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