Submit plans and contract documents to TCEQ for review and conduct up to two (2) meetings with TCEQ to discuss project plans and specifications. 8. Estimate of Probable Cost. Prepare and submit engineer's opinion of probable construction cost. Itemized breakdown of opinion of probable construction cost will be based on final plans and specifications. J. Phase 1 Underwater Pipeline — Bid and Award After acceptance by BCRUA of the Bidding Documents and the most recent opinion of probable construction cost as determined in the Final Design Phase, assist with the Bid Phase of the project. It is assumed that the underwater pipeline will be bid as a separate construction contract. 1. Attend pre -Bid conference. 2. Prepare up to three (3) Addenda as appropriate to clarify, correct, or change the Bidding Documents. 3. Answer questions during the bidding process. 4. Attend the Bid opening. Assist BCRUA in evaluating of bids, tabulating bids, and make recommendation for construction contract award. 5. Receive and evaluate bids and make a recommendation on award. K. Work Not Performed in Previous Contracts to be Credited. The following work was not completed as scoped in the original contract and/or previous supplemental agreements and will be eliminated from the scope of work. Credit for these services shall be given as indicated in the fee schedule attached as part of supplemental agreement: 1. Item B.4. in original contract - Raw Water Pipeline Segment 5, Preliminary Design. Approximately 32% of this task was not completed when work was stopped and BCRUA elected to undertake a more detailed site selection study for the deep water intake. 2. Item B.S. in original contract — Preliminary Engineering Report. Approximately 59% of this task was not completed when work was stopped and BCRUA elected to undertake a more detailed site selection study for the deep water intake. 3. Item A.2 in Supplemental Agreement No. 2 — Geotechnical Investigation, Lime Creek Tunnel. Approximately 10% of this task was not completed by tunnel subconsultant (Fugro) when the route was changed to go around Sandy Creek Park. 4. Item B.B. in Supplemental Agreement No. 1 — 90% Plans & Specifications. Approximately 13% of this task was not completed when the route was changed to go around Sandy Creek Park. L. Project Assumptions. The following assumptions and general understanding pertain to the provisions above and form the basis for this proposal: 1. This scope of work is predicated on evaluation of a consolidated shaft tunnel intake as described in the site evaluation study performed under Task Order 2. Evaluation of a tower intake may be completed as an additional service. 2. HDR will use data, drawings, and cost estimates prepared previously in the progress of this project. The pump station layout will be based on the detailed layout previously developed for a micro tunneled intake on Site 3. 3. This proposal does not include environmental consulting, surveying of Site 4, or other services not specifically described herein. 4. This proposal does not include any public involvement other than attendance at meetings as noted in the scope. 5. Presentation graphics are limited to adaptations of graphics or figures prepared previously or as part of the above scope of work. Preparation of other, original materials may be included in the study as an additional service. 6. Completion of the Preliminary Design Report (PDR) is not included in this scope. A separate amendment of the engineering services agreement may be necessary to facilitate completion of the PDR upon completion of this study. ADDENDUM TO EXHIBIT C Project Schedule The changes to the Project Schedule for this project are as follows: (Attached Behind This Page) is !.1 111 lin ti 1 ow. . .. rolowimmmip ADDENDUM TO EXHIBIT D Work Schedule The changes to the Work Schedule for this project are as follows: (Attached Behind This Page) If 1112:221211221111idil iii4iiiiiiiiiiii0iiiioslostria a 2 8111111LJ - 1 Is il r—r1Ii i i I71 1 1 g i 1 2 r A 1 i i 1 g Ig 1 I s I g I ! i 2 s il , 1 V2irlt ' ..." I i I Ill" !,,I.-ii/1 .1-4...rif.tr_ ligkilkilikilli;11,1111111i11,(111(01111.1 .4' 21 f!i!rHei t t l' ilt8 rh'It,Irter i iif fi 8 8'.' ' 'I{ , . l rfrir_rrt(___If ,1 itEIift .11. 8 8 3 Ili i f I tri I ;tfilfle r fill tittrtifisi ' !ftrItz1431 ' T(ii f rk4 1;111 ,-, i ti ft il, ttt i I t 3 ...-• el -• 2 11 1 . , I z i i _ it t 11 II' e .1 r Of g ri tbNat i 22 gti r:: kit_ z r t v 1 i ... 1 1 i I 1 ( 1 i I • r 1 1 I 1 4 ..... • .. f r_...r ' '—''. s , 1 ,•-11 .1 n • .... •••• 4 • ..,......!11 • 4 P I !irli °II° _v. °!1 !I ! h 1 Er - ° ! ) : E _ E. ADDENDUM TO EXHIBIT E Fee Schedule The changes to the Fee Schedule for this project are as follows: (Attached Behind This Page) Phase 1 Underwater Pipeline - Design 1 Communication/Coordination 2 Hydrographic Survey 3 HydnaJic/Surge Analysis 4 Geotechnicallnvestigation 5 Survey & Easement Documentation 6 Preliminary DesfgnAnalysis & Report 7 Final Design - Plans 8 Specifications a 60% plans and spocifications b 90% plans and specifications C FMai plans anAvecifications 8Permitting & T Q Coordination 9 .'nests • nion of . • • . • construction cost. Subtotal 1 H Phase 2 - Deep Intake Public Outreach O M F Trails End Drainage Analysis 1 Data Coiection 2 Hydrology/ Drainage Area Maps 3 Hyde 4 Drainage Report Subtotal 1 E Hydrogeological Analysis/Report - Trails End Rd D Utility Engineering - LCRA Pipeline C Condemn Heating - Expert Witness 1 Exhibit Preparation — 2 Condemnation Hearins 3 Preparation Meetings (6 C - B Tree Survey (300 tress Incl. In original contract) 1 LCRA Property - All Trees 4' + (267 extra trees)2 Travis County ROW - All Trees 6' + (606 extra trees) C A Phase 1 - Sandy Cr Park Alt Alignment Analysis - 1 Pipeline Feasibility and Alignment 2 Easement Requirements 3 Cost Estimates 4 Schedule 5 Technical Memorandum / Meeti s 3 NA m A a IV IQ IA N O N N O N {A7i O y CO N a'i'•• N ... 1 0t$8$, $mlmma.m m o o u 25 'a' I i i2i$$ $gl I$ ea HN 0,o o �8m Nitm o o o O a g a 1$ 881 m o o 1 o O CO CO a a 1 O O O O A A I i W 1� i^z� 6 O !S oI g; t o i • NN NN u P V g g t NN N 1 MM j.~ g MM M N N _O' 1 -I {M� a — j s N IOIs� N N r«IN I '+I rig 5 4.,1t , n,r. N P. 8i. (4. M r• M• r' § 1, i '1 : Z . N gisngx.nInsnA , 1.t0!:11' . ;lSt. Z. r rvrN X M $ ' y_B8lS SI o!S'iS,i4�`ti i# L N § M M g NN' •§;;j N NI �dj O prj O rg ��!j O 8 H S Np O x 25 tUN �M5 O b,X ' �p1 b I N NN OSSOOISOSOOpOO NNOf ,0 UNNr ONNON N N $1,148 $3,700 55,516 $4,830 $15,194 1000V$ J /AN ...4 +� N 4A N • 2 536,343 N CPP � NODN p -4 N N 16 OI N : jNNN 47AW :§,2.§ ' - 31f103HOS 33J • 3 119IHX3 Grand Total - Orginal Contract + Supp Agreement No. 1, 2 & 3 Orginal Contract Amount Supp Agreement No. 1 Supp Agreement No. 2 !Total - Supplemental Agreement No. 3 r Q S C L Less Work Not Performed from Original Contract Raw Water Pipeline Segment 5 - Preliminary Design (Orig Cont) B5 Preliminary Engineering Report (Ong Cont) A2 Geotechnical Investigation -Lime Creek Tunnel (SA #2) - - BS Plans & Specifications (90% to 100% on tunnel) Phase 1 Underwater Pipeline - Bid & Award 1 Attend pre -Bid conference. 2 Prepare p to three (3) Addenda per contract 3 Answer questions during the bidding process 4 Attend the Bid openings. 5 Receive and evaluate bids and make recommendations on award Subtotal if i g' 3 1 A s s I i A a a,a o Ii I � qq a 00IO! O� O 1 m II O 0 I 1021 AII T 0 I i al 1 1 1 4 I I 1 0 •?� I 'Ill ntl A 40 JOI 1 typ`... Irk 88 upw v0 i0 g �NPmNp Xap O 0 lg yt 0', aL O N 1 NT 46 XXLISS X q 0 lilt VI EN .+ N O 0 I N (40 pg W iti:O4Egi3O O J�,j §1§1§ O �g.0 N y� IpJ�1 tpJp NAAp�O'WI § O§ Ai 1. Cyt i