Loading...
CM-08-10-253STATE OF TEXAS COUNTY OF WILLIAMSON SUPPLEMENTAL CONTRACT NO. 2 TO CONTRACT FOR ENGINEERING SERVICES FIRM: LOCKWOOD, ANDREWS & NEWNAM, INC. ("Engineer") ADDRESS: 10801 N. MOPAC EXPY, BLDG. 1, SUITE. 120 AUSTIN, TEXAS 78759 PROJECT: Water Transmission Line, Segment 1, for the Cedar Park / Round Rock / Leander Regional Water System Improvements This Supplemental Contract No. 2 to Contract for Engineering Services is made by and between the CITY OF ROUND ROCK, (hereinafter referred to as "Round Rock"), the CITY OF CEDAR PARK, (hereinafter referred to as "Cedar Park"), the CITY OF LEANDER, (hereinafter referred to as "Leander"), (all collectively referred to hereinafter as "Owners") and Lockwood, Andrews & Newnam, Inc., (hereinafter called the "Engineer"). WHEREAS, the Owners and Engineer executed a Contract for Engineering Services, hereinafter called the "Contract", on the 21st day of December, 2006 for the Water Transmission Line, Segment 1, for the Cedar Park / Round Rock /Leander Regional Water System Improvement Project in the amount of $211,215.00; and WHEREAS, the Owners and Engineer executed Supplemental Contract No. 1 on April 12, 2007 to modify the provisions for the scope of services, to increase the compensation by $1,173,931.00 to a total of$1,385,146.00; and WHEREAS, it has become necessary to amend the Contract to modify the provisions for the scope of services, to increase the compensation by $48,559.00 to a total of $1,433,705.00; and NOW THEREFORE, premises considered, the Owners 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 D, Work Schedule shall be amended as set forth in the attached Addendum To Exhibit D. 11. Article 4, Compensation and Exhibit E. Fee Schedule shall be amended by increasing by $48,559.00 the lump sum amount payable under the Contract for a total of $1,433,705.00, as shown by the attached Addendum to Exhibit E. IN WITNESS WHEREOF, the Owners and the Engineer have executed this Supplemental Contract. Supplemental Contract #2 CORR Project # WAO5TRVRAW 00146902 /0199.4622 -4to-to-253 1 Rev.10/08 84275 CITY OF ROUND ROCK, TEXAS By: ATTEST: By: 94/1444' (/att-ht Sara L. White, City Secretary Supplemental Contract #2 CORR Project # WAOSTRVRAW 00146902 /0199.4622 2 APPROVED AS TO FORM: Step L. Sheets, City Attorney Rev.10/08 84275 CITY OF CEDAR PARK, TEXAS APPROVED AS TO FORM: By: 1Q -PA -CL. Brenda Brenda Eivens, City Manager Charles Rowland, ity Attorney A 1-1'EST: By:( ---17 ,7y,��%%/ : LeAnn Quinn, City Secretary Supplemental Contract #2 Rev.10/08 CORR Project # WAO5TRVRAW 84275 00146902 /0199.4622 Ln " 0S -10-Z53 3 4 CITY OF LEANDER, TEXAS APPROVED AS TO FORM: ATTEST: By: ebbie Haile, City Secretary Supplemental Contract #2 CORR Project # WAO5TRVRAW 00146902/0199.4622 4 on4-0D-I0'2✓3 Granger, Att me Dianay Rev.10/08 84275 1 LOCKWOOD, ANDREWS & NEWNAM. INC. By: Brian D. Rice, Vice President Supplemental Contract #2 CORR Project # WAO5TRVRAW 00146902 /0199.4622 5 Rev.10/08 84275 ADDENDUM TO EXHIBIT B Engineering Services Scope of Work The following scope of services is proposed. Fugro and BA will work cooperatively to execute this scope with Fugro contracting with Lockwood, Andrews & Newnam (LAN), and BA a subconsultant to Fugro. At this time we see the following Tasks as part of a comprehensive design phase Scope of Services. Task 1 - Subsurface Investigation. We recommend that the subsurface investigation consist of the following basic elements. • Drilling two 35 ft deep borings at locations designated by LAN. It is assumed that locations will be designated in accessible areas to our truck mounted drilling equipment; • Coring the limestone continuously at the boring locations with NQ or HQ size core barrel; • Logging the borings as they are drilled; • Storing core in wooden core boxes; • Bailing open boreholes to obtain a 24-hour water level reading; • Performing Packer Tests in the bore zone at tunnel borings; and • Installing a piezometer at each boring location. Task 2 - Laboratory Services. Laboratory services will include the following: • Photography of the recovered core in the wooden core boxes; • Storage of core boxes and setting them out for display during the pre-bid process at the office of Fugro Consultants for bidder viewing; • In house laboratory testing consisting of: • Moisture contents and unit dry weight determinations, • Sieve analyses (No. 4, 40 and 200), • Liquid and Plastic limit determinations, • Unconfined Compression Tests, • Slake Durability Tests, • Indirect (Brazilian) Tensile Strength Tests, and • Point Load Tests. • Outside laboratory (Colorado School of Mines or University of Texas) testing on recovered rock core including: • Punch Penetration Tests, and • Cerchar Abrasivity Tests. Task 3: Engineering and Design. The engineering services will be directed towards compilation of a Geotechnical Data Report (GDR), compilation of a Geotechnical Baseline Report (GBR), review of tunnel plans and specifications prepared by LAN, and design assistance. Various subtasks associated with this endeavor are presented: Task 3.1— Compile Geotechnical Data Report (GDR). Compile all field and laboratory testing into a comprehensive report complete with boring logs, photographs, and laboratory test results. Boring logs and laboratory testing for borings B-8 and B-9 will be included in the GDR. Task 3.2 — Prepare the Geotechnical Baseline Report (GBR). A single Geotechnical Baseline Report (GBR) will be developed. This GBR will address conditions at both the shaft locations and along the alignment of the proposed tunnel. The GBR provides a single interpretation of the expected ground conditions that will act as the basis for final support design by the Contractor and as a basis to evaluate any potential variations in the actual ground conditions that might cause a changed conditions claim. Task 3.3 — Shaft Preliminary Design. The development of the shafts plays an important role. Most of the potential impacts to the public and the environment are at or via the shaft sites. We will assist LAN with evaluating shaft construction methods and, in particular, evaluating their potential impact to any existing surface and subsurface improvements in the area. Task 3.4 — Review of Standard Specifications and Drawings. The contract documents communicate the design to the contractor. The contract documents we anticipate in reviewing for LAN will consist of standard specifications and drawing details to be incorporated into the final design drawings. We anticipate that these documents will be reviewed at the 90 and 100 percent completion stages. We have anticipated that LAN will provide preliminary standard shaft excavation, tunneling, tunnel grouting and temporary support specifications for review and comment by Brierley Associates and Fugro. Upon review, we anticipate that LAN will coordinate the final design package and will also prepare all drawings. Electronic copies of the GDR and GBR will be provided to LAN. LAN will provide electronic copies of the standard specification sections, standard Contract `Boiler Plate" provisions, and project drawings to Fugro and Brierley Associates. We will review specifications prepared by LAN for applicability to baseline conditions and required construction methods. It is assumed that LAN will coordinate submittals, and do all reproduction for submittals and final Contract Documents. The development of specialized specification sections by Fugro and Brierley Associates is not included in this proposal. Cost Estimate Based on the scope of work outlined above and the attached Fee Schedule G-3536-3, our estimated fee is presented on Attachment 1. The cost estimate of $ 40,717.40 is based on the following: 1. Boring locations will be established by Fugro by measuring distances from existing site features and road intersections, or by use of a handheld GPS unit with provided latitude and longitude coordinates. Boring locations and elevations should then be established by your surveyors; 2. Traffic control to drill borings will not be required. If borings are requested in the travel lanes, traffic control will be an additional fee of $ 1800 per day for a lane closure. We anticipate that borings cannot be drilled in the intersection of Lakeline Boulevard and New Hope Road. 3. Boring locations will be easily accessible with truck -mounted drilling equipment; 4. Fugro will contact DigTESS or Texas One -Call to clear utilities prior to mobilization. The estimated fee may be exceeded if site conditions are significantly different than anticipated or changes in work are required or requested. However, the estimated maximum fee will not be exceeded without the client's prior authorization. Required additions to the above scope of services would be invoiced in accordance with the attached fee schedule. Schedule Weather and site conditions permitting, field operations can start within a week after formal authorization to proceed. Borings will take two days to complete. Under normal circumstances, laboratory testing and the Geotechnical Data Report (GDR) preparation will take an additional three weeks to complete. The Geotechnical Baseline Report (GBR) can be initiated following the completion of the field and laboratory testing and will take 4 to 6 weeks to complete. A 90% GDR can be submitted within 4 to 6 weeks of authorization to proceed. A 90% GBR can be submitted within 6 to 8 weeks of authorization to proceed. We will keep you verbally informed of our findings as they become available. We will make every effort to meet project deadlines within the estimated time frame stated above. Terms and Conditions Fees for field work, laboratory testing, and report preparation are outlined in Schedule G-3536-3. Schedule 40.01 describes general contractual conditions including identification of client, on- site responsibilities and risks, warranty, invoicing procedures, and record and sample maintenance. Schedules G-3536-3 and 40.01 are attached to this proposal. The following statement is required by Fugro's Insurance Company. Fugro's scope of work does not include the investigation, detection, or design related to the presence of any Biological Pollutants. The term `Biological Pollutants" includes, but is not limited to, mold, fungi, spores, bacteria, and viruses, and the byproducts of any such biological organisms. ADDENDUM TO EXHIBIT D Work Schedule The changes to the Work Schedule for this project are as follows: None ADDENDUM TO EXHIBIT E Estimated Fee Schedule Subsurface Investigation Quantity Unit Rate Subtotal 1.1.1 Drill Rig Mobilization 1 each $350.00 $350.00 1.3.1 Drilling Soil 20 ft $17.00 $340.00 1.7.1 Drilling Hard Rock 50 ft $30.00 $1,500.00 1.11 Piezometers 70 ft $25.00 $1,750.00 1.16 Wooden Core Boxes 4 each $65.00 $260.00 1.18 Plugging Boreholes 70 ft $8.00 $560.00 1.20.1 Packer Testing Inflations 6 each $75.00 $450.00 1.20.2 Packer Testing 6 each $200.00 $1,200.00 3.20 Project Manager (Russo) 4 hrs $150.00 $600.00 3.50 Project Geologist (Mandeville) 20 hrs $85.00 $1,700.00 3.5 Subtotal $8,710.00 Laboratory Services Quantity Unit Rate Subtotal 2.1 Moisture Contents 2 ea $15.00 $30.00 2.2 Atterberg Limit Determinations 2 ea $50.00 $100.00 2.6 Sieve Analysis 2 ea $90.00 $180.00 2.12.1 Unconfined Compression Tests, with Stress Strain 6 ea $110.00 $660.00 2.20 Indirect (Brazilian) Tensile Strength Tests 4 ea $110.00 $440.00 2.21 Punch -Penetration Tests 4 ea $185.00 $740.00 2.22 Cerchar Abrasivity Index Tests 4 ea $150.00 $600.00 2.23 Point Load Tests 4 ea $90.00 $360.00 2.24 Slake Durability 2 ea $100.00 $200.00 2.25 Core Photographs 2 ea $50.00 $100.00 3.5 Geologist 20 hrs $85.00 $1,700.00 Subtotal $5,080.00 Fugro Engineering and Technical Services Quantity Unit Rate Subtotal 3.1 Project Principal (Wooley) 8 hrs $175.00 $1,400.00 3.2 Project Manager (Russo) 24 hrs $150.00 $3,600.00 3.6 Graduate Engineer 28 hrs $85.00 $2,380.00 3.8 Drafting 16 hrs $60.00 $960.00 3.9 Adminstrative Assistant 8 hrs $60.00 $480.00 Subtotal $8,820.00 Brierley Engineering and Technical Services Quantity Unit Rate Subtotal 3.2 Project Manager (Jernigan) 56 hrs $145.00 $8,120.00 3.2 Project Engineer (Cash) 64 hrs $145.00 $9,280.00 3.9 Administrative Assistant 3 hrs $60.00 $180.00 4.6 Expenses - Estimate $527.40 Subtotal $18,107.40 TOTAL $40,717.40 Page 1 of 1 ADDENDUM TO EXHIBIT E Actual Fee Schedule y O^-. c.) �$ 3,770 O M 1"--- EA O -^ 7 ,-- EA O M ,•D EA $ 44 789 $ 44,789 $ 48,559I HOURS R U •L00 U U 00 0 Q Co) 1 Technician 1` 1 Senior CADD Des 85 '..D 7 N Engineer II 90 O Engineer III 100 O Project Engineer IV 115 •oo e4 'p L, 0. 1 le tkII et O� R 7 N N Senior Proj L 6> 0l) C00 R O SUBTOTAL - ADDITIONAL GEOTECHNICAL SERVICES Principal 190 N ^ ,-- Total O C co J Description Hourly Rate FINAL DESIGN PHASE SERVICES Layout of boring locations Review of geotechnical report and GBR Coordination with geotechnical engineer ISUBCONSULTANTS 1 Geotech n i ca l Investigation DATE: October 3, 2008 SUBJECT: City Manager Approval — October 24, 2008 ITEM: Consider execute Supplemental Agreement No. 2 with Lockwood, Andrews & Newnam, Inc. regarding the Water Transmission Line, Segment 1 for the Cedar Park/Round Rock/Leander Regional Water System Project. Department: Staff Person: Justification: Water and Wastewater Utilities Michael D. Thane, Director of Utilities Supplemental Agreement No. 2 is for additional design services for Treated Water Line, Segment 1 of the regional water project. These services include additional design, geotechnical investigation, and a geotechnical report, which is required for lengthening the tunnel at Lakeline Boulevard and New Hope Road by approximately 900 linear feet. The additional cost is $1,250.00, with Round Rock's allocated cost being 38.56%; Cedar Park, 14.18%; and Leander, 47.26%. Funding: Cost: $48,559.00 Source of funds: Capital Project Funds (Self -Financed Utility) Outside Resources: Background Information: Lockwood, Andrews & Newnam, Inc. City of Cedar Park City Leander The original contract included Preliminary Engineering Services and Supplemental Contract No. 1 included Final Design, easement acquisitions, design of 78 -inch water line, and bidding services. The amount of the original contract was $211,215.00 and Supplemental Contract No. 1 was $1,173,931.00. The allocated cost for Round Rock, Cedar Park and Leander is 38.56%, 14.18%, and 47.26%, respectively. Public Comment: N/A