BCRUA_R-15-07-15-6B RESOLUTION NO. R-15-07-15-6B
WHEREAS, the Brushy Creek Regional Utility Authority, Inc. (`BCRUA") has previously
entered into a Contract for Engineering Services ("Contract') with HDR Engineering, Inc. for the
Phase 2 Deep Water Intake Preliminary Design Project, and
WHEREAS, HDR Engineering, Inc. has submitted Supplemental Contract No. 2 to the
Contract to modify the provisions for the scope of services, and
WHEREAS, the BCRUA desires to enter into said Supplemental Contract No. 2, Now
Therefore
BE IT RESOLVED BY THE BRUSHY CREEK REGIONAL UTILITY AUTHORITY,
That the Board President is hereby authorized and directed to execute on behalf of the BCRUA
Supplemental Contract No. 2 with HDR Engineering, Inc., a copy of same being attached hereto as
Exhibit"A" and incorporated herein for all purposes.
The Board 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 15th day of July, 2015.
/ v �
RON ABRUZZES resi t
Brushy Creek Regional Authority
ATTEST:
l„ C
JON L Vic resident
Z-MCRUABoard Pack a.Tacket DacumcntaL01 SW 1515IRa.BCRUA-SC 02 w-HDR Engineering,Inc.-Phau 2 Deep Water Intake(OW3819NA08F8).dre
r7Z BRUSHY CREEK
REGIONAL UTILITY A Partnership pl C*Jar Park. leand—. and at—nd R,ak
SUPPLEMENTAL CONTRACT NO. 2
TO CONTRACT FOR ENGINEERING SERVICES
FIRM: HDR ENGINEERING. INC. ("Engineer")
ADDRESS: 4401 West Gate Boulevard,Suite 400,Austin,TX 78745
PROJECT: Phase 2 Deep Water Intake Preliminary Design
This Supplemental Contract No. 2 to Contract for Engineering Services is made by and between
the BRUSHY CREEK REGIONAL UTILITY AUTHORITY, INC., hereinafter called
"BCRUA" and HDR Engineering, Inc.,hereinafter called the "Engineer".
WHEREAS, BCRUA and Engineer executed a Contract for Engineering Services, hereinafter
called the "Contract', on the 19th day of November, 2014 for the Phase 2 Deep Water Intake
Preliminary Design Project in the amount of$5,945,300.00; and
WHEREAS, BCRUA and Engineer executed Supplemental Agreement No. 1 on April 15, 2015
to modify the provisions for the scope of services and to increase the compensation by
$21,900.00 to a total of$5,967,200.00; 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 $399,400.00 to a total of$6,366,600.00;
and
NOW THEREFORE, premises considered, BCRUA 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
$399,400.00 the lump sum amount payable under the Contract for a total of$6,366,600.00, as
shown by the attached Addendum to Exhibit D.
IN WITNESS WHEREOF, BCRUA and the Engineer have executed this Supplemental
Contract in duplicate.
Supplemental Contract Rev.03/2011
0140.4634-37;0033178 215829
-K-iS 07—rS—leS
HDR ENGINE RING, INC.
B
S
Date
BRUSHY CREEK REGIONAL UTILITY AUTHORITY,INC.
By:
R Abruzzese,President
/S--
Date SDate
APPROV D AS TO FORD
By:
Stepha L. Sheets,BCRUA Attorney
2
ADDENDUM TO EXHIBIT B
ENGINEERING SERVICES
GENERAL
The purposes of Supplemental Amendment No. 2 are to perform preliminary
engineering of the dedicated City of Cedar Park WTP pumping system and perform
preliminary engineering design of the required PEC electrical system upgrades to
support Phase 1C and Phase 2.
BASIC SCOPE OF SERVICES
Task 7.0—Pump Station
Revise Tasks 7.1,7.3,and 7.4 as follows:
7.1 Cedar Park and Sandy Creek WTP Connections. Evaluate delivery to the Cedar
Park and Sandy Creek WTPs. The pre-design,single wetwell shaft concept will be
used for this evaluation. Other pump station layouts will not be considered.
7.1.1 Examine pumping and control strategies including direct feed from the
pump station with pressure reducing valves at each WTP,dedicated
pumps in the OWNER pump station to each WTP,and a hybrid
dedicated alternative delivery with two pumping systems(a low-head
system delivering water to the Cedar Park WTP and a high-head system
delivering water to the OWNER and Sandy Creek WTPs).
7.1.2 Evaluate pipeline connections to deliver water to the Cedar Park and
Sandy Creek WTPs . It is assumed that a new tunneled pipeline is
required to provide a dedicated feed to the Sandy Creek WTP.
7.1.3 Perform a present worth analysis to estimate and compare capital costs
and annual energy consumption costs of each delivery strategy.
7.1.4 Cedar Park and Sandy Creek WTP Connections Technical Memorandum
(TM). Prepare a TM documenting the Cedar Park and Sandy Creek WTP
connections analysis and recommendations. Submit final and draft
versions of the TM.
7.3 Hydraulic Analysis. Prepare an analysis of pump station hydraulics for the
required range of flows and conditions.
7.3.1 Develop system curves for delivery to the OWNER, Cedar Park, and
Sandy Creek WTPs based on the use of a hybrid dedicated pumping
system as described in Task 7.1.1.
7/2/2015 IM)l
7.3.2 Prepare system hydraulic profiles for flow from the intake to the pump
station and from the pump station to each delivery point based on the
use of a hybrid dedicated pumping system as described in Task 7.1.1.
7.3.3 Pump Selection Analysis. Select the size,type, number,space
requirements and configuration of the pumping units based on the use
of a hybrid dedicated pumping system as described in Task 7.1.1.
Determine submergence, power,and operation and maintenance
requirements. Evaluate pump flow control options including variable
frequency drives and modulating valves. Consult with pump
manufacturers and obtain cut sheets.
7.3.4 Perform a system pressure transient analysis (intake gravity system and
hybrid dedicated pumping system as described in Task 7.1.1) and
identify surge protective measures. Prepare a Pressure Transient
Analysis Technical Memorandum (TM) documenting transient analysis
and recommendations. Submit final and draft versions of the TM.
7.4 Preliminary Design Criteria Development. Develop preliminary engineering
design criteria and applicable discipline codes and standards for inclusion in the
Preliminary Engineering Report. Design development shall include both the high
and low-head pumping systems as described in Task 7.1.1. Prepare preliminary
engineering estimates of probable construction cost and update the project
schedule based on the preliminary design criteria. Prepare relevant drawings
listed in Task 14.2.
Task 12.0—Electrical Service Evaluation
Revise Task 12.0 as follows.
12.1 Substation Evaluation.
12.1.1 Coordinate with PEC and other stakeholders to gather data for the
evaluation of loading/capacity of the existing PEC owned Buttercup, Lago
Vista,Jonestown, Balcones, and Nameless substations.
12.1.2 Analyze PEC system capacity for area substations.
12.1.3 Perform a feasibility study for expansion of the substations to provide full
duplicity of service to the project site.
12.1.4 Evaluate the substation design and ability to increase capacity by
increasing transformer size and/or adding a transformer along with
associated feeder breakers and bays.
12.1.5 Evaluate and recommend the most viable options(s)for substation
capacity increase.
12.1.6 Develop budgetary estimates and preliminary timelines for the required
substation improvements to meet the project schedule.
7/2/2015 F)I
12.2 Phase IC Electrical System Upgrades.
12.2.1 Coordinate with PEC and other stakeholders to determine feasible
options for upgrading electrical distribution lines sufficient to provide
increased capacity to the floating intake.
12.2.2 Perform field investigations to assess the viability of upgrading existing
distribution facilities for the project route.
12.2.3 Provide construction and routing options to be evaluated and
commented on by stakeholders with respect to issues and obstacles that
my impact the project.
12.2.4 Identify specific facilities which will need improvement and provide
budgetary estimates and preliminary timelines for the required
improvements.
12.2.5 Analyze the existing distribution facilities to the floating intake project
site and make recommendations for course of action. Preference will be
given to upgrades and routes which can also benefit Phase 2.
12.2.6 Provide construction estimates and timelines for completion of
recommended work.
12.3 Phase 2 Electrical System Upgrades
12.3.1 Perform field investigations to assess the viability of upgrading existing
distribution facilities for the project route.
12.3.2 Provide routing options to be evaluated and commented on by
stakeholders with respect to issues and obstacles that may impact the
project. Some know hindrances include: lake crossing near Lago Vista
substation, BCP near Balcones substation, and municipal ordinances.
12.3.3 Identify specific facilities which will need improvement and provide
budgetary estimates and preliminary timelines for the required
improvements.
12.3.4 Identify potential routes for the recommended substations to the project
site for the selection of preferred routes.
12.3.5 Analyze the existing distribution facilities to the project site and make
recommendations for course of action. Preference will be given to routes
which follow existing lines and reduce the need to acquire new right of
way.
12.3.6 Coordinate with PEC and other stakeholders to determine feasible
options for routing of new electrical distribution lines sufficient to
provide full redundancy of service to the project site.
12.4 Easement and ROW Evaluation
7/2/2015 IM)l
12.4.1 Determine whether and where existing ROW will accommodate new
structures and/or new alignments for recommended distribution routes.
12.4.2 Identify new required ROW needs with respect to the existing easements.
PEC's ROW criteria will be used to identify new required ROW.
12.5 Pump Station Site Relocation Plan.
12.5.1 Review,survey, and document the existing PEC utilities at the project site
and determine which will require relocation.
12.5.2 Coordinate with stakeholders to determine feasible options for the
relocation of these facilities.
12.5.3 Analyze the existing distribution facilities at the project site and make
recommendations for course of action for relocation.
12.5.4 Develop a relocation plan for existing PEC utilities as the project site.
12.5.5 Develop budgetary estimates and timelines for relocation of existing PEC
facilities at the project site.
7/2/2015 F)l
ADDENDUM TO EXHIBIT C
WORK SCHEDULE
The Work Schedule for the Basic Scope of Services Task 11.4 shall be increased by one
month for a total duration of 16 months from the Notice-to-Proceed issued January 6,
2015.
7/2/2015 F)l
ADDENDUM TO EXHIBIT D
FEE SCHEDULE
The total compensation for services under Supplemental Agreement No. 2 is estimated
to be $399,400. Total compensation for Task 7.0 — Pump Station shall be increased by
an amount of$80,500. Total compensation for Task 12.0— Electrical Service Plan shall
be increased by an amount of$318,900.
Total compensation for the Phase 2 Deep Water Intake Preliminary Design shall be
adjusted to be$6,366,600.
Total compensation for Task 7.0—Pump Station (Paragraph D1.01.A.6) shall be adjusted
to be$1,487,100.
Total compensation for Task 12.0 — Electrical Service Plan (Paragraph D1.01.A.11) shall
be adjusted to be$396,500.
7/2/2015 F)l