Loading...
R-10-05-13-11C4 - 5/13/2010RESOLUTION NO. R -10-05-13-11C4 WHEREAS, the City of Round Rock has previously entered into a Contract for Engineering Services ("Contract") with Camp Dresser & McKee, Inc. for the 2009 Water Treatment Plant Rehabilitation and 1.5 MG Clearwell Project, and WHEREAS, Camp Dresser & McKee, Inc. has submitted Supplemental Contract No. 1 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. 1 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. 1 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 13th day of May, 2010. O:\wdox\SCC1nts\0112\1005\MUNICIPAL\00191424.DOC/nnc ATTEST: SARA L. WHITE, City Secretary 2 Je )1, .4_, ALAN MCGRAW, Mayor City of Round Rock, Texas STATE OF TEXAS COUNTY OF WILLIAMSON SUPPLEMENTAL CONTRACT NO. 1 TO CONTRACT FOR ENGINEERING SERVICES FIRM: CAMP DRESSER & MCKEE, INC. ("Engineer") ADDRESS: 12357-A Riata Trace Parkway, Suite 210, Austin, TX 78727 PROJECT: 2009 Water Treatment Plant Rehabilitation and 1.5 MG Clearwell This Supplemental Contract No. 1 to Contract for Engineering Services is made by and between the City of Round Rock, Texas, hereinafter called the "City" and Camp Dresser & McKee, Inc., hereinafter called the "Engineer". WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the "Contract", on the 12th day of February, 2009 for the 2009 Water Treatment Plant Rehabilitation and 1.5 MG Clearwell Project in the amount of $546,025.00; 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 $110,802.00 to a total of $656,827.00; and NOW THEREFORE, premises considered, the City 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, Work Schedule shall be amended as set forth in the attached Addendum To Exhibit C. II. Article 4, Compensation and Exhibit D, Fee Schedule shall be atnended by increasing by $110,802.00 the lump sum amount payable under the Contract for a total of $656,827.00, as shown by the attached Addendum to Exhibit D. IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental Contract in duplicate. Supplemental Contract 0199.7091/ 189744 Rcv.12/01/08 84275 CAMP DRESS r, ' & MQIq E, INC. By: Ste,/e�,L Date 4//2-///0 CITY OF ROUND ROCK APPROVED AS TO FORM: By: Alan McGraw, Mayor Stephan L. Sheets, City Attorney Date Supplemental Contract 0199.7091/ 189744 2 Rev.12/01/08 84275 ADDENDUM TO EXHIBIT B Engineering Services Task 1: Water Treatment Plant Rehabilitation. Provide professional engineering services to include the following construction improvements: A. High Service Pump Station (HSPS). 1. Perform alternative analysis for the following options: a) New roof structure and bridge crane for the north half of the HSPS b) New roof and bridge crane for the entire building c) Remove the exterior building, provide no bridge crane and enclose MCC's in A/C building 2. New wire partition tool storage room and door 3. Chlorine analyzer upgrades (total and free) 4. Additional parking spaces (permeable rock) 5. Exterior lighting modifications 6. Permeable rock roadway to east of HSPS for crane access 7. Old vault removal at northeast corner of HSPS 8. New safety relief valve and piping system B. Electrical Room for HSP -007, -008, and -009, and Backwash Pumps 1. New condenser units C. Electrical Room for HSP -010 1. New DX type AC system D. Standby Generator 1. Cover structure for control station E. Dewatering Building 2. Revise belt filter press rehabilitation scope to include the design of the following improvements: a) New rollers and bearing assemblies b) New filter belts and auxiliary belts c) New tensioning, steering, and lifting cylinders d) New belt drive unit (including drive, motor, gears, and gearbox) e) New air compressor system and related accessories for a pneumatic belt tracking and tensioning system f) Replace the existingPanelMate operator interface terminal (OTT) installed on the belt filter press Main Control Panel (MCP) with a new Magelis toucllscreen OIT as Manufactured by Schneider Electric g) Retrofit the existing belt filter press control panel to enable manual operation of the belt filter press from the Operator Interface Terminal (OIT) while maintaining all appropriate safety controls and interlocks that are applied in the automatic control mode 11) Replace the existing Programmable Logic Controller (PLC) and OIT with new equipment 1 F. Treatment Structures 1. Phase III grout topping, chain and flight sludge collector replacement 2. Phase IV grout topping, wear strips and return guide tracks replacement and new flights 3. Phase V chain and flight floor wear strips and return guide tract wear strips, and hold down wear strips. 5. Basin protected water piping system upgrades and washdown station upgrades on Phase III and IV e -V (i.e., piping and valves, hose bib, hose and rack). 6. Basin protected water piping system upgrades and zvashdown station upgrades on Phase V (i.e., piping and valves, hose bib, hose and rack). 7. Filter washdown station upgrades on Phase III and IV (i.e., 1-1/2" piping with 1-1/4" valve). 8. Paint Phase III and IV process equipment (i.e., exterior) 9. Phase III and IV sedimentation basin sludge hoppers improvements 10. Phase III and IV flocculators and sedimentation basin hopper mud valves 11. Phase IV settled water channel plug valve manual operator 12. Phase III, IV and V hose replacement at washdown stations 13. Miscellaneous plumbing repairs (i.e., allowance in bid) 14. Crack repair located on exterior Phase III basin wall (i.e., unit price bid) 15. Phase III, IV and V filter level transmitter replacement G. Raw Water Pump Station 1. Raw water screen compressor/tank manual burst cleaning system trailer and piping systems. H. Treated Water Meter Vault 1. Revise existing vault layout to include the following options: a) New venturi meter and instrument piping, differential pressure indicating transmitter, and heat trace and aluminum jacketed insulation on piping b) Reused venturi meter with new instrument piping, differential pressure indicating transmitter, and heat trace and aluminum jacketed insulation on piping c) New transit time meter to replace existing venturi teeter and appurtenances I. Liquid Ammonia Sulfate (LAS) Bulk Storage and Feed System 1. Removal of old gaseous chlorine system components 2. New LAS bulk storage tank and chemical metering pumps, appurtenances and piping systems 3. Retrofit existing chemical storage to provide secondary containment around LAS tanks 4. Revise existing SCADA system to allow flow pace of LAS metering pumps and level monitoring of bulk storage tanks 5. Retrofit existing electrical system to accommodate new LAS storage tanks and metering pump equipment 6. Retrofit existing lighting system at new LAS secondary containment area 7. LAS yard piping to Disinfection Basin and new diffusers 8. Stabilize and decommission existing anhydrous ammonia gas feed system 9. Furnishing the necessary engineering data required to apply for regulatory permits from local, state, or federal authorities 2 Task 2: 1.5 MG Clearwell. Provide professional engineering services related to the design of the 1.5 MG clearwell as described below: A. Perform feasibility analysis and present worth analysis of clearwell storage options for site, including a review of cast -in-place rectangular with pre -stressed circular clearwells. B. Prepare technical memorandum discussing the storage requirements of the plant and distribution system, review land constraints and masterplan recommendations. C. Redesign of HSPS Improvements Project (i.e., pump station and piping systems) to incorporate results of clearwell feasibility analysis. D. 1.5 MG clearwell and finished water piping improvements and valving systems. Preliminary Engineering Phase. This phase involves determination of project scope and economic and technical evaluation of feasible alternatives. Services during this phase include and apply to Tasks 1 and Tasks 2 as noted: 1) Reviewing available data and consulting with the OWNER to clarify and define the OWNER's requirements for the project. (Tasks 1 and 2) 2) Advising the OWNER as to the necessity of providing or obtaining from others additional data or services. These additional services may include photogrammetry, reconnaissance surveys, property surveys, topographic surveys, geotechnical investigations and consultations, compilation of hydrological data, traffic studies, materials engineering, assembly of zoning, deed, and other restrictive land use information, and environmental assessments and impact statements. (Tasks 1 and 2) The scope of work includes the following special services: a. Topographic survey of the proposed clearwell and HSPS improvements. ENGINEER shall provide topographic survey of the required area of the water treatment plant site, clearwell site and interconnecting pipeline route. The topographic survey will locate all physical features on the site including trees larger than 6 -inches in diameter. The survey will be performed to allow development of one foot contours to be used during the design of the facilities and appurtenances. Survey will be on City of Round Rock coordinate and elevation system (subcontracted service). (Task 2) b. Geotechnical analysis of the proposed clearwell area. ENGINEER shall provide soil borings at the proposed clearwell site and foundation recommendations for appurtenances (subcontracted service). ENGINEER shall coordinate with geotechnical engineer so that design requirements are communicated and that issues encountered during the geotechnical field work are addressed. (Task 2) c. Preparation of WPAP and submittal to TCEQ including applicable fees. (Task 2) 3) Identifying and analyzing requirements of governmental authorities having jurisdiction to approve the design of the project, and participating in consultations with such authorities. (Tasks 1 and 2) 3 4) Providing analyses of the OWNER's needs, planning surveys, and comparative evaluations of prospective solutions. (Task 1 and 2) 5) Consulting with the OWNER, reviewing preliminary reports, clarifying and defining the project requirements, reviewing available data, and discussing general scheduling. Conferences may also be required with approving and regulatory governmental agencies and affected utilities. (Task 1 and 2) 6) Advising the OWNER as to whether additional data or services are required, and assisting the OWNER in obtaining such data and services. (Task 1 and Task 2) 7) Preparing preliminary design report in the form of a technical memorandum consisting of HSPS and clearwell layout options and costs, final design criteria, preliminary drawings, and written descriptions of the project. A maximum of five copies will be provided to the OWNER. (Task 1 and Task 2) 8) Preparing revised opinions of probable total project costs. (Task 1 and 2) Final Design Phase. This phase of project development is undertaken only after the OWNER has approved the preliminary engineering phase material. The basic services for the final design phase include: 1) Provide assistance to identify alternate delivery means of project to deliver key components of project more timely using design build and construction management at risk (CMAR) methods and prepare draft CMAR proposal. 2) Prepare additional set of design and bidding documents to include the Phase IV Sludge Collections Equipment Retrofit Project and develop best value selection of equipment. 3) Preparing construction drawings and specifications showing the character and extent of the project based on the accepted preliminary engineering documents. (Task 1 and 2) 4) Preparing and furnishing to the OWNER a revised opinion of probable total project costs based on the final drawings and specifications. (Task 1 and 2) 5) Furnishing the necessary engineering data required to apply for regulatory permits from local, state, or federal authorities. This is distinguished from and does not include detailed applications and supporting documents for government grant-in-aid or planning grants that would be furnished as additional services. (Task 1 and 2) 6) Preparing basic documents related to construction contracts for review and approval by the OWNER (and the OWNER's legal and other advisors). These may include contract agreement forms, general _conditions and supplementary conditions, invitations to bid, instructions to bidders, insurance and bonding requirements, and preparation of other contract -related documents. (Task 1 and 2) 4 7) Furnishing to the OWNER a maximum of five copies of drawings, specifications, and other contract documents. (Task 1 and 2) Bidding Phase. Services under this phase include: 1) Assist OWNER in advertising for and obtaining bids for the contract for construction, materials, equipment and services; and, where applicable, maintain a record of prospective bidders to whom Bidding Documents have been issued, conduct pre-bid conference, if any, and receive and process deposits for Bidding Documents. ENGINEER shall distribute Drawings and Specifications from their office and maintain a plan holders list. (Task 1 and 2) 2) Provide the OWNER five (5) full-size copies of the bidding Drawings and Specifications. ENGINEER will collect non-refundable deposits for Drawings and Specifications provided to Bidders and will use the deposits to defray the reproduction cost to the OWNER. ENGINEER will provide copies of the Drawings and Specifications at no cost to plan rooms and other entities that increase the interest in the Project. (Task 1 and 2) 3) Issuing addenda as appropriate to interpret, clarify, or expand the bidding documents. (Task 1 and 2) 4) Assisting the OWNER in determining the qualifications and acceptability of prospective constructors, subcontractors, and suppliers. (Task 1 and 2) 5) When substitution prior to the award of contracts is allowed by the bidding documents, consultation with and advising the OWNER as to the acceptability of alternate materials and equipment proposed by the prospective constructors. (Task 1 and 2) 6) Preparing for and conducting the bid openings, preparing bid tabulation sheets, and providing assistance to the OWNER in evaluating bids or proposals and in assembling and awarding contracts for construction, materials, equipment, and services. (Task 1 and 2) 7) Provide additional bidding phase services to accommodate the Phase IV Sludge Collection Equipment Retrofit Project. Construction Phase. Services under this phase involve consulting with and advising the OWNER during construction and are limited to those services associated with performing as the OWNER's representative. Such services comprise: 1) Preparing for and conducting a preconstruction conference and issuing a Notice to Proceed on behalf of the OWNER. (Task 1 and 2) 2) Reviewing shop and erection drawings submitted by the constructors for compliance with design concepts. (Task 1 and 2) 3) Reviewing laboratory, shop, and mill test reports on materials and equipment. Attend initial startup and testing of equipment, etc. (Task 1) 5 4) Visiting the project site once a month as construction proceeds to observe and report on the progress and the quality of the executed work. (Task 1 and 2) 5) Issuing necessary interpretations and clarifications of contract documents, preparing change orders requiring special inspections and testing of the work, and making recommendations as to the acceptability of the work. (Task 1 and 2) 6) Preparing sketches required to resolve problems due to actual field conditions encountered. (Task 1 and 2) 7) Determining amounts of progress payments due based on degree of completion of the work, and recommending issuance of such payments by the OWNER. (Task 1 and 2) 8) Preparing Record Drawings from information submitted by the CONTRACTOR. Update the 2004 Comprehensive Record Drawing of the City's Water Treatment Plant Site. Provide a hard copy an electronic copy of the AutoCAD readable disk used by CDM to develop the Record Drawings for the project and provide four (4) full size color copies of the 2004 Comprehensive Record Drawing plus an electronic copy. (Task 1 and 2) 9) Making Substantial and Final Completion inspections and reporting on completion of the project, including recommendations concerning final payments to contractor and release of retained percentages. Provide a Certificate of Substantial Completion to Owner and Contractor. Final Inspection will determine whether the completed work of the Contractor is acceptable so that Engineer may recommend, in writing, final payment to Contractor, (Task 1 and 2) 10) Provide additional construction phase services to accommodate the Phase 1V Sludge Collection Equipment Retrofit Project. 6 ADDENDUM TO EXHIBIT C Work Schedule The Work Schedule for this project will be completed as follows: Notice to Proceed January --15-7-2009 February 12, 2009 Preliminary Engineering Phase February 26, 2009 Final Design Phase May 272009 September 16, 2009 Bidding Phase June 18, 2009 October 2, 2009 Award 9, 2009* November 12, 2009 July Contractor NTP July 009* November 30, 2009 Construction Phase February 25, 2010* October 26, 2010* * Contingent upon others. ADDENDUM TO EXHIBIT D Fee Schedule The Fee Schedule for this project will be as follows: Basic Services Special Services Preliminary Design Task 1- WTP Rehabilitation $26,480 Task 2 -1.5 MG Clearwell $18,340 Surveying $8,500 Geotechnical $9,100 WPAP Permitting $12,210 TCEQ WPAP Fee $4,000 Design Phase Task 1- WTP Rehabilitation $190,980 Task 2 -1.5 MG Clearwell $132,220 Bidding Phase Task 1- WTP Rehabilitation $14,940 Task 2 -1.5 MG Clearwell $10,340 Construction Phase Task 1- WTP Rehabilitation $68,655 Task 2 -1.5 MG Clearwell $50,260 Subtotal Task 1- WTP Rehabilitation . $301,055 Task 2 -1.5 MG Clearwell $211,160 $33,810 TOTAL $546,025 SUPPLEMENTAL AMENDMENT No. 1 (SA1) Additional Design Phase Supplemental Amendment No. 1 Task 1- WTP Rehabilitation $62,775 Raw Labor Indirect Rate Task 1-- LAS FEED SYSTEM $30,415 836,157 1.78397 Additional Bidding Phase Salary Cost (RL x Indirect Rate) Task 1- WTP Rehabilitation $6,692 $64,503 Additional Construction Phase Other Direct Costs (ODCs) 81,637 Task 1- WTP Rehabilitation $10,920 Outside Professionals (OPs) $o TOTAL SA1 $110,802 Profit • 88,505 Subtotal (Prime and SA1) Task 1- WTP Rehabilitation $411,857 Task 2 -1.5 MG Clearwell $211,160 $33,810 TOTAL (Prime and SA1) $656,827 ROUND ROCK, TEXAS PURPOSE. PASSION. PROSPERITY: Agenda Item No. 11C4. City Council Agenda Summary Sheet Agenda Caption: Consider a resolution authorizing the Mayor to execute Supplemental Contract No. 1 with Camp Dresser & McKee, Inc. for the 2009 Water Treatment Plant Rehabilitation and 1.5 MG Clearwell Project. Meeting Date: May 13, 2010 Department: Water/Wastewater Utilities Staff Person making presentation: Michael Thane Utilities Director Item Summary: This supplemental contract is for additional engineering services required for the Water Treatment Plant Rehabilitation project. The additional design services include improvements to the High Service Pump Station, revisions to the belt filter press rehabilitation scope at the Dewatering Building, additions to the treatment structures, modification to the treated water meter vault layout, and conversion of the disinfection process from the existing gas ammonia system to a Liquid Ammonia Sulfate system. In addition, bidding phase and construction phase services for the Phase IV Sludge Collection Equipment Retrofit are included in this supplemental. With this Supplemental Contract No. 1, the total professional engineering service cost is $656,827 which equates to approximately 11.7% of the total project cost. Strategic Plan Relevance: Goal 27.0 "Ensure there is an adequate, affordable and safe water supply." Cost: $110,802 Source of Funds: Self -Financed Water Construction Date of Public Hearing (if required): N/A Recommended Action: Staff recommends approval EXECUTED DOCUMENT FOLLOWS STATE OF TEXAS COUNTY OF WILLIAMSON SUPPLEMENTAL CONTRACT NO. 1 TO CONTRACT FOR ENGINEERING SERVICES FIRM: CAMP DRESSER & MCKEE, INC. ("Engineer") ADDRESS: 12357-A Riata Trace Parkway, Suite 210, Austin, TX 78727 PROJECT: 2009 Water Treatment Plant Rehabilitation and 1.5 MG Clearwell This Supplemental Contract No. 1 to Contract for Engineering Services is made by and between the City of Round Rock, Texas, hereinafter called the "City" and Camp Dresser & McKee, Inc., hereinafter called the "Engineer". WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the "Contract", on the 12111 day of February, 2009 for the 2009 Water Treatment Plant Rehabilitation and 1.5 MG Clearwell Project in the amount of $546,025.00; 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 $110,802.00 to a total of $656,827.00; and NOW THEREFORE, premises considered, the City 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, Work Schedule shall be amended as set forth in the attached Addendum To Exhibit C. II. Article 4, Compensation and Exhibit D, Fee Schedule shall be amended by increasing by $110,802.00 the lump sum amount payable under the Contract for a total of $656,827.00, as shown by the attached Addendum to Exhibit D. IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental Contract in duplicate. Supplemental Contract 0199.7091/ 189744 -,v-x•13-1( Rcv.12/01/08 84275 CAMP DRESS ' & MCKI E, INC. By:1/44A/ I Date CITY OF OUND ROCK By: Alan McGraw, Mayor Date iP/14/i/t,. (gala - Supplemental Contract 0199.7091/ 189744 2 Rev.12/01 /08 84275 ADDENDUM TO EXHIBIT B Engineering Services Task 1: Water Treatment Plant Rehabilitation. Provide professional engineering services to include the following construction improvements: A. High Service Pump Station (HSPS). 1. Perform alternative analysis for the following options: a) New roof structure and bridge crane for the north half of the HSPS b) New roof and bridge crane for the entire building c) Remove the exterior building, provide no bridge crane and enclose MCC's in A/C building 2. New wire partition tool storage room and door 3. Chlorine analyzer upgrades (total and free) 4. Additional parking spaces (permeable rock) 5. Exterior lighting modifications 6. Permeable rock roadway to east of HSPS for crane access 7. Old vault removal at northeast corner of HSPS 8, New safety relief valve and piping system B. Electrical Room for HSP -007, -008, and -009, and Backwash Pumps 1. New condenser units C. Electrical Room for HSP -010 1. New DX type AC system D. Standby Generator 1. Cover structure for control station E. Dewatering Building 2. Revise belt filter press rehabilitation scope to include the design of the following improvements: a) New rollers and bearing assemblies b) New filter belts and auxiliary belts c) New tensioning, steering, and lifting cylinders d) New belt drive unit (including drive, motor, gears, and gearbox) e) New air compressor system and related accessories for a pneumatic belt tracking and tensioning system f Replace the existing PanelMate operator interface terminal (011) installed on the belt filter press Main Control Panel (MCP) with a nezv Magelis touchscreen OIT as manufactured by Schneider Electric g) Retrofit the existing belt filter press control panel to enable manual operation of the belt filter press from the Operator Interface Terminal (01T) while maintaining all appropriate safety controls and interlocks that are applied in the automatic control mode h) Replace the existing Programmable Logic Controller (PLC) and OIT with new equipment 1 F. Treatment Structures 1. Phase III grout topping, chain and flight sludge collector replacement 2. Phase IV grout topping, wear strips and return guide tracks replacement and mere flights 3. Phase V chain and flight floor wear strips and return guide track wear strips, and hold down wear strips. 5. Basin protected water piping system upgrades and washdown station upgrades on Phase III and IV to duplica«, P�Thase-V (i.e., piping and valves, hose bib, hose and rack). 6. Basin protected water piping system upgrades and zvashdown station upgrades on Phase V (i.e., piping and valves, hose bib, hose and rack). 7. Filter washdown station upgrades on Phase III and IV (i.e., 1-1/2" piping with 1-1/4" valve). 8. Paint Phase III and IV process equipment (i.e., exterior) 9. Phase III and IV sedimentation basin sludge hoppers improvements 10. Phase III and IV flocculators and sedimentation basin hopper mud valves 11. Phase IV settled water channel plug valve manual operator 12. Phase III, IV and V hose replacement at washdown stations 13. Miscellaneous plumbing repairs (i.e., allowance in bid) 14. Crack repair located on exterior Phase III basin wall (i.e., unit price bid) 15. Phase III, IV and V filter level transmitter replacement G. Raw Water Pump Station 1. Raw water screen compressor/tank manual burst cleaning system trailer and piping systems. H. Treated Water Meter Vault 1. Revise existing vault layout to include the following options: a) New venturi meter and instrument piping, differential pressure indicating transmitter, and heat trace and aluminum jacketed insulation on piping 10 Reused venturi meter with new instrument piping, differential pressure indicating transmitter, and heat trace and aluminum jacketed insulation on piping c) New transit time meter to replace existing venturi meter and appurtenances Liquid Ammonia Sulfate (LAS) Bulk Storage and Feed System 1. Removal of old gaseous chlorine system components 2. New LAS bulk storage tank and chemical metering pumps, appurtenances and piping systems 3. Retrofit existing chemical storage to provide secondary containment around LAS tanks 4. Revise existing SCADA system to allow flow pace of LAS metering pumps and level monitoring of bulk storage tanks 5. Retrofit existing electrical system to accommodate new LAS storage tanks and metering pump equipment 6. Retrofit existing lighting system at new LAS secondary containment area 7. LAS yard piping to Disinfection Basin and new diffusers 8. Stabilize and decommission existing anhydrous ammonia gas feed system 9. Furnishing the necessary engineering data required to apply for regulatory permits from local, state, or federal authorities 2 Task 2: 1.5 MG Clearwell. Provide professional engineering services related to the design of the 1.5 MG clearwell as described below: A. Perform feasibility analysis and present worth analysis of clearwell storage options for site, including a review of cast -in-place rectangular with pre -stressed circular clearwells. B. Prepare technical memorandum discussing the storage requirements of the plant and distribution system, review land constraints and masterplan recommendations. C. Redesign of HSPS Improvements Project (i.e., pump station and piping systems) to incorporate results of clearwell feasibility analysis. D. 1.5 MG clearwell and finished water piping improvements and valving systems. Preliminary Engineering Phase. This phase involves determination of project scope and economic and technical evaluation of feasible alternatives. Services during this phase include and apply to Tasks 1 and Tasks 2 as noted: 1) Reviewing available data and consulting with the OWNER to clarify and define the OWNER's requirements for the project. (Tasks 1 and 2) 2) Advising the OWNER as to the necessity of providing or obtaining from others additional data or services. These additional services may include photograrnmetry, reconnaissance surveys, property surveys, topographic surveys, geotechnical investigations and consultations, compilation of hydrological data, traffic studies, materials engineering, assembly of zoning, deed, and other restrictive land use information, and environmental assessments and impact statements. (Tasks 1 and 2) The scope of work includes the following special services: a. Topographic survey of the proposed clearwell and HSPS improvements. ENGINEER shall provide topographic survey of the required area of the water treatment plant site, clearwell site and interconnecting pipeline route. The topographic survey will locate all physical features on the site including trees larger than 6 -inches in diameter. The survey will be performed to allow development of one foot contours to be used during the design of the facilities and appurtenances. Survey will be on City of Round Rock coordinate and elevation system (subcontracted service). (Task 2) b. Geotechnical analysis of the proposed clearwell area. ENGINEER shall provide soil borings at the proposed clearwell site and foundation recommendations for appurtenances (subcontracted service). ENGINEER shall coordinate with geotechnical engineer so that design requirements are communicated and that issues encountered during the geotechnical field work are addressed. (Task 2) c. Preparation of WPAP and submittal to TCEQ including applicable fees. (Task 2) 3) Identifying and analyzing requirements of governmental authorities having jurisdiction to approve the design of the project, and participating in consultations with such authorities. (Tasks 1 and 2) 3 4) Providing analyses of the OWNER's needs, planning surveys, and comparative evaluations of prospective solutions. (Task 1 and 2) 5) Consulting with the OWNER, reviewing preliminary reports, clarifying and defining the project requirements, reviewing available data, and discussing general scheduling. Conferences may also be required with approving and regulatory governmental agencies and affected utilities. (Task 1 and 2) 6) Advising the OWNER as to whether additional data or services are required, and assisting the OWNER in obtaining such data and services. (Task 1 and Task 2) 7) Preparing preliminary design report in the form of a technical memorandum consisting of HSPS and clearwell layout options and costs, final design criteria, preliminary drawings, and written descriptions of the project. A maximum of five copies will be provided to the OWNER. (Task 1 and Task 2) 8) Preparing revised opinions of probable total project costs. (Task 1 and 2) • Final Design Phase. This phase of project development is undertaken only after the OWNER has approved the preliminary engineering phase material. The basic services for the final design phase include: 1) Provide assistance to identify alternate delivery means of project to deliver key components of project more timely using design build and construction management at risk (CHAR) methods and prepare draft CMAR proposal. 2) Prepare additional set of design and bidding documents to include the Phase IV Sludge Collection Equipment Retrofit Project and develop best value selection of equipment. 3) Preparing construction drawings and specifications showing the character and extent of the project based on the accepted preliminary engineering documents. (Task 1 and 2) 4) Preparing and furnishing to the OWNER a revised opinion of probable total project costs based on the final drawings and specifications. (Task 1 and 2) 5) Furnishing the necessary engineering data required to apply for regulatory permits from local, state, or federal authorities. This is distinguished from and does not include detailed applications and supporting documents for government grant-in-aid or planning grants that would be furnished as additional services. (Task 1 and 2) 6) Preparing basic documents related to construction contracts for review and approval by the OWNER (and the OWNER's legal and other advisors). These may include contract agreement forms, general. conditions and supplementary conditions, invitations to bid, instructions to bidders, insurance and bonding requirements, and preparation of other contract -related documents. (Task 1 and 2) 4 7) Furnishing to the OWNER a maximum of five copies of drawings, specifications, and other contract documents. (Task 1 and 2) Bidding Phase. Services under this phase include: 1) Assist OWNER in advertising for and obtaining bids for the contract for construction, materials, equipment and services; and, where applicable, maintain a record of prospective bidders to whom Bidding Documents have been issued, conduct pre-bid conference, if any, and receive and process deposits for Bidding Documents. ENGINEER shall distribute Drawings and Specifications from their office and maintain a plan holders list. (Task 1 and 2) 2) Provide the OWNER five (5) full-size copies of the bidding Drawings and Specifications. ENGINEER will collect non-refundable deposits for Drawings and Specifications provided to Bidders and will use the deposits to defray the reproduction cost to the OWNER. ENGINEER will provide copies of the Drawings and Specifications at no cost to plan rooms and other entities that increase the interest in the Project. (Task 1 and 2) 3) Issuing addenda as appropriate to interpret, clarify, or expand the bidding documents. (Task 1 and 2) 4) Assisting the OWNER in determining the qualifications and acceptability of prospective constructors, subcontractors, and suppliers. (Task 1 and 2) 5) When substitution prior to the award of contracts is allowed by the bidding documents, consultation with and advising the OWNER as to the acceptability of alternate materials and equipment proposed by the prospective constructors. (Task 1 and 2) 6) Preparing for and conducting the bid openings, preparing bid tabulation sheets, and providing assistance to the OWNER in evaluating bids or proposals and in assembling and awarding contracts for construction, materials, equipment, and services. (Task 1 and 2) 7) Provide additional bidding phase services to accommodate the Phase IV Sludge Collection Equipment Retrofit Project. Construction Phase. Services under this phase involve consulting with and advising the OWNER during construction and are limited to those services associated with performing as the OWNER's representative. Such services comprise: 1) Preparing for and conducting a preconstruction conference and issuing a Notice to Proceed on behalf of the OWNER. (Task 1 and 2) 2) Reviewing shop and erection drawings submitted by the constructors for compliance with design concepts. (Task 1 and 2) 3) Reviewing laboratory, shop, and mill test reports on materials and equipment. Attend initial startup and testing of equipment, etc. (Task 1) 5 4) Visiting the project site once a month as construction proceeds to observe and report on the progress and the quality of the executed work. (Task 1 and 2) 5) Issuing necessary interpretations and clarifications of contract documents, preparing change orders requiring special inspections and testing of the work, and making recommendations as to the acceptability of the work. (Task 1 and 2) 6) Preparing sketches required to resolve problems due to actual field conditions encountered. (Task 1 and 2) 7) Determining amounts of progress payments due based on degree of completion of the work, and recommending issuance of such payments by the OWNER. (Task 1 and 2) 8) Preparing Record Drawings from information submitted by the CONTRACTOR. Update the 2004 Comprehensive Record Drawing of the City's Water Treatment Plant Site. Provide a hard copy an electronic copy of the AutoCAD readable disk used by CDM to develop the Record Drawings for the project and provide four (4) full size color copies of the 2004 Comprehensive Record Drawing plus an electronic copy. (Task 1 and 2) 9) Making Substantial and Final Completion inspections and reporting on completion of the project, including recommendations concerning final payments to contractor and release of retained percentages. Provide a Certificate of Substantial Completion to Owner and Contactor. Final Inspection will determine whether the completed work of the Contactor is acceptable so that Engineer may recommend, in writing, final payment to Contractor. (Task 1 and 2) 10) Provide additional construction phase services to accommodate the Phase IV Sludge Collection Equipment Retrofit Project. 6 ADDENDUM TO EXHIBIT C Work Schedule The Work Schedule for this project will be completed as follows: Notice to Proceed January4&,2089 February 12, 2009 Preliminary Engineering Phase February 26, 2009 Final Design Phase May 2 2009 September , 16, 2009 Bidding Phase June4872009 October 2, 2009 Award July 9, 2009* November 12, 2009 Contractor NTP J.ly-307-2009* November 30, 2009 Construction-�Phase February 25, 2010* October 26, 2010* / * l (lr fill ernti F 11Th..• n.1:1,,-.4... ..-.,... ADDENDUM TO EXHIBIT D Fee Schedule The Fee Schedule for this project will be as follows: Basic Services Special Services Preliminary Design Task 1- WTP Rehabilitation $26,480 Task 2 -1.5 MG Clearwell $18,340 Surveying $8,500 Geotechnical $9,100 WPAP Permitting $12,210 TCEQ WPAP Fee $4,000 Design Phase Task 1- WTP Rehabilitation $190,980 Task 2 -1.5 MG Clearwell $132,220 Bidding Phase Task 1- WTP Rehabilitation $14,940 Task 2 -1.5 MG Clearwell $10,340 Construction Phase Task 1- WTP Rehabilitation $68,655 Task 2 -1.5 MG Clearwell $50,260 Subtotal Task 1- WTP Rehabilitation $301,055 Task 2 -1.5 MG Clearwell $211,160 $33,810 TOTAL $546,025 SUPPLEMENTAL AMENDMENT No. 1 (SA1) Additional Design Phase Supplemental Task WTP Amendment No.1 1- Rehabilitation $62,775 Raw Labor Indirect Rate Task 1- LAS FEED SYSTEM $30,415 $36,157 1.78397 Additional Bidding Phase Salary Cost (RL x Indirect Rate) Task 1- WTP Rehabilitation $6,692 $64,503 Additional Construction Phase Other Direct Costs (ODCs) $1,637 Task 1- WTP Rehabilitation $10,920 Outside Professionals (OPs) TOTAL SA1 $110,802 $0 Profit $8,505 Subtotal (Prime and SA1) Task 1- WTP Rehabilitation $411,857 Task 2 -1.5 MG Clearwell $211,160 $33,810 TOTAL (Prime and SA1) $656,827