Loading...
R-09-05-28-12F2 - 5/28/2009RESOLUTION NO. R -09-05-28-12F2 WHEREAS, the City of Round Rock has previously entered into a Contract for Engineering Services ("Contract") with K. Friese & Associates, Inc. for the Water Transmission Line, Segment 2C for the Cedar Park/Round Rock/Leander Regional Water System Improvements Project, and WHEREAS, K. Friese & Associates, 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 K. Friese & Associates, 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 K. Friese & Associates, 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. 0:\wdox\SCC1nt5\0112\0905\MUNICIPAL\R90528F2, DOC/mp RESOLVED this 28th day of May, 2009. ATTEST: SARA L. WHITE, City Secretary 2 ALAN MCGRAW, Mayor City of Round Rock, Texas STATE OF TEXAS COUNTY OF WILLIAMSON FIRM: ADDRESS: PROJECT: SUPPLEMENTAL CONTRACT NO. 3 TO CONTRACT FOR ENGINEERING SERVICES K. FRIESE & ASSOCIATES, INC. ("Engineer") 1120 S. Capital of Texas Highway The Setting III, Suite 100 Austin, Texas 78746 Transmission Line Segment 2C 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 K. Friese & Associates, 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 Transmission Line Segment 2C for the Cedar Park / Round Rock / Leander Regional Water System Improvements Project in the amount of $191,919.00; and WHEREAS, the Owners and Engineer executed Supplemental Contract No. 1 on April 12, 2007 to modify the provisions for the scope of services, and to increase the compensation by $627,561.00 to a total of $819,480.00; and WHEREAS, the Owners and Engineer executed Supplemental Contract No. 2 on October 24, 2008 to modify the provisions for the scope of services, and to increase the compensation by $1,250.00 to a total of $820,730.00; and WHEREAS, it has become necessary to amend the Contract to modify the provisions for the scope of services, and to increase the compensation by $66,104.00 to a total of $886,834.00; and NOW THEREFORE, premises considered, the Owners and the Engineer agree that said Contract is amended as follows: Supplemental Contract #3 CORR Project #WAO5TRVRAW 159649/0199.4622 EXHIBIT 'IA" Rev.4/2009 84275 I. Article 1, Owners' Services and Exhibit A, Owners' Services shall be amended as set forth in the attached Addendum To Exhibit A. 11. Article 2, Engineering Services and Exhibit B, Engineering Services shall be amended as set forth in the attached Addendum To Exhibit B. Article 4, Compensation and Exhibit E, Fee Schedule shall be amended by increasing by $66,104.00 the lump sum amount payable under the Contract for a total of $886,834.00, 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 Rev.4/2009 CORR Project #WAO5TRVRAW 84275 159649/0199.4622 2 CITY OF ROUND ROCK, TEXAS APPROVED AS TO FORM: By: Alan McGraw, Mayor ATTEST: By: Sara L. White, City Secretary Stephan L. Sheets, City Attorney Supplemental Contract /13 Rev.4/2009 CORR Project #WA05TRVRAW 84275 159649/0199.4622 3 CITY OF CEDAR PARK, TEXAS APPROVED AS TO FORM: By: Brenda Eivens, City Manager ATTEST: By: LeAnn Quinn, City Secretary Charles Rowland, City Attorney Supplemental Contract #3 Rev.4/2009 CORR Project #WAO5TRVRAW 84275 159649/0199.4622 4 CITY 01? LEANDER, TEXAS APPROVED AS TO FORM: By: John Cowman, Mayor ATTEST: By: Debbie Haile, City Secretary Diana Granger, Attorney Supplemental Contract 113 Rcv.4/2009 CORR Project #1 WAO5TRVRAW 84275 159649/0199.4622 5 K. FRIESE & ASSOCIATES, INC. By: 041-11 Karen F#iese, F.E., President Supplemental Contract #3 Rev.4/2009 CORR Project # WAO5TRVRA\V 84275 159649/0199.4622 6 ADDENDUM TO EXHIBIT A Owners' Services The changes to the owners' services are as follows: The Owners will provide to the Engineer under this agreement the following items/information/assistance: 1. Provide Construction Inspection Services. 2. Provide Materials Testing Services. ADDENDUM TO EXHIBIT B Engineering Services The changes to the scope of this project are as follows: REASON FOR CHANGE Segment. 2c consists of approximately 7,600 linear feet of 72 -inch diameter pipeline from the termination point of Segment 2b at approximately 1,200 linear feet west of the intersection of County Road 180 and County Road 185 (Cottonwood Creek Trail), and extends to the east side of Ronald Reagan Blvd., at which point the future Segment 3 begins. A metered connection point for the City of Leander will be installed on the west side of Ronald Reagan Blvd. The waterline project is currently at the 100% design stage undergoing final Texas Water Development Board review. The Segment 2c waterline was planned and designed considering the future extension of New Hope Drive from its current termination point near U.S. 183A east to Ronald Reagan Blvd. The waterline has been designed to be under the future edge of pavement on the south side of the proposed road expansion. Extension of a portion of New Hope Drive is currently planned to occur in Year 2009 as part of the City of Cedar Park's Cottonwood Creek Trail improvements project. The extension will impact approximately the eastern 2,300 linear feet of the Segment 2c Waterline. This scope of services is to divide the Segment 2c Waterline project into two projects (Segment 2c1 and Segment 2c2) so that the eastern 2,300 linear feet may be installed prior to the Cottonwood Creek Trail Improvements project. The scope generally includes the following: • Revisions to the Construction Plans to create two separate projects; • Revisions to the Contract Documents and Technical Specifications (primarily the bid form) to create two separate projects; • Submittals and Approvals; • Bid Phase Services for Segment 2c1 (bid phase services for Segment 2c2 were previously approved). SCOPE OF SERVICES -- FINAL DESIGN, BID AND CONSTRUCTION PHASES DESIGN PHASE 1: Project Management — This task includes coordination with the roadway design team; project communications; workload, schedule, and budget management; invoicing; and other project management activities. Page 1 of 4 2. Quality Assurance / Quality Control — QA/QC shall include review of the Construction Plans, Contract Documents, and Technical Specifications at the 100% and Final submittal stages for constructability and completeness. 3. Construction Plan Revisions — The plan sheet revisions will be those necessary for separating the project into two separate construction projects. The waterline will not be re -stationed. The revisions will generally consist of: a. Revise the nomenclature and border, and replot all sheets. b. Revise the Index Sheet to include new index, map, and tables. c. Revise the tree list sheets to only indicate trees impacted by the respective project. d. Sheets C-1 and C-2 — relocate existing fences to the proposed south right-of-way line and delete proposed gates. e. Sheet C-3 — separate and revise sheet into two sheets (ending sheet of Segment 2c1 and beginning sheet of Segment 2c2), relocate existing fences to the proposed south right-of-way line and delete proposed gates. f. Cathodic Protection — revise the schedule to indicate only the cathodic protection equipment applicable to the respective project. g. Traffic Control — create new Traffic Control Plan sheets showing only the plans necessary for each respective project. Create new traffic control plan for the termination of Segment 2c1/beginning of Segment 2c2. h. Details — create new special detail sheets with only the special details applicable to the respective project. 4. Contract Documents and Technical Specifications -- Two sets of Contract Documents and Technical Specifications will be created to reflect two separate construction projects and include applicable information for each respective project. 5. 100% Submittal — Following separation of the two projects a submittal will be made to include four sets of each project's Contract Documents and Technical Specifications, Construction Plans, Engineer's Estimate, and schedule. 6. Final Submittal — Following incorporation of any comments on the 100% submittal, a final submittal will be made to BCRUA to include four sets of each project's Contract Documents and Technical Specifications, Construction Plans, Engineer's Estimate, and schedule. A separate submittal will be made to the Texas Water Development Board of each project's Contract Documents and Technical Specifications and Construction Plans. BID PHASE — SEGMENT 2c1 1. KFA will assist the Owner during the Bid Phase with contract document distribution, conducting the pre-bid conference and bid opening, and providing assistance throughout the bidding process. Services during the bid phase will include: a. KFA will coordinate with AccuGraphics or Burke's in Round Rock for reproduction and distribution of the plans and contract documents. Page 2 of 4 b. Attend pre-bid conference. KFA will attend the pre-bid conference, document any questions and any responses provided at the meeting, and issue follow-up addenda if necessary. c. Interpret plans and specifications and draft addenda, as necessary, for issuance by the Owner. One addendum has been assumed for budgeting purposes. d. Attend bid -opening, prepare bid tabulation and issue a recommendation for award to the Owner. KFA will attend the public bid opening. After receipt of bids, KFA will tabulate the bids in unit price format. KFA will evaluate the bids for responsiveness, meet with the low bidder if necessary, and issue a recommendation of award to the BCRUA. CONSTRUCTION PHASE — SEGMENT 2C1 1. KFA will assist BCRUA with contract administration during the construction phase of Segment 2c1. We understand BCRUA will provide required construction inspection and materials testing services. a. Project Management — This task includes routine coordination and communications with the Contractor and BCRUA; management of manpower, budgets and schedules. b. Construction document reproduction and distribution. KFA will incorporate addenda items in the executed construction documents as appropriate and reproduce and distribute the documents for use during the construction phase. For budgeting purposes we have assumed 10 sets of Contract Documents and Technical Specifications, ten full size sets of Construction Plans and ten 1/2 size sets of Construction Plans. c. Attend pre -construction conference. KFA will attend the pre -construction conference with BCRUA, Contractor, and other parties as appropriate. d. Conduct regular construction meetings and site visits. KFA will conduct regular construction meetings with BCRUA, Contractor, and other parties as appropriate, including preparing the agenda and meeting minutes. For budgeting purposes we have assumed 6 meetings. KFA will visit the site (typically twice per month, once on the construction meeting day and once on a non -meeting date) to check the progress of the work and verify general conformance with the project plans and technical specifications. e. Submittal Review. KFA will maintain a log of all Contractor submittals, track review progress, review and approve submittals, and distribute submittals to the appropriate parties. We have assumed that only approved submittals will be forwarded to BCRUA. f. Pay Estimate Review. KFA will review the Contractor's pay estimates after approval by the On-site Inspector and make recommendations for payment. Page 3 of 4 g. Preparation of Change Orders. KFA will review all Contractor's requests for Change Orders and prepare and distribute Change Orders as appropriate. h. Request for Information (BFI's). KFA will review and respond to all Contractor RFI's with copies to the BCRUA and the Inspector. i. Testing --- KFA has budgeted one day to be present for system testing or other system commissioning activities. Contract Close-out. KFA will conduct a final project walk-thru with the Inspector and BCRUA, document "punch list items", issue a Certificate of Substantial Completion and issue an Engineer's Concurrence for Project Acceptance letter. KFA will also notify TWDB of project completion. k. Record Drawings. KFA will use the Contractor's redline as -built drawings to document as -built conditions in the final record drawings. KFA will supply BCRUA with one set of reproducible Record Drawings (mylar), four sets of bond Record Drawings, and four CD's with pdf files. j• Page 4 of 4 ADDENDUM TO EXHIBIT D Work Schedule The changes to the Work Schedule for this project are as follows: None ADDENDUM TO EXHIBIT E Fee Schedule The changes to the fee schedule for this project are as follows: Increase $20,041.00 for Final Design Services, $10,511.00 for Bid Phase Services, and $35,552.00 for Construction Phase Services per attached. Total fee increase $66,104.00. J W I— O W 1. W W W F CT N OisP Csi . Met Ntr) yOC V' `d' M adua O NtA -A . N O FA L.) 'm 10 , a C' K 4 4 y w 4 41 0- e 0 N cri ELh9 aF F :M 6, th o N o •O oO) M M Vf 4 4 4 M 4 gf ?F -. 1n VI N 3 l0 EA f=inal Design 01 N p a} M S a. b! $ O M d c O s- y 4 4 . ON O ifs Er 1N MO r to �., €rMj CO E9 .O 1 M to �— 1 CO N i. 04 • 0) 6 n � 1 $3,491- $5.5811 31.0891 sir 161 co . t°'. 4 a o2i o i w h gi et w i Fl O N . w ve9N tO O 2 4 S o W .� C r A » M N v5 a°io 4 a to Sbcc qN co m co y f9 * OW M w dl 4 SMF triN co a, tp co � v N F � Nn.M ^ co^.W„, FNnA M .9 .9 e9 .4 — 0,0, T^ 69 2 7 N Obi tlN7 N 01 O N h to s-- 69 $11,872 to `N4 � < St`VyJ 4 "4- 49 NM M M H i9 F 4 2 N M O 'i.n. N M CO m b m'° M N 'D N^ N M t0.., 8 _.. 24 W N CO N O O CO O O 8 1 24 1 N a .� -1-•N V 8 1 8 8 1 41 1 36 1 40 ' 12 O O Q Y Q co co co . CO c0 40 12 1 N N. N Q b n ,a tom- CO N N V i4 N W V w to ti co co co t- tcc. 4- N CO O o F F F M s} .r . , r 0 l ut %o JuomcQai 1 6 Final Submittal (incorporate 100% comments) 0) _ y m — ” 78 Distribute Bid Documents 1b Pre -Bid Conference 7C Addenda ld Bid Opening & Reeommendetion le Contract Award Assistance {� N c� ctZ d p U ig t ii� g qi 8 a O ` o a .1'0isg 0 u U U : e v .1 U b 0 .. O .e •� •ti Y ti �QQ a Z - 0 G z 0 0 ...I 0 1- DATE: May 21, 2009 SUBJECT: City Council Meeting — May 28, 2009 ITEM: 12F2. Consider a resolution authorizing the Mayor to execute Supplemental Agreement No. 3 with K. Friese & Associates, Inc. for the Water Transmission Line, Segment 2C 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 the additional design services necessary to divide the 72 -inch Treated Waterline Segment 2C into two projects (2C1 and 2C2). The construction of the 2C1 Segment, which is approximately 2,300 linear feet, is being accelerated in order to coincide with Cedar Park's construction of New Hope Road. Segment 2C2, which is approximately 5,300 linear feet, will remain on its current schedule to begin construction in 2010. The limits of this New Hope Road extension project are from County Road 180 to County Road 185 (Cottonwood Creek Trail). The fee included in Supplemental Agreement No. 3, which also includes bid phase services and construction phase services, is $66,104. Round Rock's share is 51.78% ($34,228.65); Cedar Park, 0%; and Leander, 48.22% ($31,875.35). Funding: Cost: Source of funds: $34,228.65 Regional Water Fund Outside Resources: K. Friese & Associates, Inc. Cities of Cedar Park and Leander Background Information: Extension of a portion of New Hope Drive is currently planned to occur in Year 2009, as part of Cedar Park's Cottonwood Creek Trail roadway improvements project. The extension will impact the eastern 2,300 linear feet (Segment 2C1) of the Segment 2C waterline. The services in this supplemental agreement include dividing the Segment 2C waterline into two projects (2C1 and 2C2) so that the eastern 2,300 linear feet may be constructed prior to the commencement of the Cottonwood Creek Trail Improvements project. The total cost of the construction contract is estimated at approximately $886,834 with Round Rock's share being $459,202.65. Public Comment: N/A STATE OF TEXAS COUNTY OF WILLIAMSON FIRM: ADDRESS: PROJECT: SUPPLEMENTAL CONTRACT NO. 3 TO CONTRACT FOR ENGINEERING SERVICES PY K. FRIESE & ASSOCIATES, INC. ("Engineer") 1120 S. Capital of Texas Highway The Setting III, Suite 100 Austin, Texas 78746 Transmission Line Segment 2C 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 K. Friese & Associates, 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 Transmission Line Segment 2C for the Cedar Park / Round Rock / Leander Regional Water System Improvements Project in the amount of $191,919.00; and WHEREAS, the Owners and Engineer executed Supplemental Contract No. 1 on April 12, 2007 to modify the provisions for the scope of services, and to increase the compensation by $627,561.00 to a total of $819,480.00; and WHEREAS, the Owners and Engineer executed Supplemental Contract No. 2 on October 24, 2008 to modify the provisions for the scope of services, and to increase the compensation by $1,250.00 to a total of $820,730.00; and WHEREAS, ithas become necessary to amend the Contract to modify the provisions for the scope of services, and to increase the compensation by $66,104.00 to a total of $886,834.00; and NOW THEREFORE, premises considered, the Owners and the Engineer agree that said Contract is amended as follows: Supplemental Contract #3 Rev.4/2009 CORR Project #WAO5TRVRAW 84275 159649/0199.4622 1 I. Article 1, Owners' Services and Exhibit A, Owners' Services shall be amended as set forth in the attached Addendum To Exhibit A. 1I. Article 2, Engineering Services and Exhibit B, Engineering Services shall be amended as set forth in the attached Addendum To Exhibit B. Article 4, Compensation and Exhibit E, Fee Schedule shall be amended by increasing by $66,104.00 the lump sum amount payable under the Contract for a total of $886,834.00, 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 Rev.4/2009 CORR Project #WAO5TRVRAW 84275 159649/0199.4622 2 CITY OF ROUND ROCK, TEXAS APPRO ED AS TO FORM: By: Alan McGraw, Mayor ATTEST: By: • (A,Ubt? Sara L. White, City Secretary Stephan J Sheets, City Attorney Supplemental Contract #3 Rev.4/2009 CORR Project N'VA05TRVRAW 84275 159649/0199.4622 3 CITY OF CEDAR PARK, TEXAS APPROVED AS TO FORM: By: Brenda Eivens, City Manager ATTEST: By: LeAnn Quinn, City Secretary Charles Rowland, City Attorney Supplemental Contract #3 Rev.4/2009 CORR Project #WAO5TRVRAW 84275 159649/0199.4622 -09 -o5--2--12UZ 4 CITY OF LEANDER, TEXAS APPROVED AS TO FORM: By: John Cowman, Mayor ATTEST: By: Debbie Haile, City Secretary Diana Granger, Attorney Supplemental Contract #3 Rcv.412009 CORR Project #JWAO5TRVRAW 84275 159649/0199.4622 5 12--06VV US'76---(2F-2_, K. FRIESE & ASSOCIATES, INC. iese, F.E., President Supplemental Contract #3 CORR Project HWVA05TRVRAW 159649/0199.4622 6 Rev.4/2009 84275 ADDENDUM TO EXHIBIT A Owners' Services The changes to the owners' services are as follows: The Owners will provide to the Engineer under this agreement the following items/information/assistance: 1. Provide Construction inspection Services. 2. Provide Materials Testing Services. ADDENDUM TO EXHIBIT B Engineering Services The changes to the scope of this project are as follows: REASON FOR CHANGE Segment. 2c consists of approximately 7,600 linear feet of 72 -inch diameter pipeline from the termination point of Segment 2b at approximately 1,200 linear feet west of the intersection of County Road 180 and County Road 185 (Cottonwood Creek Trail), and extends to the east side of Ronald Reagan Blvd., at which point the future Segment 3 begins. A metered connection point for the City of Leander will be installed on the west side of Ronald Reagan Blvd. The waterline project is currently at the 100% design stage undergoing final Texas Water Development Board review. The Segment 2c waterline was planned and designed considering the future extension of New Hope Drive from its current termination point near U.S. 183A east to Ronald Reagan Blvd. The waterline has been designed to be under the future edge of pavement on the south side of the proposed road expansion. Extension of a portion of New Hope Drive is currently planned to occur in Year 2009 as part of the City of Cedar Park's Cottonwood Creek Trail improvements project. The extension will impact approximately the eastern 2,300 linear feet of the Segment 2c Waterline. This scope of services is to divide the Segment 2c Waterline project into two projects (Segment 2c1 and Segment 2c2) so that the eastern 2,300 linear feet may be installed prior to the Cottonwood Creek Trail Improvements project. The scope generally includes the following: • Revisions to the Construction Plans to create two separate projects; • Revisions to the Contract Documents and Technical Specifications (primarily the bid form) to create two separate projects; • Submittals and Approvals; • Bid Phase Services for Segment 2c1 (bid phase services for Segment 2c2 were previously approved). SCOPE OF SERVICES — FINAL DESIGN, BID AND CONSTRUCTION PHASES DESIGN PHASE 1. Project Management — This task includes coordination with the roadway design team; project communications; workload, schedule, and budget management; invoicing; and other project management activities. Page 1 of 4 2. Quality Assurance / Quality Control — QA/QC shall include review of the Construction Plans, Contract Documents, and Technical Specifications at the 100% and Final submittal stages for constructability and completeness. 3. Construction Plan Revisions — The plan sheet revisions will be those necessary for separating the project into two separate construction projects. The waterline will not be re -stationed. The revisions will generally consist of: a. Revise the nomenclature and border, and replot all sheets. b. Revise the Index Sheet to include new index, map, and tables. c. Revise the tree list sheets to only indicate trees impacted by the respective project. d. Sheets C-1 and C-2 — relocate existing fences to the proposed south right-of-way line and delete proposed gates. e. Sheet C-3 — separate and revise sheet into two sheets (ending sheet of Segment 2c1 and beginning sheet of Segment 2c2), relocate existing fences to the proposed south right-of-way line and delete proposed gates. f. Cathodic Protection — revise the schedule to indicate only the cathodic protection equipment applicable to the respective project. g. Traffic Control — create new Traffic Control Plan sheets showing only the plans necessary for each respective project. Create new traffic control plan for the termination of Segment 2c1/beginning of Segment 2c2. h. Details — create new special detail sheets with only the special details applicable to the respective project. 4. Contract Documents and Technical Specifications — Two sets of Contract Documents and Technical Specifications will be created to reflect two separate construction projects and include applicable information for each respective project. 5. 100% Submittal — Following separation of the two projects a submittal will be made to include four sets of each project's Contract Documents and Technical Specifications, Construction Plans, Engineer's Estimate, and schedule. 6. Final Submittal — Following incorporation of any comments on the 100% submittal, a final submittal will be made to BCRUA to include four sets of each project's Contract Documents and Technical Specifications, Construction Plans, Engineer's Estimate, and schedule. A separate submittal will be made to the Texas Water Development Board of each project's Contract Documents and Technical Specifications and Construction Plans. BID PHASE — SEGMENT 2c1 1. KFA will assist the Owner during the Bid Phase with contract document distribution, conducting the pre-bid conference and bid opening, and providing assistance throughout the bidding process. Services during the bid phase will include: a. KFA will coordinate with AccuGraphics or Burke's in Round Rock for reproduction and distribution of the plans and contract documents. Page 2 of 4 b. Attend pre-bid conference. KFA will attend the pre-bid conference, document any questions and any responses provided at the meeting, and issue follow-up addenda if necessary. c. Interpret plans and specifications and draft addenda, as necessary, for issuance by the Owner. One addendum has been assumed for budgeting purposes. d. Attend bid -opening, prepare bid tabulation and issue a recommendation for award to the Owner. KFA will attend the public bid opening. After receipt of bids, KFA will tabulate the bids in unit price format. KFA will evaluate the bids for responsiveness, meet with the low bidder if necessary, and issue a recommendation of award to the BCRUA. CONSTRUCTION PHASE — SEGMENT 2C1 1. KFA will assist BCRUA with contract administration during the construction phase of Segment 2c1. We understand BCRUA will provide required construction inspection and materials testing services. a. Project Management — This task includes routine coordination and communications with the Contractor and BCRUA; management of manpower, budgets and schedules. b. Construction document reproduction and distribution. KFA will incorporate addenda items in the executed construction documents as appropriate and reproduce and distribute the documents for use during the construction phase. For budgeting purposes we have assumed 10 sets of Contract Documents and Technical Specifications, ten full size sets of Construction Plans and ten %2 size sets of Construction Plans. c. Attend pre -construction conference. KFA will attend the pre -construction conference with BCRUA, Contractor, and other parties as appropriate. d. Conduct regular construction meetings and site visits. KFA will conduct regular construction meetings with BCRUA, Contractor, and other parties as appropriate, including preparing the agenda and meeting minutes. For budgeting purposes we have assumed 6 meetings. KFA will visit the site (typically twice per month, once on the construction meeting day and once on a non -meeting date) to check the progress of the work and verify general conformance with the project plans and technical specifications. e. Submittal Review. KFA will maintain a log of all Contractor submittals, track review progress, review and approve submittals, and distribute submittals to the appropriate parties. We have assumed that only approved submittals will be forwarded to BCRUA. f. Pay Estimate Review. KFA will review the Contractor's pay estimates after approval by the On-site Inspector and make recommendations for payment. Page 3 of 4 g. Preparation of Change Orders. KFA will review all Contractor's requests for Change Orders and prepare and distribute Change Orders as appropriate. h. Request for Information (RFI's). KFA will review and respond to all Contractor RFI's with copies to the BCRUA and the Inspector. i. Testing — KFA has budgeted one day to be present for system testing or other system commissioning activities. Contract Close-out. KFA will conduct a final project walk-thru with the Inspector and BCRUA, document "punch list items", issue a Certificate of Substantial Completion and issue an Engineer's Concurrence for Project Acceptance letter. KFA will also notify TWDB of project completion. k. Record Drawings. KFA will use the Contractor's redline as -built drawings to document as -built conditions in the final record drawings. KFA will supply BCRUA with one set of reproducible Record Drawings (mylar), four sets of bond Record Drawings, and four CD's with pdf files. Page 4 of 4 ADDENDUM TO EXHIBIT D Work Schedule The changes to the Work Schedule for this project are as follows: None ADDENDUM TO EXHIBIT E Fee Schedule The changes to the fee schedule for this project are as follows: Increase $20,041.00 for Final Design Services, $10,511.00 for Bid Phase Services, and $35,552.00 for Construction Phase Services per attached. Total fee increase $66,104.00. EXHIBIT E FEE SCHEDULE Project Protect CADO Sub Principal Manager Engineer! Toch Clorical Total Labor Raw Labor Overhead Profit Total Labor Consultant Expenses Total Task Hours Hours Hours Hours Hours Hours Cost S $ I Cost Cost Cost Cost Final Design 1 dV Pro ect Management 4 8 12 $694 $1,110 $216 $2,021 $2,021 2 Sheet 4 ' 1 5 $297 $475 $93 $865 $870 3 Sheet Revisions 8 � 16 60 4$2 $3.391 1,735 84 $2 594 $4,147 $809 $7,549 $500g O4g 4 Contrail Docs&Spec Revisions 8 8 8 24 $838 $1,339 $261 $2,438 2438 1 5 100%Submittal 8 4 4 4 20 $759 $1,213 $237 $2,208 2,408 6 Final Submittal incorporate 100%comments) 8 I 8 12 4 32 $1,096 $1,752 $342 $3,191 I I -- Sub-Total 8 Bid Phase 41 I 36 1 76 16 177 I $18 Z71 $1 370 $400 $20_041 11 Bid Phase Services 3 40 12 8 I 24 87 $3,491; $5,581 $1,089 $10,161 $0 $350 $10.511 Ya Distribute Bitl Documents 0 8 0 0 I 8 16 $6Y4' $98Y $Y9i $1,787 1b Pre-Bid Conference 0 8 I 0 0 i 550 $Y,837 2 10 $494 "$7891 $154 $1,437 5100 $1,537 is _ Addenda i 8 4 8 I 8 29 .$1,012 .51,6171 $315 $2,944 1d - I S50 $2,994 Bid Opening d Recommendation ! 8 4 0 2 15 $666 $1,065! S208 i $1,938 550 $1,988 le Contract Award Assistance Y 8 4 0 1 4 Y7 $706 31,1291, 52201 52.055 I $100 $2,155 Consttvction Phase Sub-Total 3 40 12 8 1 24 87 1 $10,161 I $0 $350 $1-05,1 11 !Construction Phase Services 4 136 114 20 8 282 $11,872 $18,9781 $3,702; $34,5L2 $1,000 $35,552 1° Project Management 4 24 4 32 $1,682 $2689 SS?41 54,895! 1b :Construction Documents 2 2 4 $50 $4,945 8 f $100 $921 1c Pro Construction Coherence 4 q 8 $282 $451 $88r 5821 Yd ,$339 $542 $1061 $9861 $25 $1,011 le Meetings 8 Site Visits 32 ZO 52 52,375 $3,797 S741! $6,9131 5300 57,213 if SubmittalReview 20 40 4 8a 52,335 $3,732 37281 $6,795 Pay Estimate Review 8 5250 57,045 8 $454 $726 $142 S1,32J $1,321 1p ChengeOrdarPreparatan .. 12 16 4 32 57,242 $1,985 $387 $3,613 1h Request for informatbn Review 12 16 ?8 $1,129 $1,804 $100 $3,713 1i $352 $3,285 $3,285 Testing 8 321 11 Contract Cbse-Out � � 12 12 ' 8 $454 5726 $142 $1, $25 S1,346 1k 24 SY,017 $1,625 $317 52,959 Record Drawl s 2 4 12550 S3,009 18 5564 $901 $176 $1,64Y SY00 31,741 ' Sub•Tota1 4 136 1T4 I 20 8 282 534 552 $0 $1 000 535 552 TOTAL DESIGN,BID AND CONSTRUCTION PHASE TS 217 162 104 1 48 546 $62,984 1 $1,370 1 $1,750 $66,104 1 of 1