Loading...
R-05-11-10-13B1 - 11/10/2005RESOLUTION NO. R -05-11-10-13B 1 WHEREAS, the City of Round Rock has previously entered into a Contract for Engineering Services ("Contract") with K. Friese & Associates, Inc. for the McNutt Creek Wastewater Interceptor Project - Phase I, and WHEREAS, K. Friese & Associates, Inc. has submitted Supplemental Contract No. 3 to the Contract to modify the provisions for the scope of services, and WHEREAS, the City Council desires to enter into said Supplemental Contract No. 3 with K. Friese & Associates, Inc., Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City Supplemental Contract No. 3 to the Contract with K. Friese & Associates, Inc., a copy of same being attached hereto as Exhibit "A" and incorporated herein for all purposes. The City Council hereby finds and declares that written notice of the date., hour, place and subject of the meeting at which this Resolutionwas adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 10th day of November 20 ATTEST CHRISTINE R. MARTINEZ, City Secreta @PFDesktop\::ODMA/WORLDOX/0:/WDOX/RESOLUTI/R51110B1.WPD/sc Mayo of Round Rock, Texas STATE OF TEXAS COUNTY OF WILLIAMSON SUPPLEMENTAL CONTRACT NO. 3 TO CONTRACT FOR ENGINEERING SERVICES FIRM: K. Friese & Associates, Inc. ("Engineer") ADDRESS: 7600 Burnet Road, Ste. 290, Austin, TX 78757 PROJECT: McNutt Creek Wastewater Interceptor This Supplemental Contract No. 3 to Contract for Engineering Services is made by and between the City of Round Rock, Texas, hereinafter called the "City" and K. Friese & Associates, Inc., hereinafter called the "Engineer". WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the "Contract", on the 13th day of May, 2004 for the McNutt Creek Wastewater Interceptor in the amount of $79,991.66; and WHEREAS, the City and Engineer executed Supplemental Agreement No. 1 on October 26, 2004 to modify the provisions for the scope of services and to increase the compensation by $496,725.00 to a total of $576,716.66; and WHEREAS, the City and Engineer executed Supplemental Contract No. 2 on June 23, 2005 to modify the provisions for the scope of services and to increase the compensation by $189,433.00 to a total of $766,149.66, 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 $196,485.00 to a total of $962,634.66; 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 $196,485.00 the lump sum amount payable under the Contract for a total of $962,634.66, as shown by the attached Addendum to Exhibit D. Supplemental Contract K.Friese-mcnuttww; WWOIMNUTT; 92212 .0 a EXHIBIT Rev.03/02/04 84275 IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental Contract in duplicate. K. FRIESE & ASSOCIATES, INC. By: Date CITY OF ROUND ROCK APPROVED AS TO FORM: By: Nyle Maxwell, Mayor Stephan L. Sheets, City Attorney Date Supplemental Contract K.Friese-mcnuttww; WW01MNUTT; 92212 2 Rev.03/02/04 84275 ADDENDUM TO EXHIBIT B Engineering Services The changes to the scope of this project are as follows: Background Under Supplemental Amendments #1 and #2 K Friese & Associates, Inc. (KFA) was authorized to provide Design Phase, Bid Phase, and Construction Phase services for a combination of open - cut and trenchless installation of the McNutt Creek Interceptor Project — Phase 1. However, ongoing landowner concerns combined with recent development projects made both the proposed alignment and open -cut construction method difficult and expensive to construct. In order to address these concerns, KFA performed an alternatives analysis which identified various possible alignments and construction methods. After a complete evaluation, the City chose an alignment which favored tunnel construction. This Supplemental Amendment deletes the scope of services authorized under Supplemental Amendments #1 and #2 and replaces them with those described below for tunnel excavation. KFA shall provide the following services required for Design Phase, Bid Phase, and Construction Phase of the McNutt Creek Interceptor Project — Phase 1 by tunnel excavation: DESIGN PHASE SERVICES A. Project Kick-off and Coordination Meetings 1. Meet with City Staff to review/discuss project details, work plan, and schedule. 2. KFA will meet with City Staff at the 90% and 100% submittal stages to review the project and discuss City comments. KFA will also meet with the City during the design period, as necessary, for project coordination. Two (2) meetings have been budgeted. B. LCRA and BRA Coordination 1. Coordinate project design and construction with LCRA and BRA staff and consultants for construction on LCRA property. Coordination will include but not be limited to access, staging areas, lift station electrical service, pipeline routes, and construction timeframes. C. Design Memorandum 1. KFA will work with City Staff to establish and document design criteria and design assumptions. The document will be reviewed and updated throughout the design phase and incorporated into the Final Engineering Report. D. Cultural Resources Survey and Environmental Permitting 1. SWCA will complete the cultural resources and environmental permitting for the project. These services were initiated under Supplemental Amendments #1 and #2. E. Design Survey and Easement Metes and Bounds 1. Inland will locate, horizontally and vertically, 3 additional geotechnical bore holes being cored for materials testing and tunnel design. 2. Inland will prepare metes and bounds descriptions for permanent wastewater easements and temporary construction easements along the project route for easement acquisition by the City. Easements for 4 properties have been assumed for budgeting purposes. Inland will provide an overall easement map showing all proposed easements, acreage, owner, and parcel number for the project. The parcel number will be shown on each corresponding metes and bounds description. F. Geotechnical Investigation and Tunnel Design 1. The geotechnical investigation and report will be performed by Fugro Consultants, LP (Fugro) and will include field, laboratory, and engineering phases. Previously completed work will be included with the work effort in this phase to create a Geotechnical Data Report (GDR) and a Geotechnical Baseline Report (GBR). In addition, they will work with their tunnel subconsultant, Brierley Associates (BA), to develop the necessary specification sections and plan sheets. BA will also contribute heavily to the GBR. i. Field Investigation — Fugro will drill 3 additional borings along the proposed alignment. Packer tests will be performed in 2 of the borings and piezometers will be installed in 2 borings. ii. Laboratory Testing — Laboratory tests will be performed to classify soil strata and evaluate plasticity. Unconfined compression tests will be conducted on selected intact soil and/or rock specimens to evaluate the compressive strength of the subsurface strata. In addition, Rock Mass Classification testing will be performed on samples (current borings and from several previous borings in the vicinity of the tunnel) to aid in mass classification for tunneling purposes. Photographs of rock cores from the new borings and from selected previous borings will be taken and presented in the GDR. iii. Engineering and Design — The engineering services will be directed towards compilation of the GDR, GBR, tunnel plans, tunnel specifications, and design assistance. (1) Compile GDR — Compile all field and laboratory testing into a comprehensive report complete with boring logs, photographs, and laboratory test results. (2) Excavation/Support Methods — BA with assistance from Fugro will characterize the rock mass and analyze support requirements utilizing empirical formulas and/or closed -form solutions or finite element analyses. BA and Fugro will provide specifications and design criteria for initial support and design final support. (3) Shaft Design — BA and Fugro will provide design criteria for shaft excavation and support during construction and design the final lining and configurations in the shaft. (4) Groundwater Control and Infiltration — Fugro and BA will outline the impacts of water infiltration into the tunnel in the GBR and provide recommendations for mitigation. (5) Lining Design — Fugro and BA will provide specifications and drawings for backfill grouting operations of the final lining. (6) GBR — Fugro and BA will develop a GBR to provide a summary of the GDR and provide rock and soil strength and performance parameters, shaft excavation considerations, and tunnel excavation considerations for use by the Contractor and in determining differing site conditions. (7) Prepare Tunnel Contract Documents — Fugro and BA will prepare technical specifications and construction plans directly associated with tunnel excavation and will review the other contract documents as they relate to tunneling. (8) Instrumentation Plan — Develop an instrumentation plan for monitoring possible ground movement and effect on structures. This is to provide a defense against possible claims from property owners. (9) Prequalification Documents - Assemble prequalification criteria and prepare a recommended prequalification document. Prepare a list of potential tunnel contractors, assist in the review of prequalification submittals, and provide a recommendation on which contractors should be allowed to bid on the project. G. Pipeline Design 1. Once the horizontal alignment has been finalized KFA will develop construction plans, contract documents and technical specifications for the project. Construction plans will include notes, plan and profile sheets, erosion and sedimentation controls, tree protection, traffic control, and detail sheets, at a minimum. City of Round Rock standard details will be used as applicable and special details and specifications developed. Contract documents will also include a storm water pollution prevention plan (SWPPP). H. Lift Station Design 1. The proposed lift station to be located at the BCRWWTP will be designed for the projected 10 -year flows to pump flows from the interceptor to the plant headworks until the future plant expansion and new influent lift station are completed. KFA will perform a hydraulic analysis of the proposed lift station and the pumps, piping and wet well will be sized accordingly. The final design will consist of a site layout, selection of electrical and mechanical equipment, and preparation of plan views, sections and details as necessary to construct the lift station. The site layout will be coordinated with the LCRA, BRA and City of Round Rock. The pumps, piping and valving will be specified and their orientation shown on the plans. Specifications will be prepared for the various specialties of the lift station. 2. James R. Schultz & Associates, Inc. (JRSA) will perform the electrical and control design for the lift station. The lift station will be tied to the City of Round Rock SCADA system. Per discussions with the City and LCRA we have assumed the power will be taken from the BCRWWTP internal power loop and that an emergency generator will not be required. 3. Bontempo Structural Engineering, Inc. (BSE) will perform the structural design related to the lift station, including the wet well, valve vault, and pads for at grade equipment. I. Permitting 1. KFA will coordinate the U.S. Highway 79 crossing with the Texas Department of Transportation and obtain the necessary approval and permit. KFA will also coordinate with Union Pacific Railroad to revise the existing railroad crossing license as needed for tunnel installation. 2. KFA will submit a summary letter to TCEQ documenting the project and address any comments or requests for additional information typically necessary for construction approval. J. Deliverables 1. KFA will compile a Final Engineering Report documenting the rationale for line sizing and alignment selection, lift station and component sizing, the USACE Jurisdictional Waters Delineation, and the Cultural Resources Survey. 2. KFA will provide 90% and 100% submittals to the City for review and comment. Submittals will include 3 sets of %2 size drawings and contract documents and technical specifications as they are developed. Each submittal will also include an updated project cost estimate. 3. The final submittal will include one full size set of reproducible construction plans and complete set of contract documents, technical specifications, GDR and GBR suitable for public bidding. BID PHASE SERVICES A. KFA will assist the City during the Bid Phase with contract document distribution, conducting the pre-bid conference and bid opening, and providing assistance throughout the bidding process. Services during the bid phase will include: 1. Conduct pre-bid conference. KFA will conduct a pre-bid conference including preparation of agenda, documentation of attendees, documentation of questions and any responses provided at the meeting, and issuance of a follow-up addendum if necessary. The pre-bid conference will include a rock core review at the Fugro laboratory and a site visit for inspection of the shaft sites and lateral connection. 2. Reproduce, distribute and log bid documents. KFA will make bid documents available at our office for potential bidders and maintain a log of all documents distributed. Fees for bid documents will be payable to KFA. 3. Interpret plans and specifications and issue addenda. KFA will keep records of all inquiries and issue clarifications in addendum format only. KFA will draft addenda and review with the City prior to issuance. KFA will issue addenda to all plan holders via facsimile. 4. Conduct bid -opening, bid tabulation, bid evaluation, and issue a recommendation. KFA will conduct the public bid opening and record all bids received. After receipt of bids, KFA will tabulate the bids in unit price format. KFA will evaluate the bids for responsiveness, meet with the low bidder if necessary, and issue a recommendation of award to the City. 5. Assist the City in awarding contracts. KFA will assemble five (5) bound sets of contract documents and coordinate with the Contractor and City in their execution. CONSTRUCTION PHASE SERVICES A. KFA will assist the City with contract administration during the construction phase of the project. KFA will be assisted by Fugro and BA. We understand the City will provide required construction inspection services. KFA's services will include: 1. Construction document reproduction and distribution. KFA will incorporate addenda items in the construction documents as appropriate and reproduce and distribute the documents. For budgeting purposes we have assumed 10 sets of Contract Documents and Technical Specifications, 10 GBR's, ten full size sets of Construction Plans and ten %2 size sets of Construction Plans. 2. Conduct pre -construction conference. KFA will conduct a pre -construction conference with the City, Contractor, and other parties as appropriate, including preparing the agenda and meeting minutes. 3. Conduct regular construction meetings. KFA will conduct regular construction meetings with the City, Contractor, and other parties as appropriate, including preparing the agenda and meeting minutes. For budgeting purposes we have assumed 60 meetings. 4. Site Visits. KFA will visit the site (typically once per week during mining, pipe installation, and grouting; less frequently during other construction periods) to check the progress of the work and verify general conformance with the project plans and technical specifications. 5. Submittal Review. KFA will maintain a log of all Contractor submittals, track review progress, review and approve submittals, and distribute submittals to the appropriate parties. 6. Pay Estimate Review. KFA will review the Contractor's pay estimates after approval by the City's on-site Inspector and make recommendations for payment. 7. Preparation of Change Orders. KFA will review all Contractor's requests for Change Orders and prepare and distribute Change Orders as appropriate. 8. Contract Close-out. KFA will conduct a final project walk-thru, document "punch list items", issue a Certificate of Substantial Completion and issue an Engineer's Concurrence for Project Acceptance letter. KFA will also notify TCEQ of project completion. 9. Record Drawings. KFA will use the Contractor's redline as -built drawings to document as -built conditions in the final record drawings. KFA will supply the City with one set of reproducible Record Drawings. B. Fugro will be a subconsultant to KFA on the construction phase for assistance specific to geotechnical work, tunnel engineering, and materials testing. Fugro will utilize BA as a subconsultant for tunnel engineering support. The Fugro/BA scope of services for the construction phase is described below. 1. Attend Meetings and Conferences i. Preconstruction Conference — attend the Preconstruction Conference and lead a discussion on the salient factors contained in the GBR, plans and specifications relative to tunneling. ii. Progress Meetings — Fugro/BA will participate in all regular progress meetings. iii. Pre -Final and Final Inspections —Fugro/BA will participate in the Pre -Final Inspection of the various segments of the tunnel as the Construction Contractor prepares each for acceptance by the City of Round Rock. iv. Other Meetings as requested by KFA — Fugro/BA will participate in other meetings as requested by KFA. Only minor allowances for these meeting have been included in the cost estimate. 2. Review and Assist with Change Order Requests - Fugro/BA will assist KFA and the City of Round Rock in the evaluation and analysis of selected change order requests as to validity, necessity, cost estimates, and engineering matters. Fugro/BA will prepare revisions to sections of the Contract Documents pertinent to tunneling by change orders as needed for clarification, consistency, errors, and omissions. For the purpose of this scope of work and associated fee determination it is assumed that Fugro/BA will provide assistance on up to 2 Change Orders on the tunnel portion of the project. 3. Review Construction Contractor's Submittals - Fugro/BA will review contractor's tunnel submittals and make recommendations for acceptance, where appropriate. KFA will determine which submittals are appropriate for FugroBA review. For the purpose of this scope of work and associated fee determination 40 hours of senior project engineer time have been budgeted. 4. Construction Monitoring - FugroBA will monitor tunnel construction approximately 40% of the time during excavation. As part of this monitoring function, Fugro/BA will review tunneling records for consistency with specifications; anticipate ground conditions; prepare monitoring reports and prepare a list of risk items to be monitored on a daily basis. Monitoring of the tunnel excavation is important to verify the actual conditions being encountered and note any potential deviations from the GBR. This has proven in the past to limit claims by the contractor. This will be accomplished 70 percent of the time with a graduate engineer or geologist and 30 percent of the time with a senior project (tunnel) engineer. As part of this function, Fugro/BA will also train a City of Round Rock employee to perform the bulk of the day-to-day observations and inspections. Working with a senior tunnel engineer and graduate engineer or geologist, Fugro/BA will provide this individual with the basic training necessary to adequately monitor and report on the contractor's activities and develop a daily report form specifically for this project that will provide all necessary details that should be monitored for use by the city's inspector. 5. Final Inspection, Punch List and As -Built Drawings - Fugro/BA will assist with the Final Inspection and Punch List and also review the final As -Built Drawings. 6. Materials Testing i. For low-density cellular concrete, Fugro will obtain a sample every 100 cy or major fraction thereof pumped. For each sample, field tests will include air content, wet unit weight, and flow testing. One set of 5 cylinders will be cast: 4 for compressive strength testing (1 at 7 days, 2 at 28 days, and 1 reserve) and 1 for dry unit weight testing. We will provide QA testing at a frequency of one quarter of the contractor's and review the contractor's QC testing. ii. For pressure grouting, Fugro will obtain a sample every 100 cubic feet or major fraction thereof pumped. One set of 4 compressive strength cylinders will be cast (1 at 24 hours, 2 at 28 days, and 1 reserve). We will provide QA testing at a frequency of one quarter of the contractor's and review contractor's QC testing. iii. Services for backfill of any shafts or excavations will include laboratory testing and on-site earthwork testing. Laboratory tests on soils and aggregates will consist of Atterberg limits, gradation analyses, and moisture density relationships. For placement and compaction of backfill material Fugro will provide a soil technician to perform required field moisture/density tests to monitor the contractor's compliance with specifications. For this phase of the project we have assumed that services will be provided on a call out basis. iv. Field technician(s) will immediately report results of field observations directly to the on-site job superintendent and owner's representative. ADDENDUM TO EXHIBIT C Work Schedule The changes to the scope of this project are as follows: McNutt Creek Wastewater Interceptor Design and Construction Schedule Tunnel Option(TO ID 'Task N- Duration Start Finish i,,,j6eptember, October (November iDecamberJanua ?Februa March 'A ril Ma ;June :Ju ;Au ust i5e tember ......,_,,,....,..,_,"...,.,..._,,._..._._...__.,,._-,...-_..................__.... 8128.9!4.9/11:9/18.9/25:10/2:10/9 10/1670/2370/3 1 :1 3 _ .. ,,,,,,,,,,,,,_,...,..,_,-.-...,..,,.,x,....,.,,."_._.-._,.,..,".,.,_._,,..-_.,_.,.,,,,...,.,.,.._.,,,..-.._._-._-.-. 1/61/1 1112017/27:12/4.12/71.12/1872125 117:7/8=7/15:12211/29 ;2/6:2/12:2!19:2/26:3/5!3/12:3/19:3/26!4/ 1 4/9 4/ %":/3 I `'' t '"'"j""""'`"'"' i""" v .- .-.._..._..-....._.............._-.,..._._,,,-,,,.,.,_,.,.....-......__..-,.____-_.,._.,............_,,,_._.-,....,.,,.-....._._.-...,,,.........._-._.,._..-_.,._..,_,__-....._,, ....,._.,,.....�,.,,-...-__i6r423 4,0.5/7,5174 5/2.5/28 6/4 X6111.6/18.6/25.7/2'7/917/76.71237/30:B76;&73':8!2018!27;913;9710': t v Notice to Proceed 0 days: Mon 9/5!05: Mon 915/05 ; 916 " -__.. _.... Geotechnical Work 9 wks Mon 915105; Fri 1114/05 1 ; .......4 .............._.. ........._.: ..........it _.......9'/ ......... ...._.. :.s .... � - �' Additional Geotechnical Borings 2 wks Mon 9/5105; Fri 9/16105 " ;./ Geotechnical Lab Testing 3 wks; Mon 9/19/05 Fri 10!1!05 ..... Geotechnical Data Report 2 wks: Mon 10/10/05; Fri 10/21%05 ] d ..... 7 ; 90/Gectechmcal Baseline Report 4 wks; Man 10!10/05: Fri 11/4/05. , ' 9 ? Construction Plans and Specifications 12.6 wks Mon 9/5/05 Wed 11130/05: 11 / Horizontal Alignment 2 wks. Mon 9/5/O5; Fri 9/16/05: 1 _... , CORf2 Approve Horiz Alignment 9 wk' Mon 9119/05 Fn 9/23/45: iZ 90%Plans and Specifications 6 wks; Mon 9/26/05'. Fn 11/4/05; }; � 13 QA/QC __._.............. 2 wks Mon 1024/05.......-Fh 11/4/05; t� ' t4 Design Meeting 4 wks Tue 9/27/05 Tue 10/25/05 t6 CORR Review Plans,Specs&GBR 1.6 wks Mon 11!7/05 Wed 11/16/05: 100%Plans,Specs,GBR 2 wks Thu 11117105: Wed 11/30105: 1 20 QA/QC 1 vA Thu 11/24/05. Wed 11/30105: ..; }.. ;Easement Acquisition 10 wks Mon 9/26!05! Fn 12/2105: Field(Votes 4 wks: Mon 9/26/05; Fn 10/21/05; d 9 .._...._.... .. ............._. ._..../ ...._...._. ...�.... .,.....r 24 ; Negotiate&Secure Easements 6 wks Mon 1024105 Fn 122!05; ; J 2s Bid and Award 14 wks Tue 11/29/05 Tue 3/7/06 t Advertise 1.8 wks Tue 11129105: Tue 12/13/05: i u 37 : Bid Opening 0 wks; Tue 1/10!06: Tue 1!10!06; - *110 _...__ s . 3z Bid Evaluation --2wks 1 Wed 1/11/06 Tue 1/24/06; { f ...... _ ; 33 - City Council Award - -- 0 wks' Fri 1127/06' ----Fri 1/27/06! - . ..:.:.. 34 Award and Execute Contract 6 wks Wed 1/25/06- Tue 3/7/06; 35 ......... .. .. ..................... i , .. ....... ._.. -. ._.. ..... _ .... ...3fi..... ........................... .. ......... _ .. .. ... .. Construction 80 wks Tue 317106 Tue 9/18/07: ! I Page 1 $ n t t 1 A ADDENDUM TO EXHIBIT D Fee Schedule The changes to the fee schedule for this project are as follows: 0 0 a 0 I- m d W = U W LU E-' z W W U z U 2 10/17/2005 K FRIESE & ASSOCIATES, INC. 00092209.XLS R{ 1- Cost N 000 T- ER V' N. co N C7 M ER ER CO ND V 69 $2,618 $21,010 $83,538 $43,395 $7,017 $12,604 0) V' .N- '.V'_ N O r ER ER Ln IM-• V ER 0 0 rV' co Cr) () ER 69 r N r69. fR c- ti ER 0) ti ,-- r ER r $4,362 $3,008 $26,021 1 O O V ER $6,288 $47,191 $45,075 $34,243 $8,398 $25,234 $10,410 $9,635 $117,952 ,s- 0 M ER co Li) U) ER O) N 16 to Lo co V' QS" !+ (9 Overhead & Profit Cost O) 0) C'.. ER r Ln O r CO r N N 69 69 O O N M ER $423 $1,478 V' N O V- CO V' CO 0) 69 N ER $4,761 $2,296 $2,184 $3,766 M r N C) ER O O N N M M N N ER ER (NI r O" 0) 09 $3,861 $1,134 $7,523 Lo O N M 0) 0) 69 69 co W 00 N V' ER $4,198 $31,339 $29,903 $16,611 $5,358 Lo 0) 0) CO69 $6,198 $12,782 CO in 0 0 N ER Total SA #3 Amount = Expenses Cost 0 co 0 0 _ O_ a.,- ER 69 0 co 0 O_ 69 0 co 0 (0 0 00 Ln 0 0 0 ER ; u) $100 $50 $50 $150 0 OV ER 0 0 to ER 0 0 0 0 0 0 r 0 0 co 't. r 69 ER 0 0 0 0 LC) LE) ER to 0 0 0 0 r r ER co 0 0 U) co O M V' ER O V Ln ER Sub - Consultant Cost 0) 01M Lrn CO OD r CO- ER r 69 1- O i's 69 0 N iR $8,910'. $3,793 CO 0 M r ER 9) COO N iR c- r co ER N M OD O _ ER M Oro N-- N Ea 9maining SA Direct Labor Cost M CO Ln SER M N M 0 N 0 ER CO A- Ln ER��6�9 r 0 0 O N N. CO M N LO 0 0) cM- $2,256 $1,088 $1,035 $1,785 $1,523 O O 0 0 r r .C.. 1.''' ER ER M r co- co CR O co c0 r ER r CO co co Ln in ER 69 0 O co r co O ER 09 OD M 0) W r co .- ER $1,990 $14,852 $14,172 CO M LO C NI $8,082 $3,315 f $2,937 $6,058 O cod' O CO G9 r M V' O ER r r N L CO 0 as EA =o oo M N co d O N O C� co CNI N c0 .4 t M co C O r LOn N Or VN CN N V' V' V' N co N O V) N co O O r ER o '- N= U ` O V' co N N O V' co CO r 0 co N r co CO r co N r CO Ln co 0 O r N d0 N co co N co O M CO CO V O co Co N ER CADD Technician Hours N M V V '0" 8 180 N co 4 16 00 CO t0 N cor cor CO CO 20 CO N 424 I O co O en Project Engineer 11 Hours ° V' co 16 120 32 M ° co 228 co M N 16 12 co r co .- 16 160 180 80 40 40 40 co N cv O 0 0- V M ER - i - N N O a W O co CO r 0 N M r N c- V. aD coCO O Cb N r N V' V' co(:Or V' 0 03 N N 6 r tQ CA c a2= co oO co CO ,- 00 N OD COO coCI N CO co V co 00 co N , V N LOO O N OOO N r N V' 000 01 04 o_ OO te o_ iV CL i = CO V V N VO N V' N N r r CO 00 CO V M OD N N V Cr N M VO M N Task PHASE SERVICES Project Kick-off & Coordination Kick-off Meeting Project Meetings LCRA and BRA Coordination IDesign Memorandum Cultural Resources and Env. Permitting Design Survey & Esmt Metes & Bounds Geotech Investigation & Tunnel Design Pipeline Design Lift Station Design Civil/Mechanical Design Electrical & Controls Design Structural Design 1 Permitting Deliverables Final Engineering Report 90% Design Submittal Final Submittal Design Phase iE SERVICES Pre -Bid Conference Distribute Bid Documents Addenda Bid Opening & Recommendation Contract Award Assistance Subtotal Bid Phase 1 JCTION PHASE SERVICES Project Management Contract Document Distribution Pre -Construction Conference Construction Mtgs Site Visits Submittal Review Pay Estimate Review Change Order Processing Contract Close-out Record Drawings Geotechnical, Tunnel, Mat'I Testing 1 1 TOTAL DESIGN, BID, AND CONSTRUCTION PHASE Q r N m U W LL. (7 • = r N C9 r N 0) - 00 .75 LR = r N M V' LC) r 1111111111 N M V' Ln CO I. CO 0) ci CO 10/17/2005 K FRIESE & ASSOCIATES, INC. 00092209.XLS u f F `y nµ :.',f<,.. `t i 4..::.�` �.:F.jun' Ss'�- :.;' r,•_r � �a- '::Pn.. .:. ^.'� fes,` D 2� - .,� F P 4 �,,.� .:i�- :, �` � €... ,, Y• �`,�, '� t -fir,:.' a;. �. 77 2 a ` .r ?3,1 7 Sx ' # a` ' c rP F-. F•y..-<S .� �� Vi ........'F - + � x i '3 i ''"C7 •mv3 ..±sa°,•'�' `b�'F' ��ds a �i x" n'NA ''.� ,t`�, F- 'b��-. - :..'•9 44, g", 5,i i-�� OR f r i V f ' " _ 4 Y`4,x..,• ,•2 ,. -,.. ,�' ..,. :L'`35' �. 'r�'.+. �` LJY`v'S K's%�S �( �. ' :,�'� `' '-. -�{ S; .,, Y F✓ + - • ,:'." _' ..K':� -- �# -,�, Y i,i�+S,'ks�'1 s'' xY" Y y— �' �,, .,r v r .+v.: ?'xy-.t:.� {.w F.. r•,�:' � "':�.' ,. .v" S �',' ��, �`„-'iri- .ri� .t �SKy",u , " u T: yst z 4, _ '��.. Fh aw r' �, ,.,.•.�. _ r* 2, a '� ar �� �+� - ,{A- fi ,. ,',r : r..:. `r w,z-.� .: ter,: .. .• .. �."' 1 V �. � ?; acF.s`.: �, .rr 's" `, S'-k �- i e,.:,, .•,_,:. ,._ _� ._ ...,:- .'r �"`,� , ..: ::. ate.. � .,., >- - ;�' a*s, -�� �#. tea=;- �'�;�,'��,, ��- - ,,: - a DELL DIAMOND �'� '* m__,�'..� � ,,' �,�'' ,�"s �,.r::���'+k '�'1 � f w.f� fib+ �u•.° "' ;Gg 1d° M1 �,�:�:bgFY,� AW "RK ' �, _ a 1.; t - �' r:. � �::, �..-.4. � J � �� t zo-- m•` � Y ,�W'tt xc..�i 1 i`°` { y;T l �" ,YE � '1 fir"` '1,• `� Y Y �- a• "r *•T 3 i"F� � H ja^ ,�' '�. ee x,'i { 1, v 1 " i i1',-. . •_ �r' ;- :'.,:a r £'tom--' ...T ., -; _._,..F� �PV r .br'� 4: SE � �. � a v - .7 Fi;.^ - �'�"�° fF➢ ��'.� fry .S �`�' Y�'t3�� ±�` t&��� � ,��_. � ,�_ . i „t fig` '``�c'�*"`"' `` Fist- &• .�` '� a �:"{ � i �� ��r 3_�,��"�:t E , N W E McNutt Creek S Wastewater Interceptor ROUND ROCK,TEXAS NOT TO SCALE Project � P��Po�EP ���Ro�PE�,� DATE: November 4, 2005 SUBJECT: City Council Meeting - November 10, 2005 ITEM: 13.6.1. Consider a resolution authorizing the Mayor to execute Supplemental Contract No. 3 to the Contract for Engineering Services with K. Friese & Associates, Inc. for the McNutt Creek Wastewater Interceptor Project - Phase I. Department: Water and Wastewater Utilities Staff Person: Michael Thane, Engineering Manager Justification: K. Friese & Associates (KFA) is currently under contract for Professional Engineering Services for the McNutt Creek Wastewater Interceptor. Under Supplemental Amendments #1 and #2, KFA was authorized to provide Design Phase, Bid Phase, and Construction Phase services for a combination of open -cut and trenchless installation of the project. However, ongoing landowner concerns combined with recent development projects made both the proposed alignment and open -cut construction method difficult and expensive. In order to address these concerns, KFA performed an alternatives analysis which identified various possible alignments and construction methods. After a complete evaluation, the City chose an alignment which favored tunnel construction. This Supplemental Amendment deletes the scope of services authorized under Supplemental Amendments #1 and #2 and replaces them with services for tunnel excavation. Funding: Cost: $196,485 Source of funds: Capital Projects Funds (Utility Fund) Outside Resources: K. Friese & Associates Paloma Lake Development & Double 3 Development Background Information: The project scope of work will construct 9,550 feet of 48" wastewater interceptor from the existing Brushy Creek Regional Wastewater Plant located on the eastern side of the City of Round Rock, and extend north-easterly to a certain point just north of the McNutt Creek. The total project cost is estimated at $13,926,000. Paloma Lake and Double 3 M.U.D's will contribute $5.7 million towards total cost of construction. Public Comment: N/A STATE OF TEXAS COUNTY OF WILLIAMSON SUPPLEMENTAL CONTRACT NO. 3 TO CONTRACT FOR ENGINEERING SERVICES FIRM: K. Friese & Associates, Inc. ("Engineer") ADDRESS: 7600 Burnet Road, Ste. 290, Austin, TX 78757 PROJECT: McNutt Creek Wastewater Interceptor This Supplemental Contract No. 3 to Contract for Engineering Services is made by and between the City of Round Rock, Texas, hereinafter called the "City" and K. Friese & Associates, Inc., hereinafter called the "Engineer". WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the "Contract", on the 13th day of May, 2004 for the McNutt Creek Wastewater Interceptor in the amount of $79,991.66; and WHEREAS, the City and Engineer executed Supplemental Agreement No. 1 on October 26, 2004 to modify the provisions for the scope of services and to increase the compensation by $496,725.00 to a total of $576,716.66; and WHEREAS, the City and Engineer executed Supplemental Contract No. 2 on June 23, 2005 to modify the provisions for the scope of services and to increase the compensation by $189,433.00 to a total of $766,149.66, 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 $196,485.00 to a total of $962,634.66; 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 $196,485.00 the lump sum amount payable under the Contract for a total of $962,634.66, as shown by the attached Addendum to Exhibit D. Supplemental Contract K.Friese-mcnuttww; WW01MNUTT; 92212 R -OS Il-1O-�I381 Rev.03/02/04 84275 IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental Contract in duplicate. K. FRIESE & ASSOCIATES, INC. By: �j w.2+4--, Date )i-'OO5 Date Supplemental Contract K.Friese-mcnuttww; WW01MNUTT; 92212 2 APPS' 1 VEDAS T 1' FORM: r*,;r ,r Step n L. Sheets, City Attorney Rev.03/02/04 84275 ADDENDUM TO EXHIBIT B Engineering Services The changes to the scope of this project are as follows: Background Under Supplemental Amendments #1 and #2 K Friese & Associates, Inc. (KFA) was authorized to provide Design Phase, Bid Phase, and Construction Phase services for a combination of open - cut and trenchless installation of the McNutt Creek Interceptor Project — Phase 1. However, ongoing landowner concerns combined with recent development projects made both the proposed alignment and open -cut construction method difficult and expensive to construct. In order to address these concerns, KFA performed an alternatives analysis which identified various possible alignments and construction methods. After a complete evaluation, the City chose an alignment which favored tunnel construction. This Supplemental Amendment deletes the scope of services authorized under Supplemental Amendments #1 and #2 and replaces them with those described below for tunnel excavation. KFA shall provide the following services required for Design Phase, Bid Phase, and Construction Phase of the McNutt Creek Interceptor Project — Phase 1 by tunnel excavation: DESIGN PHASE SERVICES A. Project Kick-off and Coordination Meetings 1. Meet with City Staff to review/discuss project details, work plan, and schedule. 2. KFA will meet with City Staff at the 90% and 100% submittal stages to review the project and discuss City comments. KFA will also meet with the City during the design period, as necessary, for project coordination. Two (2) meetings have been budgeted. B. LCRA and BRA Coordination 1. Coordinate project design and construction with LCRA and BRA staff and consultants for construction on LCRA property. Coordination will include but not be limited to access, staging areas, lift station electrical service, pipeline routes, and construction timeframes. C. Design Memorandum 1. KFA will work with City Staff to establish and document design criteria and design assumptions. The document will be reviewed and updated throughout the design phase and incorporated into the Final Engineering Report. D. Cultural Resources Survey and Environmental Permitting 1. SWCA will complete the cultural resources and environmental permitting for the project. These services were initiated under Supplemental Amendments #1 and #2. E. Design Survey and Easement Metes and Bounds 1. Inland will locate, horizontally and vertically, 3 additional geotechnical bore holes being cored for materials testing and tunnel design. 2. Inland will prepare metes and bounds descriptions for permanent wastewater easements and temporary construction easements along the project route for easement acquisition by the City. Easements for 4 properties have been assumed for budgeting purposes. Inland will provide an overall easement map showing all proposed easements, acreage, owner, and parcel number for the project. The parcel number will be shown on each corresponding metes and bounds description. F. Geotechnical Investigation and Tunnel Design 1. The geotechnical investigation and report will be performed by Fugro Consultants, LP (Fugro) and will include field, laboratory, and engineering phases. Previously completed work will be included with the work effort in this phase to create a Geotechnical Data Report (GDR) and a Geotechnical Baseline Report (GBR). In addition, they will work with their tunnel subconsultant, Brierley Associates (BA), to develop the necessary specification sections and plan sheets. BA will also contribute heavily to the GBR. i. Field Investigation — Fugro will drill 3 additional borings along the proposed alignment. Packer tests will be performed in 2 of the borings and piezometers will be installed in 2 borings. ii. Laboratory Testing — Laboratory tests will be performed to classify soil strata and evaluate plasticity. Unconfined compression tests will be conducted on selected intact soil and/or rock specimens to evaluate the compressive strength of the subsurface strata. In addition, Rock Mass Classification testing will be performed on samples (current borings and from several previous borings in the vicinity of the tunnel) to aid in mass classification for tunneling purposes. Photographs of rock cores from the new borings and from selected previous borings will be taken and presented in the GDR. iii. Engineering and Design — The engineering services will be directed towards compilation of the GDR, GBR, tunnel plans, tunnel specifications, and design assistance. (1) Compile GDR — Compile all field and laboratory testing into a comprehensive report complete with boring logs, photographs, and laboratory test results. (2) Excavation/Support Methods — BA with assistance from Fugro will characterize the rock mass and analyze support requirements utilizing empirical formulas and/or closed -form solutions or finite element analyses. BA and Fugro will provide specifications and design criteria for initial support and design final support. (3) Shaft Design — BA and Fugro will provide design criteria for shaft excavation and support during construction and design the final lining and configurations in the shaft. (4) Groundwater Control and Infiltration — Fugro and BA will outline the impacts of water infiltration into the tunnel in the GBR and provide recommendations for mitigation. (5) Lining Design — Fugro and BA will provide specifications and drawings for backfill grouting operations of the final lining. (6) GBR — Fugro and BA will develop a GBR to provide a summary of the GDR and provide rock and soil strength and performance parameters, shaft excavation considerations, and tunnel excavation considerations for use by the Contractor and in determining differing site conditions. (7) Prepare Tunnel Contract Documents — Fugro and BA will prepare technical specifications and construction plans directly associated with tunnel excavation and will review the other contract documents as they relate to tunneling. (8) Instrumentation Plan — Develop an instrumentation plan for monitoring possible ground movement and effect on structures. This is to provide a defense against possible claims from property owners. (9) Prequalification Documents — Assemble prequalification criteria and prepare a recommended prequalification document. Prepare a list of potential tunnel contractors, assist in the review of prequalification submittals, and provide a recommendation on which contractors should be allowed to bid on the project. G. Pipeline Design 1. Once the horizontal alignment has been finalized KFA will develop construction plans, contract documents and technical specifications for the project. Construction plans will include notes, plan and profile sheets, erosion and sedimentation controls, tree protection, traffic control, and detail sheets, at a minimum. City of Round Rock standard details will be used as applicable and special details and specifications developed. Contract documents will also include a storm water pollution prevention plan (SWPPP). H. Lift Station Design 1. The proposed lift station to be located at the BCRWWTP will be designed for the projected 10 -year flows to pump flows from the interceptor to the plant headworks until the future plant expansion and new influent lift station are completed. KFA will perform a hydraulic analysis of the proposed lift station and the pumps, piping and wet well will be sized accordingly. The final design will consist of a site layout, selection of electrical and mechanical equipment, and preparation of plan views, sections and details as necessary to construct the lift station. The site layout will be coordinated with the LCRA, BRA and City of Round Rock. The pumps, piping and valving will be specified and their orientation shown on the plans. Specifications will be prepared for the various specialties of the lift station. 2. James R. Schultz & Associates, Inc. (JRSA) will perform the electrical and control design for the lift station. The lift station will be tied to the City of Round Rock SCADA system. Per discussions with the City and LCRA we have assumed the power will be taken from the BCRWWTP internal power loop and that an emergency generator will not be required. 3. Bontempo Structural Engineering, Inc. (BSE) will perform the structural design related to the lift station, including the wet well, valve vault, and pads for at grade equipment. I. Permitting 1. KFA will coordinate the U.S. Highway 79 crossing with the Texas Department of Transportation and obtain the necessary approval and permit. KFA will also coordinate with Union Pacific Railroad to revise the existing railroad crossing license as needed for tunnel installation. 2. KFA will submit a summary letter to TCEQ documenting the project and address any comments or requests for additional information typically necessary for construction approval. J. Deliverables 1. KFA will compile a Final Engineering Report documenting the rationale for line sizing and alignment selection, lift station and component sizing, the USACE Jurisdictional Waters Delineation, and the Cultural Resources Survey. 2. KFA will provide 90% and 100% submittals to the City for review and comment. Submittals will include 3 sets of 1/2 size drawings and contract documents and technical specifications as they are developed. Each submittal will also include an updated project cost estimate. 3. The final submittal will include one full size set of reproducible construction plans and complete set of contract documents, technical specifications, GDR and GBR suitable for public bidding. BID PHASE SERVICES A. KFA will assist the City during the Bid Phase with contract document distribution, conducting the pre-bid conference and bid opening, and providing assistance throughout the bidding process. Services during the bid phase will include: 1. Conduct pre-bid conference. KFA will conduct a pre-bid conference including preparation of agenda, documentation of attendees, documentation of questions and any responses provided at the meeting, and issuance of a follow-up addendum if necessary. The pre-bid conference will include a rock core review at the Fugro laboratory and a site visit for inspection of the shaft sites and lateral connection. 2. Reproduce, distribute and log bid documents. KFA will make bid documents available at our office for potential bidders and maintain a log of all documents distributed. Fees for bid documents will be payable to KFA. 3. Interpret plans and specifications and issue addenda. KFA will keep records of all inquiries and issue clarifications in addendum format only. KFA will draft addenda and review with the City prior to issuance. KFA will issue addenda to all plan holders via facsimile. 4. Conduct bid -opening, bid tabulation, bid evaluation, and issue a recommendation. KFA will conduct the public bid opening and record all bids received. After receipt of bids, KFA will tabulate the bids in unit price format. KFA will evaluate the bids for responsiveness, meet with the low bidder if necessary, and issue a recommendation of award to the City. 5. Assist the City in awarding contracts. KFA will assemble five (5) bound sets of contract documents and coordinate with the Contractor and City in their execution. CONSTRUCTION PHASE SERVICES A. KFA will assist the City with contract administration during the construction phase of the project. KFA will be assisted by Fugro and BA. We understand the City will provide required construction inspection services. KFA's services will include: 1. Construction document reproduction and distribution. KFA will incorporate addenda items in the construction documents as appropriate and reproduce and distribute the documents. For budgeting purposes we have assumed 10 sets of Contract Documents and Technical Specifications, 10 GBR's, ten full size sets of Construction Plans and ten Y2 size sets of Construction Plans. 2. Conduct pre -construction conference. KFA will conduct a pre -construction conference with the City, Contractor, and other parties as appropriate, including preparing the agenda and meeting minutes. 3. Conduct regular construction meetings. KFA will conduct regular construction meetings with the City, Contractor, and other parties as appropriate, including preparing the agenda and meeting minutes. For budgeting purposes we have assumed 60 meetings. 4. Site Visits. KFA will visit the site (typically once per week during mining, pipe installation, and grouting; less frequently during other construction periods) to check the progress of the work and verify general conformance with the project plans and technical specifications. 5. Submittal Review. KFA will maintain a log of all Contractor submittals, track review progress, review and approve submittals, and distribute submittals to the appropriate parties. 6. Pay Estimate Review. KFA will review the Contractor's pay estimates after approval by the City's on-site Inspector and make recommendations for payment. 7. Preparation of Change Orders. KFA will review all Contractor's requests for Change Orders and prepare and distribute Change Orders as appropriate. 8. Contract Close-out. KFA will conduct a final project walk-thru, document "punch list items", issue a Certificate of Substantial Completion and issue an Engineer's Concurrence for Project Acceptance letter. KFA will also notify TCEQ of project completion. 9. Record Drawings. KFA will use the Contractor's redline as -built drawings to document as -built conditions in the final record drawings. KFA will supply the City with one set of reproducible Record Drawings. B. Fugro will be a subconsultant to KFA on the construction phase for assistance specific to geotechnical work, tunnel engineering, and materials testing. Fugro will utilize BA as a subconsultant for tunnel engineering support. The Fugro/BA scope of services for the construction phase is described below. 1. Attend Meetings and Conferences i. Preconstruction Conference — attend the Preconstruction Conference and lead a discussion on the salient factors contained in the GBR, plans and specifications relative to tunneling. ii. Progress Meetings — Fugro/BA will participate in all regular progress meetings. iii. Pre -Final and Final Inspections—Fugro/BA will participate in the Pre -Final Inspection of the various segments of the tunnel as the Construction Contractor prepares each for acceptance by the City of Round Rock. iv. Other Meetings as requested by KFA — Fugro/BA will participate in other meetings as requested by KFA. Only minor allowances for these meeting have been included in the cost estimate. 2. Review and Assist with Change Order Requests - Fugro/BA will assist KFA and the City of Round Rock in the evaluation and analysis of selected change order requests as to validity, necessity, cost estimates, and engineering matters. Fugro/BA will prepare revisions to sections of the Contract Documents pertinent to tunneling by change orders as needed for clarification, consistency, errors, and omissions. For the purpose of this scope of work and associated fee determination it is assumed that Fugro/BA will provide assistance on up to 2 Change Orders on the tunnel portion of the project. 3. Review Construction Contractor's Submittals - Fugro/BA will review contractor's tunnel submittals and make recommendations for acceptance, where appropriate. KFA will determine which submittals are appropriate for Fugro/BA review. For the purpose of this scope of work and associated fee determination 40 hours of senior project engineer time have been budgeted. 4. Construction Monitoring - Fugro/BA will monitor tunnel construction approximately 40% of the time during excavation. As part of this monitoring function, Fugro/BA will review tunneling records for consistency with specifications; anticipate ground conditions; prepare monitoring reports and prepare a list of risk items to be monitored on a daily basis. Monitoring of the tunnel excavation is important to verify the actual conditions being encountered and note any potential deviations from the GBR. This has proven in the past to limit claims by the contractor. This will be accomplished 70 percent of the time with a graduate engineer or geologist and 30 percent of the time with a senior project (tunnel) engineer. As part of this function, Fugro/BA will also train a City of Round Rock employee to perform the bulk of the day-to-day observations and inspections. Working with a senior tunnel engineer and graduate engineer or geologist, Fugro/BA will provide this individual with the basic training necessary to adequately monitor and report on the contractor's activities and develop a daily report form specifically for this project that will provide all necessary details that should be monitored for use by the city's inspector. 5. Final Inspection, Punch List and As -Built Drawings - Fugro/BA will assist with the Final Inspection and Punch List and also review the final As -Built Drawings. 6. Materials Testing i. For low-density cellular concrete, Fugro will obtain a sample every 100 cy or major fraction thereof pumped. For each sample, field tests will include air content, wet unit weight, and flow testing. One set of 5 cylinders will be cast: 4 for compressive strength testing (1 at 7 days, 2 at 28 days, and 1 reserve) and 1 for dry unit weight testing. We will provide QA testing at a frequency of one quarter of the contractor's and review the contractor's QC testing. ii. For pressure grouting, Fugro will obtain a sample every 100 cubic feet or major fraction thereof pumped. One set of 4 compressive strength cylinders will be cast (1 at 24 hours, 2 at 28 days, and 1 reserve). We will provide QA testing at a frequency of one quarter of the contractor's and review contractor's QC testing. iii. Services for backfill of any shafts or excavations will include laboratory testing and on-site earthwork testing. Laboratory tests on soils and aggregates will consist of Atterberg limits, gradation analyses, and moisture density relationships. For placement and compaction of backfill material Fugro will provide a soil technician to perform required field moisture/density tests to monitor the contractor's compliance with specifications. For this phase of the project we have assumed that services will be provided on a call out basis. iv. Field technician(s) will immediately report results of field observations directly to the on-site job superintendent and owner's representative. ADDENDUM TO EXHIBIT C Work Schedule The changes to the scope of this project are as follows: s McNutt Creek Wastewater Interceptor Design and Construction Schedule Tunnel Option(TI) ) ID ;Task Name Duration Start Finish se tember October iNovember iDecember �Janua Febma ;March q ril tMa 'June iJu ;Au ust Se tember i ---•----....,--..,,_.,,,, X8/2819/4µ9/11;9/18!9/25s10/2;10/911U1610/23'0l3R 11/6'11/1311/2611/2T / 1 Y'"`�•`"--""'",..'i'•"'"t""""'""'"":"•""","' '"'""r,-"i...t...„. �.•...�G.-^m-"� ----+-"'""�-------.- _•-„...------------Y N0'ce ......_......< 2!5 x2/12 X2/19;2/26,3/5;3/12:3/19:3/26 412;4/9:4/16>4/23t4o 5/7 5 J14;512?5128=6/4'61116/18 6/251 7/2 7/9!7/767/23;7/ ! 3 Y, h to Proceed 0 days Mon 9%5/05 Mori 9/5%05; 9/5� 1 J —-- I------.-L;'8�6:8/13 8/2668/27(-9/3 9/10: ._..2-..< ,... ._...._ _... _... ...... _...._. _. ... _ _ - - Geotechnical Work 9 wks Mon 915/05...........Fri 11/4/05':: ............ Additional Geotechmcal Bonngs 2 wks. Mon 9/5/05, Fn 9/16/05: ._..� .__..... ..... ....._ i 5 / Geotechnical LabTesting 3 wks: Mon 9/19/05; on 10!7/05; 6 ... ... .................... ................................................................... Ge6techmcal Data Reporton 10/10/05 Fri 10/21/05 ”" : uRe .... .......... <........ ........ ........ ..... + €...... .. i t<. .:..... .... 90/Gectechmcal Baseline Report 4 wks; Mon 10/10/05: Fri 14%05: > : 9 I :Co _...........9 ... ." .. Construction Plans and Specifications 12.6 wks Mon 9/5/05 Wed 11/30/05: , .... ........... ....... / Horizontal Alignment 2 wks Mon 9/5/05; Fri 9/16/05: CORR Approve Honz Alignment 1 wk Mon 9/19/05: Fn 9/23/05: 2 90%Plans and Specifications 6 wks. Mon 9/26/05- Fri 1114/05: 13 QA/QC 2 wks, Mon ....Fri Desi n Meeting ti g 4 wks Tue 9/27105' Tue 10/25/05; CORR Review Plans,Specs&GBR 1.6 wks Mon 1117/05: Wed 11/16/05; 10D%Plans,Specs,GBR . P 2 wks:. Thu 11117!05: Wed 11/30!05: � > QA/QC 20 � 1 wk Thu 1124!05; Wed 11/30/05; 22Easement ............... _... .. -EasementAcqursrhonon 9/26105 Fn 12/2/05; ; _.23„„ ._ .._............ ................. .... ......... ... ............. .......... _ - j Field Notes 4 wks; Mon 926/05` Fri 10/21/05', i ... .......... . ......... ... .i ..:.j...r .....V' ....: i 24 : Negotiate&Secure Easements 6 wks Mon 1024/05: Fn 122/05 i zs .Bid and Award 14 wks Tue 11129/05: Tue 3/7/06 27 Advertise 1.8 wks. Tue 11129105: Tue 12/13/05: s: E 31 Bid Opening O wks; Tue 1/10/D6; Tue 1/10/06' '. • ....... ..... / Bid Evaluation 2 wks Wed 1/11/06: Tue 1/24/06: .... -;.. - ...... ... - ..' i ...'.. ._: .. ` .. 1 � ' 33 City Council Award 0 wks; Fri 127/06: Fn 1/27/06 - iizr ; _. 34 ,� Award and Execute Contract ' 6 wks; Wed 1/25106; Tue 3!7/06; . .. ......... - . 35 , ....... ............................ ... ........... .. .. .. _... .<......... ... ..... i ....3fi._.. ......._ ....._.......... : .. Construction - - --- - 80 wks; Tue 317/06: Tue 9N 8107: ”' Page 1ESEr t, g , ADDENDUM TO EXHIBIT D Fee Schedule The changes to the fee schedule for this project are as follows: W l/) G. H V W O 0 fe 0 - f1 — W W W H z W LL1 CC z V 2 0 2 K FRIESE & ASSOCIATES, INC. 00092209.XLS Cost N O 00CA r ER d' 1- CO r N co co- ER F!? co CO 1� �f 0 $2,618 $21,010 $83, 538 $43.395 r r O 1`: ER $12,604 $12,129 $9,444 $4,785 $3.470 o N (n M N . ER r N ER 'cl- N ER r 1� r 69- O N CO (O r CO r ,fM r ER ER CO 0 O ER r N O (O N 09 O) CO r CO 0 N �1' (fl ER. ER r 0) r (` ER $45,0751 $34,243 $8,398 $25,234 0 (n r M [h (O O 6i r ER ER N (n 0) f� r •,-- ERn $308, 504 -3-5-81:=1 $355,291 lf) co V. 0/ 09 Overhead & Profit Cost 0) 00 r � 09 ER r (n 0 r CO r N N ER ER O 0 N C> OR CO CO N r r- ER $8,604 $29.442'. r CO r d ER $2,296 $2,184 CO CO r (M ER CO 0 r N N CO CO. CV OR ER 0 N N CO r N rn 69 Oj CD ER . CO 00 CO ER $1,134 $7,523 $2,925 6) CO 0) .- 69 $17,383 $2,428 $4,198 $31,3391 co r 0 r (n (O CA ER $5,358 $17,052 (n 00 CS) C)) 0) r 69 64 N 0) r ER $132,864 co (n T- N NER 9maining SA #1 and SA #2 Funds = Total SA #3 Amount = Expenses Cost O to ER 0 0 O 0 r r ER Ea 0 (n ER 0 0 r 69 O 0 r Efi 0 0 (n in ER 09 0 O r O69. ER 0 in 0 O r ER 0 0 (n (n ER (fl 0 0 r ER O ca 0 0 0 0 0 r ER ER 0 0 0 r 0 0 0 0 0 (n r ER 0 0 0 0 (n r ER ER 0 0 0 0 r (n ER ER 0 N 6- 0 iR Sub - Consultant Cost $1,994 $18,832 (1 ) r r ER N Or N CA ER ER 0)) co r OR $113,506 O N N c- COO M X. ER $221, 878 Direct Labor Cost $563 CO N CO 0 N O() c‘1_, r r ER ER CO r Efi r 0 0 0 N r $4,078 $13,953 $2,256 CO () 00 CO 0 O l r ER ER $1,785 $1,523 $1,100'. 0 O �. r M e- r ER (.j co ER 0 co M r- 69 $5371 $3,566 $1,386 O) r 0) $8,238 r O in O) r 0) r ER 69 N (c) CO r - $14,172 $7,872 $2,539 $8,082 (n r r M CO CA CO N 69 -ER ER CO (n 0 CO 69 CA O O nj CO ER ,- rl' M O r ER 12 T- •,— r N L AO J = 2 v r N 00 CO N 00 `Cl- N N O Oou, 00 CO O M co N N O V M (n CO CO N CO 0 (O '4) O N N d' N CO M N O V d' O 'd' ()) O ct cC N 0 00 CO 0 CO r4- ton 0> M M 0 O r E9 a) (_) to L 7 Q = • �' CO N N d. 00 (O r O 00 N r M O r M N r CO (n O M r O N O V O N co CO N CO O CO co CO 0 0 Co ERN CADD Technician 0 _ N 00 d' 'V cl' 8 180 24 CD d' CO 00 1 8 284 CO CO N 80 M 124 424 O CO O Project Engineer II Hours N' CO 16 120 M 16 8 CO co N CO 00 24 16 O r CO CO O r r,- 180 80 40 40 O CO cP r O N 608 N 0 0 N• — L a) a) O- CL co= W O (D 0 r rN-- d' CO CO M N 0 VO' 00 O r co N N (E) O) MER at) tat) N CD Q Cif L MI= CL L p CO O O CO N M CO 00 V 00 00 M M N ti N cr 00 N r r N N N ct M CO N O O r Op 6�9 To 13. O L a i O = ct co d N Oa N ct - N N r rCi> W CO d M CO N N V N 00 ° M r CO N Task DESIGN PHASE SERVICES Project Kick-off & Coordination Kick-off Meeting Project Meetings LCRA and BRA Coordination 'Design Memorandum Cultural Resources and Env. Permitting Design Survey & Esmt Metes & Bounds Geotech Investigation & Tunnel Design Pipeline Design Lift Station Design Civil/Mechanical Design Electrical & Controls Design Structural Design Permitting Deliverables Final Engineering Report 90% Design Submittal Final Submittal Design Phase >E SERVICES Pre -Bid Conference Distribute Bid Documents Addenda Bid Opening & Recommendation Contract Award Assistance Subtotal Bid Phase UCTION PHASE SERVICES Project Management Contract Document Distribution Pre -Construction Conference Construction Mtgs Site Visits Submittal Review Pay Estimate Review Change Order Processing Contract Close-out Record Drawings Geotechnical, Tunnel, Mat'I Testing (Subtotal Construction Phase TOTAL DESIGN, BID, AND CONSTRUCTION PHASE L Q r N• U W LL (7 = r N M_ r N CO .r01 0 = r d N CO �' (C) ce a r N CO to co r CO CA m 0 (1) — CO z 0 0 0 2 K FRIESE & ASSOCIATES, INC. 00092209.XLS