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