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