R-2016-3361 - 4/14/2016RESOLUTION NO. R-2016-3361
iogiviv 11�111%1q��Ji�q�� 11 1 m 48
I � ill � I � I I � I wmm
I .; m- i M. 'm a won m=4
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
Contract No. I to the Contract with Lockwood, Andrews & Newnarn, Inc., a copy of same being
111! 11 1111P1111111 11 1111111111 ; I !ill !M50=0
I
ill ��� I ill 1 11 1 :11111
�illl!iiiiiiiii IF 1111111 11119111 iiiiil'llillillillill � � m "0 ro =*4 I= 0 4=4 v � m m mom MOM
0W'jjM7.- Nip
m 11 1110112 111111111offlilml
ammill �4 =�==MMEMM �
mmmmomm
ATTEST:
.. . ........ .. . ........... . ....... . .. . .... . .............................. m
SARA L. WHITE, City Clerk
OH2 M04,003549n
ALAN MCGRAW, Mayor
City of Round Rock, Texas
EXHIBIT
"All
STATE OF TEXAS §
COUNTY OF WILLIAMSON §
SUPPLEMENTAL CONTRACT NO. 1
TO CONTRACT FOR ENGINEERING SERVICES
FIRM: LOCKWOOD, ANDREWS & NEWNAM, INC. ("Engineer")
ADDRESS: 8911 N. Capital of Texas Highway Building 2 — Suite 2300, Austin, TX 78759
PROJECT: Forest Creek Lift Station Rehabilitation
This Supplemental Contract No. I to Contract for Engineering Services is made by and between
the City of Round Rock, Texas, hereinafter called the "City" and Lockwood, Andrews &
Newnam, Inc., hereinafter called the "Engineee,.
WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter
called the "Contract", on the 30th day of October, 2015 for the Forest Creek Lift Station
Rehabilitation Project in the amount of $48,470.00; and
Pro J Rr-A I I 1 6 0 1 1 mc-I-XIEgul IU$T.F Ms. I nssjl• ,111,
NOW THEREFORE, premises considered, the City and gagree that said Contract
is amended as follows:
11
Article 2, - Eng�meeriRg__ Services and Exhibit 13, 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.
11.
Article 4, Compensation and Exhibit Q, Fee Schedule shall be amended by increasing by
$88,055.00 the lump sum amount payable under the Contract for a total of $136,525.00, 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.12/01/08
0199.1554; 00354337 84275
LOCKWOOD, ANDREWS & NEWNAM, INC.
By:
Date
CITY OF ROUND ROCK
By:
Alan McGraw, Mayor
Date
Supplemental Contract
0199.1554-100354337
APPROVED AS TO FORM:
Stephan L. Sheets, City Attorney
Rev. 12/01/08
84275
ADDENDUM TO EXHIBIT B
Engineering Services
The purpose of this Scope of Work is to provide engineering services for Final Design, Bidding
and Construction Phase Services of the Forest Creek Lift Station Rehabilitation located in
Round Rock, Texas. The proposed facility is based on Rehabilitation Alternative 2 with
Electrical Option 2, as described in the Preliminary Engineering Report as a new 700 gpm,
duplex lift station adjacent to the existing Forest Creek Lift Station with no VFDs.
Below is a list of tasks to be performed by the LAN team under this work authorization.
BASIC SERVICES
A. Final Design Phase
1. Project Management & Coordination
a. Project Administration. Manage overall scope, schedule, and budget of project and
coordinate project activities.
b. Meetings & Communication
i. City of Round Rock — Attend up to three () progress/coordination meetings with
City of Round Rock staff during design phase.
ii. Stakeholders - attend one (1) meeting with property owners or agency
stakeholders as required.
c. Preparation and submittal of summary transmittal letter to TCEQ (if required).
. Perform hydraulic model of existing force main system using PIPE-FLO software. The
purpose of this model is to calculate the total headloss of the proposed Forest Creek Lift
Station under the new flow conditions, in combination with the existing Hilton Head Lift
Station.
a. The City shall provide an existing operating pump curve for the Hilton Head Lift
Station so the impacts of the shared force main on the Hilton Head lift station can be
communicated. The additional flow through the existing force main will impact the
flows from the Hilton Head Lift Station. No other specific analysis of the Hilton Head
Lift Station is included in this scope of work.
3. 50% Design Progress/ Coordination meeting
a. Equipment preferences and coordination.
b. Table of Contents for Technical Specifications.
c. Opinion of Probable Construction Cost (PCC) Estimate.
d. Draft Site Layout Plan.
4. 90% Design
a. Prepare and deliver three copies of 11" x 17" plans (15 sheets) including:
i. General: Cover Sheet with location map and contents, General Notes (two
sheets).
ii. Civil: Site Plan, Demolition and Bypass -pumping Plan, Civil Details, Erosion &
Sediment Controls (three sheets).
iii. Mechanical: New Wet Well Plans and Sections, Mechanical Details (three
sheets).
iv. Electrical: Site Plan, Wet Well Plan, One Line Diagram, Instrumentation
connection Diagram, Electrical Details (six sheets).
v. Structural: Wet Well installation Details for pre-engineered structure, Equipment
Pad Details (one sheet).
b. Prepare and deliver three copies of Technical Specifications (Front end documents
to be provided by OWNER).
c. Prepare and deliver three copies of an updated Opinion of Probable Construction
Cost (OPCC) estimate.
d. Coordinate and attend 90% Design Review Meeting.
5. Issued for Bid Documents
a. Make necessary revisions to address or incorporate 90% review comments into
complete Issued for Bid documents. Submit to City for final approval.
b. Contract documents and technical specifications, conforming to the 16 -division
format of the Construction Specifications Institute.
c. Bid Documents. Furnish five (5) copies of approved, signed and sealed drawings
and specifications to City. Furnish final drawings and specifications on CD in
electronic format.
d. Prepare and deliver Engineer's opinion of probable construction cost based on
issued for bid plans and specifications.
B. Bid Phase Services
After acceptance by City of the Bid Documents and the opinion of probable construction cost as
determined in the Final Design Phase, assist with the Bid Phase of the project. It is assumed
that this project will consist of one construction contract. Services include:
1. Prepare pre-bid conference agenda and sign -in sheet as well as run pre-bid conference.
2. Prepare Addenda(s) as appropriate to clarify, correct, or change the Biding Documents.
3. Answer questions during the bidding process.
4. Receive and evaluate bids and make a recommendation on award.
5. Prepare and distribute construction agreements for signatures by City of Round Rock
and Contractor.
6. Update contract documents by incorporating all addenda items into a conformed set of
drawings and specifications.
C. Construction Administration
Provide support services for construction administration of one construction contract. Engineer
shall not assume any responsibility or liability for performance of the construction services or for
the safety of persons and property during construction or for compliance with federal, state and
local statutes, rules, regulations and codes applicable to the conduct of the construction
services. In addition, Engineer shall have no influence over the construction means, methods,
techniques, sequences or procedures. Construction safety shall remain the sole responsibility
of the construction contractor. Specific tasks include:
1. Project Management & Coordination; Run pre -construction meeting, prepare meeting
agenda.
2. Run construction Meetings (assumes 4 meetings during construction period).
3. Conduct total of 4 site visits at appropriate intervals as construction proceeds to observe
and report on the executed work. When Engineer is called upon to observe the work of
the construction contractor(s) for the detection of defects or deficiencies in such work,
excluding the Engineer's responsibilities under its scope of work regarding contractor(s)'
compliance in accordance with the Project plans and specifications, the Engineer will not
bear any responsibility or liability for such defects or deficiencies or for the failure to so
detect. The Engineer shall not make inspections or reviews of the safety programs or
procedures of the construction contractor(s), and shall not review their work for the
purpose of ensuring their compliance with safety standards.
2
4. Review RFI's from the Contractor. Issue Clarifications and Interpretations. Issue Field
Orders as required.
5. Issue Change Proposal Requests and prepare Change Orders.
6. Review Shop Drawings and Submittals submitted by Contractor for compliance with
design concepts. Engineer shall review and approve or take other appropriate action
upon construction contractor(s)' submittals such as shop drawings, product data and
samples, but only for the limited purpose of checking for conformance with information
given and the design concept expressed in the contract documents. The Engineer's
action shall be taken with such reasonable promptness as to cause no delay in the work
while allowing sufficient time in the Engineer's professional judgment to permit adequate
review. Review of such submittals will not be conducted for the purpose of determining
the accuracy and completeness of other details such as dimensions and quantities.
7. Review materials testing reports.
8. Conduct Substantial Completion Observation and issue punch list.
9. Review Contractor's Completion Documents.
10. Conduct Final Completion Observation and make recommendation on final payment.
Final Observation, Notice of Acceptability of the Work, and Post Construction Site Visits.
11. Prepare record drawings from information submitted by the Contractor. Furnish record
drawings on CD in electronic format and one full size, paper set of drawings to CORR.
EXCLUSIONS
The following items are not included in the scope of work and will not be performed without
written authorization by Owner:
1. ROW permits
2. Land acquisition services including:
a. Right of Entry
b. Title Reports
c. Acquisition Services
d. Appraisals
e. Condemnation Support
3. All environmental investigation and permitting including:
a. Cultural resource survey and permitting
b. Phase 1 Site Assessment
c. USACE 404 Permitting
d. Endangered Species
e. Edwards Aquifer Protection Plan
f. Participation in Williamson County Regional Habitat Conservation Plan (Wilco
RHCP)
ADDENDUM TO EXHIBIT C
Work Schedule
Task/Deliverable
Delivery
Date Notes
NTP
4/25/2016
50% Design Progress Meeting
06/15/2016
90% Design Docs
7/29/2016 Assumes 10 day review by City.
Bid Docs
9/9/2016 Assumes 10 day review by City.
Execute Construction Contract
11/7/2016
Construction NTP
11/14/2016
Substantial Completion
3/24/2017
Final Completion
4/28/2017
oOOOOOo
0000000
000
o
p
o
J
Q
Lo
I-
®
M
o
h
ui
to
Lo
00
ui
0)
ori
M
Lo
L()
L6
L[5
a
O
uti
Lf)
h-
O
00
O
CD
0)
r
Ln
LO
11)
O
O
4
M
r
ul
()
�
0)
�
Ln
�
r
�
Ln
V)
Ln
OC)
N
�
00
�
Z
w
Y
Q
D
vONNNcflU
M
V
>
W
>
O
LUQ
Z
D
w
0
LLF
0
W
N
cM
M
r
M
a
r
N
w
W
U
J
�
w
Z
Q
Z
U V5OOMON®00
fn
r
H
O W
U
w
i LU
Z
O
LO
L[)
Ln
r
r
P
CL
w
ON
t—
r
r
M
r
Q'
CL W
w
F.
m
H tY
CO)
X d
w
U w
Lu 0
O)
N
U)
r
to
P-
c)
w
CL
Os
O Z
�Q
w
F-
a g
CO)
D m
a
a
zw
w
U
z
N
O
N
N
r
O
o
ti
Q
a
Z
O
Q
z
U
�
w
O
U
U
a
U)z
w
U
0
Z
w
(n
w
W
U
Q
U
Uco
O
(n
Q
2
Q00Og®>a
U
Z
U
CO)
C
(Y
Q
QO�n
aw
_
0..>
U
Z
CCL
LL
B
(o
w
<U(D(DowU
w
Uj(n(nu
Qw
(n
)X®owa(~n
O®�
R.o:)
Z
CO)
(U/))m®Q
a=LOw
CO)
�
r
Q¢QQQmU
N
M
m