Loading...
CM-07-08-183STATE OF TEXAS COUNTY OF WILLIAMSON SUPPLEMENTAL CONTRACT NO. 1 TO CONTRACT FOR ENGINEERING SERVICES FIRM: CARTER & BURGESS, INC. ("Engineer") ADDRESS: 2705 Bee Caves Road, Suite 300, Austin, TX 78746 PROJECT: EAST WATER TRANSMISSION LINE — PHASE 3B-1 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 Carter & Burgess, Inc., hereinafter called the "Engineer". WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the "Contract", on the 1st day of December, 2005 for the East Water Transmission Line — Phase 3B-1 Project in the amount of $461,389.00; 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 $21,319.00 to a total of $482,708.00; 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 $21,319.00 the lump sum amount payable under the Contract for a total of $482,708.00, 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 Rev.07/06/06 00118746 84275 WL 12EWTR3B/0199.0074 1 CARTER & BURGESS, INC. By: Date CITY OF ROUND ROCK By: AP VED T 1 FORM: A i A 1111 NPZ • Stephn L. Sheets, City Attorney Date Supplemental Contract Rev.07/06/06 00118746 84275 WL 12EWTR3B/0199.0074 2 ADDENDUM TO EXHIBIT B Engineering Services The changes to the scope of this project are as follows: General The City of Round Rock desires to design and construct a new 36 -inch water transmission main. The new transmission main will connect to an existing transmission main at FM 1460 and parallel CR 112 east to CRI 17. The proposed water transmission main will follow CR 117 south and east to CR122. The water transmission main will parallel CR122 to the intersection of CR122 and CR113 where it will connect to a proposed transmission main. The East Water Transmission Line — Phase 3B-1 consists of approximately 16,900 LF of 36 - inch water line. Services to be provided include: TxDOT and County Road permitting; easement research, design survey, and preparation of temporary and construction easements; preliminary design to establish fmal alignment; final design; construction documents, specifications and construction phase services. Scope of Work Phase I — Hydraulic Modeling Phase 1. Obtain and review the existing distribution system model. 2. Obtain and review existing water line as-builts for waterlines installed along CR 113 and CR122, determine pipe material and pressure class rating. 3. Determine the size for PRV at CR 112/117 and PRV at CR122/113. 4. Determine if any interim operating scenarios are needed. 5. Complete surge analysis. Advantica will recommend case simulations for investigation. For the proposed project the following would be typical candidate cases for simulation of surges: CASE 1 Normal pump shutdown with valve operation CASE 2 Pump Startup with full pipe and valve operation CASE 3 Total power failure of all operating pumps CASE 4 Partial power failure - 50% of operating pumps a. Base Case Simulations - The transient cases shall be simulated for base case conditions, as -built, or as designed for the flow conditions agreed on between Advantica and Carter & Burgess. All existing surge protection devices or proposed devices shall be included in the analysis. b. If the maximum allowable surge pressures in the system are violated under conditions in "A" above, additional surge protection devices will be sized and added to the model. The cases in "A" above will be re -run at the flow rates to determine the locations (if any), size, characteristics, and new set points for both existing and new surge protection devices on the system. c. Advantica will review and interpret results of the computer simulations and provide a written report with graphs and plots of the simulation results. 6. Design of surge control and/or flow control measures. Phase II - Data Collection (includes a maximum of 2 coordination meetings with the City of Round Rock) 1. Review existing aerial photography. 2. Obtain tax appraisal district maps from both Williamson counties. 3. Existing water transmission main plans. 4. Existing water transmission main easements. 5. TxDOT right-of-way maps. 6. County Road right-of-way maps. 7. Coordination with Willamson county on alignment for waterline along county right-of-ways. 8. Selective subdivision plats (if available). 9. Collect wastewater as-builts (if available). 10. Petroleum products and natural gas pipeline maps. 11. Power transmission and distribution maps. 12. Telecommunication system maps. 13. Fiber optic system maps. 14. Railroad right-of-way maps. 15. Review existing topographic information. 16. Obtain and review existing geotechnical and environmental information and reports from the City of Round Rock. 17. City of Round Rock Water Master Plan. 18. City of Round Rock city planning documents. 19. Meetings with City of Round Rock to discuss data collection efforts (includes a maximum of 2 coordination meetings with the City of Round Rock). Phase III — Preliminary Design 1. Evaluate beginning and termination point of pipeline as defined by the City. 2. Conduct site evaluations of pipeline alignment to identify critical constraints, review of archeological or environmental impacts. It is assumed that there are no environmental or archeological impacts and a Nationwide permit would apply. 3. Develop preliminary alignment map from existing aerial photography and establish preferred pipeline route within the corridor defined herein, and obtain concurrence from City of Round Rock. 4. Establish scope of geotechnical investigation. 5. Conduct geotechnical investigation of preferred pipeline alignment. (Fugro) a. A total of three borings will be collected to a depth of 15 feet at proposed PRV vault locations to determine any structural implications and to assess the geotechnical characteristics of the soils within the project alignment. Laboratory testing of water content, Atterberg limits, and gradation analyses will be performed to classify soil strata and evaluate plasticity. b. Collect sixteen samples at a depth of 10 feet to be utilized in the corrosion protection design. c. Prepare report on subsurface conditions including boring logs, allowable bearing capacities, and discussion of general OSHA trench safety requirements. (Actual trench safety design is not included and will be responsibility of the contractor.) 6. Set project survey control using City of Round Rock's Horizontal and Vertical Control Network. (Inland Survey) a. Field reconnaissance of existing survey control, and other boundary and right of way monumentation. Research existing area published control (NGS) & prepare plan for site control. Set up to six (6) Primary Project Control Points. Verify elevations with primary project control. e. Perform vertical network elevation adjustments. 7. Conduct field surveys for selected route using City of Round Rock's Horizontal and Vertical Control Network. (Inland Survey) Review and consolidate existing deeds & documents, data & maps provided by others. Add additional data, maps & documents as necessary to complete survey field work and mapping. Right -of -entry (City will pursue right -of -entry if not easily obtained). From tax maps, compile ownership lists with name, address, and phone number. Compose and prepare letter and return response form for mail -out. Mail letters and receive ROE, comments, conditions, or rejections and compile database & map. Conduct design survey (100 ft wide swath) along final approved alignment. Locate visible & accessible utilities on the ground within design survey area. Identify, tag & locate all trees 8" diameter and larger within the on the ground design survey area. g. Plot data and prepare design survey base map. h. Prepare AutoCAD drawing (utility markers, pvmt, trees, fences). i. Prepare AutoCAD DTM drawing (TIN surfaces with 1 ft contours). 8. Evaluate easement requirements for construction, maintenance and access. 9. Conduct natural resources and cultural resources assessment of proposed pipeline alignment. a. Field survey for environmental and archeological impacts. b. Using available literature, the soil survey, and USGS topographic maps, provide a description of the functions and values of the project site. As part of the functions/values determination, Carter & Burgess will provide the City of Round Rock with the appropriate wetland delineation forms, map of jurisdictional waters overlain on the site plan, and any evaluation of the waters of the U.S. within the proposed project site. The wetland forms will include the vegetation characteristics of the jurisdictional waters, soil profiles, and hydrologic information per the 1987 Corps of Engineers Wetland Delineation Manual. b. c. d. a. b. c. d. e. f. c. Utilize Global Positioning System (GPS) to map jurisdictional waters of the U.S. Data collected in the field will be downloaded to existing AutoCAD files to overlay on the existing topographic maps for the project. Exhibits indicating all jurisdictional waters of the U.S. will be prepared for inclusion in the wetland survey report. d. In addition to waters of the U.S., the project site will be assessed for the presence of suitable habitat for threatened and endangered species. This assessment will include a habitat description, list of likely species to occur in the area, and likelihood of these species' occurrence within the project area. e. Carter & Burgess will prepare a Natural Resources Assessment Report describing the limits and types of waters of the U.S. and an assessment of threatened and endangered species habitat found within the project site. The report will contain descriptions of waters of the U.S., site maps with waters shown, and permitting options. It is assumed that this information would be used for purposes of the Pre -Construction Notification that may be required by USACE. It is assumed that a Nationwide Permit would apply and that there would be a finding of no impact. f. Carter & Burgess will perform a records search of known and recorded archeological sites in the project area and will perform a reconnaissance/ intensive survey of the proposed pipeline and will excavate shovel tests as required by the THC. g. Carter & Burgess will analyze the results of the survey and prepare a report to the THC and submit it for review and comment. Following receipt of the comments, Carter & Burgess will address any comments and prepare the final submittal as required by the Antiquities Permit. In the event that archeological sites are located, the report will include a discussion of options and likely scenarios. This discussion will consist of significance testing recommendations and possible mitigation requirements, compliance schedules, and projected additional costs. 10. Prepare preliminary easement descriptions to include proposed acreage. 11. Prepare letter report discussing the pros and cons of cathodic protection. 12. Develop schematic level ground profiles of alignment. 13. Develop hydraulic profiles for alignment. 14. Evaluate pipe pressure class requirements. 15. Prepare preliminary plan and profile sheets for alignment. 16. Plot pipeline alignment in plan view. 17. Plot pipeline alignment in profile view. 18. Prepare Preliminary cost estimate. 19. Make alignment adjustments on plan and profile schematics. 20. Submit 4 copies of preliminary design to City of Round Rock for review. 21. Monthly meetings with the City of Round Rock to review progress (assumes 4 months for preliminary design, not to exceed 4 meetings). Phase IV — Final Design 1. Design of thrust blocking and/or joint restraints. 2. Prepare erosion control plan. 3. Prepare SWPPP. 4. Prepare construction details. 5. Prepare general traffic control plan (contractor to prepare site specific traffic control plan with means and methods). 6. Preparation of easements (assumes 15 permanent and 15 temporary construction easements). a. Prepare deed plots for individual tracts and assemble base map for easement documentation. b. Field search points for locating existing Right of Way and Parcel boundary corners. c. Provide field surveys and boundary analysis for existing tract boundaries affected by design alignment. d. Overlay project design on base map for final easement determination. e. Identify, number and calculate easement parcels. f. Prepare descriptions and exhibits for each permanent easement parcel. (15) g. Prepare temporary construction easement description with exhibit drawing. (15) 7. Complete Corrosion Protection Design (Corrpro) a. Conduct field survey of pipeline alignment with respect to the crossing of foreign pipelines and parallel utility systems. Determine the impact of foreign pipeline crossings. b. Perform soil resistivity testing in accordance with ASTM G57-95. A total of sixteen borings will be collected near the bottom of the proposed pipeline at 1000' intervals. Samples will be provided by geotechnical consultant. Testing of soil samples for moisture content, pH, chloride ion concentration and conductivity. c. Prepare a report to document test data, analysis and recommendations. Three copies of the report will be supplied, one copy for Carter & Burgess and two copies for the City of Round Rock. d. Design joint bonding details, passive cathodic protection and test stations. Prepare detailed drawings and specifications for incorporation into the design specifications. 8. Prepare plan for disposal or reuse of disinfection and testing water for pipeline. 9. Prepare final plans and specifications for review; furnish 2 sets of plans and specifications for review. 10. Prepare construction documents . 11. Permitting through TxDOT and/or Willamson County. 12. Prepare final cost estimate. 13. Monthly meetings with the City of Round Rock to review progress (assumes 4 months for design). Phase V — Bidding and Contract Award 1. Prepare final construction documents for bidding; furnish two sets of half sized plans and two sets of full sized drawings to the City along with AutoCAD 2000i electronic files on CD ROM. 2. Furnish all necessary copies of plans and specifications to bidders. 3. Attend and conduct pre-bid meeting. 4. Answer questions/issue addenda. 5. Attend and conduct bid opening 6. Prepare tabulation sheets, evaluate bids, and provide letter recommending award. Phase VI — Construction Phase 1. Attend and conduct pre -construction meeting. 2. Review shop drawings. 3. Review contractors tunneling plan for river crossing. 4. Review and address RFI's and field changes. 5. Conduct monthly site visit, conduct progress meeting and sign pay request (assume 9 months for construction). 6. Participate in final inspection and prepare punch list. 7. Revise contract drawings with the assistance of the City's representative to provide record drawings of the completed project. 8. Furnish one set of reproducible drawings, electronic files (AutoCAD 2000i on CD ROM), and two sets of record drawings to the City. 9. Conduct three additional site visits as necessary to resolve design/construction issues that may arise during construction. Additional Services (July 2, 2007) 1. Plan Modifications due to alignment change requested by the CORR 2. Construction Staking requested by the CORR 3. Easement Modifications due to alignment change requested by the CORR Assumptions: 1. Field survey for existing parcels is for one time only per parcel. 2. Document preparation for easements is considered to be one time only, subject to minor revisions apparent upon review by the client. 3. Setting of monuments at each easement corner is not included in this estimate. 4. All survey work is to be made accessible with right of entry obtained by others. 5. The diameter and points of connection to this line have been determined in the Water Master Plan prepared for the City by others. 6. Full-time on-site representation and inspection will be provided by the City and is not part of this scope of work. 7. Easements are per parcel, it is assumed that a maximum of fifteen easements will be required. Additional easements will be considered additional services and will be prepared at the cost per parcel prices set forth in the fee schedule. 8. This scope does not include effort for a Section 404 (Clean Water Act) Permit application or threatened and endangered species investigations. In the event this effort is warranted, we will request this as Additional Services. 9. This scope does not include archeological test excavations to determine the significance of any sites found to be located within the project's area of potential affect and does not include any data recovery or mitigation if archeological sites determined to be significant are found. In the event this effort is warranted, we will request this as Additional Services. ADDENDUM TO EXHIBIT C Work Schedule The changes to the Work Schedule for this project are as follows: Notice to Proceed January 2, 2006 Project Kick-off Meeting with City of Round Rock to review proposed preliminary alignment and obtain available design information required for the project January 6, 2006 Data Collection Efforts January 6, 2006 -February 10, 2006 Field Survey January 16, 2006- March 17, 2006 Preliminary Design February 13, 2006 — May 12, 2006 Preliminary Design Submittal May 12, 2006 City of Round Rock review of preliminary design submittal May 12-26, 2006 Meeting with City of Round Rock to review preliminary design submittal May 29, 2006 Final Design May 30, 2006 — September 1, 2006 Geotechnical May 30, 2006 — June 2, 2006 Easement Preparation June 2, 2006 — July 28, 2006 Permitting July, 2006 — September, 2006 Easement Acquisition August 1, 2006 — July 2007 100% Construction Document Submittal September 1, 2006 City of Round Rock review of 100% submittal September 4-15, 2006 Meeting with City of Round Rock to review 100% submittal September 18, 2006 Prepare construction documents Sept 19, 2006- October 5, 2006 Advertise Bids February 1, 2007 -March 6, 2007 Bids Due March 6, 2007 Notify successful bidder April 13, 2007 Issue Construction Contract/NTP June 4, 2007 Construction of Waterline June 4, 2007 — January 31, 2008 ADDENDUM TO EXHIBIT D Fee Schedule The changes to the Fee Schedule for this project are as follows: BASIC SERVICES Phase I — Data Collection $7,940 Phase II — Preliminary Design $88,740 Phase III — Final Design $113,160 Phase IV — Bidding $9,750 Phase V — Construction Phase Services $35,890 TOTAL BASIC SERVICES $255,480 SPECIAL SERVICES Survey $27,384 Permanent Easement preparation (15 easements @ $3,740/easement) $56,100 Construction Easement preparation (15 easements @ $1,640/easement) $24,600 Natural Resources and Cultural Resources Assessment $18,740 Hydraulic Modeling and Surge Analysis $49,470 Geotechnical Services $15,525 Cathodic Protection Design $14,090 TOTAL SPECIAL SERVICES $205,909 TOTAL BASIC AND SPECIAL SERVICES $461,389 ADDITIONAL SERVICES Additional Services- Amendment No. 1 $21,319 TOTAL ADDITIONAL SERVICES $21,319 TOTAL BASIC, SPECIAL AND ADDITIONAL SERVICES $482,708 DATE: July 23, 2007 SUBJECT: City Manager Approval - August 3, 2007 ITEM: Action authorizing the City Manager to execute Supplemental Contract No. 1 to the Contract for Professional Services with Carter & Burgess, Inc., for the design of the East Water Transmission Line, Phase 3B-1 Improvements. peoartment: Water and Wastewater Utilities Staff Person: Michael D. Thane, P.E., Director of Utilities justification: The East Water Transmission Line, Phase 3B-1 is required to meet the contractual agreement with the Paloma Municipal Utility District (MUD) development and to deliver adequate water pressures and capacities to the east and southeast areas of Round Rock. This Supplemental Contract No. 1 is for additional work provided by Carter & Burgess, Inc. for additional survey work to acquire necessary waterline easements, additional staking requested by the City in order to acquire easements, and to coordinate the waterline alignment with Oncor. In addition, this agreement includes modifications to the construction plans due to Paloma MUD installing a meter vault on the City's waterline alignment. Funding: Cost: $21,319.00 Source of funds: Capital Project Funds (Self -Financed Utility) Outside Resources: Carter & Burgess, Inc. Background Information: The East Water Transmission Line, Phase 3B-1 Improvements will construct 16,900 feet of 36" waterline from FM 1460 east along CR 112 to CR 117, then a 30" waterline southerly along CR 117 to Kiphen Road. This line is necessary in order to deliver water to the Paloma MUD and to meet future water demands in the east and southeast areas of Round Rock. Public Comment: N/A Blue Sheet Format Updated 01/20/04