Loading...
CM-12-07-124Item Caption: OtttIi i2`4 RECEIVED JUL 032012 City Manager Approval Form Consider executing Supplemental Contract #1 for Engineering Services with Freese and Nichols for the Design of the Decommissioning of the Stone Oak Dam Approval Date: July 6, 2012 Department Name: Utilities and Environmental Services Department Project Manager: Lance Shellenberger Assigned Attorney: Steve Sheets Item Summary: The Stone Oak Dam is a small in-line structure built across a typically dry creek bed between the Preserve at Stone Oak and Village at Mayfield Ranch subdivisions. City staff discovered substantial damage to the dam in December of 2011, which presumably occurred during the Hermine storm in September 2010. An engineering analysis was authorized with Freese and Nichols for $21,874 on February 24, 2012 to determine the best resolution for the degraded dam deciding between decommissioning or repairing the structure. The analysis is complete and it has been determined that the Stone Oak Dam is not constructed to the current state standards. In its current condition, the dam could fail due to a relatively low -probability rainfall event over the upstream watershed. While the chance of failure is relatively small, statistically speaking, such failure would adversely impact several existing homes downstream of the dam. The City staff has determined that the most prudent action at this time is to decommission the dam while continuing to determine the most appropriate long-term solution for the dam area. No. of Originals Submitted: 2 Project Name: Stone Oak Dam Improvements Cost: $45,342.00 Source of Funds: General Self -Financed Construction Source of Funds (if applicable): Select Source Fund Account Number: Finance Director Approval: Cheryl Delaney Date: 7/3/12 Department Director Approval: Michael Thane Date: 6/29/12 CIP n r--1 Budget N/A OK I ❑ N/A OK Purchasing ❑ ❑ N/A OK Accounting El El N/A OK ITEMS WILL NOT BE PLACED ON THE COUNCIL OR CM AGENDA W/OUT PRIOR FINANCE AND/OR LEGAL APPROVAL REV. 6/20/11 STATE OF TEXAS § COUNTY OF WILLIAMSON SUPPLEMENTAL CONTRACT NO. 1 TO CONTRACT FOR ENGINEERING SERVICES FIRM: FREESE AND NICHOLS ("Engineer") ADDRESS: 10814 Jollvville Road, Building 4, Suite 100, Austin, TX 78759 PROJECT: Stone Oak Dam Improvements 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 Freese and Nichols, hereinafter called the "Engineer". WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the "Contract", on the 24th day of February, 2012 for the Stone Oak Dam Improvements Project in the amount of $21,874.00; 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 $45,342.00 to a total of $67,216.00; 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 $45,342.00 the lump sum amount payable under the Contract for a total of $67,216.00, 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 0199.1230; 00252939 Rev.12/01 /08 84275 FREESE AND NICHOLS By: G/ps--moi/ Date CITY OF RO ND ROCK By: ,01° St- tij pod, CNN) 114.01"'" ee Date Supplemental Contract 0199.1230; 00252939 2 APP ' O ED AS TO ORM: Stephan . Sheets, City Attorney Rev.12101/08 84275 ADDENDUM TO EXHIBIT B Engineering Services Upon the City of Round Rock's (CORR) written authorization to proceed, FNI shall provide the following: 1. Project Management: A. Perform general project management and control project quality, progress, and budget for a period of four (4) months. B. Project coordination and communications with the CORR staff, including monthly status reports. C. Conduct and attend one (1) project kickoff meeting. 2. Survey: It is our understanding that survey will be provided by Baker-Aicklen via the City for use on this project. Where survey is not available, the City's latest topographic information will be used to develop design information and associated cost estimates. It is assumed that a tree survey will not be necessary. 3. Construction Documents: Prepare detailed construction plans, a Project Manual, TCECQ permitting application for dam removal, and opinion of probable construction costs for the final design of the project. Plans and specifications will use CORR standards where applicable and be supplemented with FNI special provisions and/or specifications. The final design will be based on the following: (a) Remove the outlet structures and a section of the dam from the breach area. Configuration of the breach will be such that it will be stable during flood events and will remove the site from its classification as a dam; (b) Reconnect the creek upstream and downstream of the clam using stable channel design procedures; (c) Install and maintain temporary erosion and sedimentation controls during construction; (d) Restore permanent vegetative protection on soil areas disturbed by construction; (e) This scope assumes the following: (1) Utility modifications will not be necessary; (2) Construction access has already been obtained and limits of the access will be provided by the City; (3) Coordination with TXDOT will not be necessary; (4) A tree mitigation plan will not be necessary; (5) The project area of disturbance will be less than one (1) acre such that a Stormwater Pollution Prevent Plan (SWPPP) will not be necessary. A. 30% Submittal: (a) Perform a site visit to verify surveyed conditions. (b) Revise existing conditions hydrologic and hydraulic (H&H) models based on survey data and develop a constructed breach configuration that declassifies the dam. (c) The 30% site plan shall capture the major construction activities proposed for the site sufficient to begin discussions with various City departments and stakeholders regarding the overall project development. Provide three full-size 1 site plans, a PDF copy of site plans, and a draft construction cost estimate of the 30% review set for the City's review and comment. (d) Provide an outline of the Project Manual, including draft special provisions and/or special specifications to the City for review and comment. (e) Identification of all necessary permit requirements. B. 75% Submittal: (a) Meet with CORR staff to review 30% submittal and discuss proposed improvements. (b) Prepare a response to CORR comments to 30% review. (c) The 75% drawings will include a site plan that captures the major construction activities proposed for the improvements to the dam including those discussed at the 30% review, general construction notes, and final details. 75% documents will be complete documents for the purpose of providing final review and approval. (d) Provide three full-size site plans, a PDF copy of site plans, and a draft construction cost estimate of the 75% review set for the City's review and comment. (e) Provide the final draft Project Manual, including special provisions and/or special specifications, to the City for review and comment. (f) Provide one full-size set of construction documents to TCEQ Dam Safety Program for their review and comment. (g) Final permitting documents and approved permits, if applicable. (h) PDF copies of the documents will be submitted along with the hard copies. (1) Meet with CORR staff to review 75% submittal and discuss any changes. C. Upon CORR and TCEQ approval prepare "Issued for Bid" construction documents. Provide up to ten (10) full size sets of construction documents to the City for distribution. D. Update the opinion of probable construction costs. The cost estimates will be updated at the 30%, 75%, and "Issued for Bid" milestones. E. Assist the City in obtaining the necessary permits required for construction of the improvements. Prepare and submit all documentation required for project permitting. (a) U.S. Army Corps of Engineers (USACE). The scope of work assumes that an Individual Section 404 Permit will not be required for the project. It is our opinion, based on initial review of the project and proposed decommission option, that this project could be completed under a Nationwide Permit without the need for a Preconstruction Notification (PCN). Therefore, the scope of services assumes that the project can be completed without notification. Coordination will begin with the 30% plan set. In the event that a PCN or Individual Permit (IP) is needed, then additional scope and fee will be required. (b) Texas Commission on Environmental Quality (TCEQ), Dam Safety Program — Coordinate with TCEQ's Dam Safety Program to obtain letter of approval for removing the dam. 4. Bid Phase Services: Assist the CORR in advertisement of the project and securing bids. Respond to questions and interpret the bid documents. Prepare addenda to the bid documents and 2 provide to the CORR for distribution to plan holders. Attend the bid opening, certify the bid tab and recommend a low bidder. ADDITIONAL SERVICES: Services to be performed by FNI, if authorized by the Owner, which are not included in the above described services, will be considered an additional service. 3 ADDENDUM TO EXHIBIT C Work Schedule (See Attached Schedule) N 0 m m N to r{ _C t t ra C 0 0 F 4 0 N '-i C O N N -4 O d' m N i 'i u. u.. est r4 (NI n N N 0 0 0 2 0 0 m u Notice to Pr Mon 7/23/12 Fri 7/27/12 Mon 7/30/12 Fri 8/17/12 Mon 8/20/12 Fri 8/24/12 Mon 8/27/12 Fri 9/14/12 3 3 3 m .-r m c E 4 v O G o UN U O > Q > 4- 2 0 e4 0 t -a 2 a, U o ir�i 0 m u N C.) '^ 0 u e e 0 Mon 9/17/12 Fri 10/12/12 3 Bid Phase Services 1 1 n O Manual Summary xternal Milestone Manual Summary Inactive Task u n A c >. 0 O c H ..0OJ h 10 00 Ol O to iz 0 a Inactive Milestone Inactive Summary c 0 m 4-4 411 Y °' VI E - V1 .c to F Manual Task Project Summary c 0 0 O m 7 0 LL� 1— III 3 0 0) 1� ) 2) M C Z V' w 0 O O O O O O O M CO N of 1` M N V 1.4 M Subconsuttants 0 O N N t O Direct Costs O O O O O O O O 00 O O N � N tI} O O Oco N t/} Loaded Labor Cost 0 0 0 0 O O O O N CO N O) 00 M O t0 M M1.4 4.4 1- to O O N 111 1- Labor Hours m 1.0 N M O) N N Ln M 4-. c 4) E N 0 U CO _ m cc O vim) G U N 4, 3 (0 W 4) s L 5 o 10 CL H U m g N m 4 _e .x x x VI V1 N N Tasks 1-4 GRAND TOTAL: