Loading...
R-07-04-12-11F5 - 4/12/2007 RESOLUTION NO. R-07-04-12-11F5 WHEREAS, the City of Round Rock has previously entered into a Contract for Engineering Services ("Contract") with Lockwood, Andrews & Newnam, Inc. for the Water Transmission Line, Segment 1 for the Cedar Park/Round Rock/Leander Regional Water System Improvements Project, and WHEREAS, Lockwood, Andrews & Newnam, Inc. has submitted Supplemental Contract No. 1 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. 1 with Lockwood, Andrews & Newnam, 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. 1 to the Contract with Lockwood, Andrews & Newnam, 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 Resolution was 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 12th day of April, 0 ELL, Mayor R A ST: . y of Round Rock, Texas CHRISTINE R. MARTINEZ, City Sec tart' 0:\WdOX\RESOLUTI\R70412P5.WPD/=C/0199-4622 STATE OF TEXAS § COUNTY OF WILLIAMSON § SUPPLEMENTAL CONTRACT NO. 1 TO CONTRACT FOR ENGINEERING SERVICES FIRM: LOCKWOOD, ANDREWS & NEWNAM, INC. ("Engineer" ADDRESS: 10801 N. MOPAC EXPY, BLDG. 1 STE. 120 AUSTIN, TEXAS 78759 PROJECT: Water Transmission Line, Segment 1, for the Cedar Park/Round Rock/Leander Regional Water System Improvements This Supplemental Contract No. 1 to Contract for Engineering Services is made by and between the CITY OF ROUND ROCK,(hereinafter referred to as"Round Rock'),the CITY OF CEDAR PARK, (hereinafter referred to as `SCedar Park'), the CITY OF LEANDER, (hereinafter referred to as "Leander'), (all collectively referred to hereinafter as "Owners') and Lockwood, Andrews &Newnam, Inc., (hereinafter called the"Engineer'). WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the "Contract", on the 21st day of December, 2006 for the Water Transmission Line, Segment 1, for the Cedar Park / Round Rock /Leander Regional Water System Improvement Project;and WHEREAS, it has become necessary to amend the Contract to modify the provisions for the scope of services,to increase the compensation by$1,173,931.00 to a total of$1,385,146.00; and NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract is amended as follows: 1. Article 2, Engineering Services and Exhibit B, Engineering Services shall be amended as set forth in the attached Addendum To Exhibit B. Exhibit D,Work Schedule shall be amended as set forth in the attached Addendum To Exhibit D II. Article 4, Compensation and Exhibit E, Fee Schedule shall be amended by increasing by $1,173,931.00 the lump sum amount payable under the Contract for a total of$1,385,146.00, as shown by the attached Addendum to Exhibit E. IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental Contract in duplicate. Supplemenrt#woeContract 41 EXHIBIT Rcv07/06/06 111333(0140.4622 "All B4275 _Q `C" CITY OF ROUND ROCK, TEXAS APPROVED AS TO FORM: By: Nyle Maxwell, Mayor Stephan L. Sheets,City Attorney ATTEST: By: Christine Martinez, City Secretary 2. CITY OF CEDAR PARK, TEXAS APPROVED AS TO FORM: By: Brenda Eivens, City Manager Leonard Smith,Special Counsel ATTEST: By: LeAnn Quinn, City Secretary 3. CITY OF LEANDER, TEXAS APPROVED AS TO FORM: By: John Cowman, Mayor Diana Granger,Attorney ATTEST: By: Debbie Haile, City Secretary 4. �r1, LOCKWOOD, ANDREWS& NEWNAM. INC. By: /� Brian D. Rice,Vice President 5. ADDENDUM TO EXHIBIT B Engineering Services The changes to the scope of this project are as follows: BCRUA Regional Treated Water Transmission Line Segment 1 784nch Water Line (From the proposed plant site to Segment 2A 78/72-inch water line at New Hope Road and Bagdad Road) Services To Be Provided By Lockwood, Andrews &Newnam, Inc. Supplemental Agreement No. 1 —Design and Bid Phase March 15, 2007 Project Description The work to be performed by Lockwood, Andrews & Newnan, Inc. (LAN) under this work authorization shall consist of providing survey and engineering services required for the detailed design and preparation of construction documents for the approximately 10,700 linear feet of 78-inch water line. The engineering services will include the full coordination with all sub-consultants and detailed design for the 78-inch water line as it leaves the proposed plant and terminates at its connection to Segment 2A at New Hope and Bagdad Road. I. Project Management and Coordination A. Attend Project Coordination Meetings. LAN will coordinate and conduct one (1) Preliminary Engineering Report Review Meeting in order to kick-off the design phase. B. Provide Project Administration and Coordination. LAN will attend periodic planning meetings with the participating municipalities such as City of Cedar Park(CP), the City of Leander(CL), and City of Round Rock (RR) or their agents, to coordinate work on this project. As part of this scope of services, LAN will attend bi-monthly meetings with the participating agencies to coordinate. This equates to fourteen(14)project coordination meetings. C. Review Meetings for 60%Plan, 90%Plan& 100%Plan Submittals. LAN will conduct a total of time (3) project review meetings for the PS&E preparation phase. The meetings will be to discuss previously submitted preliminary design and construction documents, respectively, at the milestones noted above. Design deliverables will be submitted to B CRUA prior to review meetings. D. Prepare Meeting Minutes for Administration,Coordination and Review Meetings LAN will prepare meeting minutes for the meetings listed in Sections I.A, I.B, and I.C. of this document. `Uy II. Survey, Geotechnical Coordination, and Public Meetings A. Survey Coordination. As part of the survey coordination, LAN will provide a topographical survey for the length of the project. B. Geotechnical Coordination. LAN will coordinate with Fugro Consultants, LP to obtain 7 soil borings to a depth of 25 feet each spaced along the alignment. Four borings will be to a depth of 35 feet each at the proposed trenchless installations. Total drilling footage will be about 315 feet. The Geotechnical investigation will include all appropriate drilling and testing. Fugro's proposal is attached for further information. C. Public Meetings. LAN will attend two(2)public meetings as necessary to coordinate design activities with residents. III. Plans, Specifications Manual, and Estimate(PS&E)Preparation A. Construction Documents(Plans) LAN will develop a set of construction documents. All plan sheets on bidding and construction plan sets shall be in ink, or equivalent, on bond paper, with lettering size, quality and density that will be legible when reproduced. CARD Standards will be provided by OWNER. As part of the development of the PS&E package, LAN will develop(or include)the following plan sheets as the project requires and provide the following services: (a) Title Sheet (to include Index of Sheets).Develop a project plans title sheet that lists general project information and project location. (b) Plan & Profile sheets to include all existing surface and subterraneous utility information. (c) Traffic Control Plan Details.Develop plan sheets detailing the means of routing traffic through and around work zones during project construction. (d) Erosion Sedimentation Control Plan Details. (e) Metering Station Locations and Details (f) Tunneling Details. (g) Large Diameter Water Line Details. (h) All standard details. (i) Develop Construction Timeline. 0) QC/QA on 60%, 90%and 100%plans. (k) Plot Prints for Submittals. (1) Update PS&E per reviews B. Project Manual Prepare Bid Package. LAN will prepare a project manual utilizing City of Austin specifications and special provisions, (as needed) to specify the work required for construction of the proposed project. A technical specifications section with complete specifications for large diameter water line, tunneling, and other special items to this project will be included. The project manual will also include a bid form, instructions to bidders, requirements, and other appurtenant contract forms required to bid and award the construction contract. C. Project Cost Estimate LAN will generate a construction estimate for the proposed project. The engineers estimate will reflect the most-recent available bidding information adjusted to fit the type and nature of this project. D. PS&E Deliverables LAN will submit eight full-size planets, eight project manuals, and eight project cost estimates to each entity (total of 24 copies of each item) per submittal, 60%, 90%, and 100%. IV. Special Services A. Transient Hydraulic Analysis LAN will perform a transient hydraulic analysis for all section of the treated transmission main currently under design and provide recommendations for locations of air release/vacuum valves and other appurtenances that are required. B. Develop Technical Specifications and Details for Transmission Main Upon approval of the Standard Materials List and Bid Items, LAN will prepare a set of large diameter technical specifications and details for transmission main pipe and appurtenances. C. ROW Acquisition This scope of services assumes 11 permanent/temporary easements and 2 temporary construction only easements. Following is the scope of services for acquisition. Fee is on a per-parcel basis and will be adjusted if the number of parcels acquired differs from this assumption. 1. Project Administration: Attend project review meetings; provide project status reports monthly, provide project tracking data; set up and maintain files; prepare real/personal property lists (if required}; prepare introduction letters for each property owner, maintain records of all payments to land owners; provide copies of all correspondence as required; and coordination with City staff as needed. 41 2. Appraisal Services: Order appraisal; review appraisal; and obtain client approval of appraisal. 3. Negotiation Services: Pre-offer preparation; site inspections; review construction plans/environmental documents;review maps/plans; review field notes/compare with map; review title report; call owner to set up meeting; prepare offer letter and offer package on fee and easements, if needed; travel to site & meet with owner to present initial offer. Post offer response: troubleshooting; continual follow up with property owners; administrative settlement procedures (counteroffer consideration); final offer letter (if needed); and preparation of conveyance instruments/condemnation packet. 4. Title Curative Services: Obtain services of Title Company to provide title commitments and title policies; review title commitments; review of restrictive covenants& other land restrictions; remove non pertinent abstracts of judgment & M&M liens; bankruptcy or intestacy research; curative of other complex title encumbrances; meet with title examiners; oversee Deed record research; quality control/quality assurance on all curative matters; review corporate resolutions, affidavits, lien releases, etc.; negotiate with owner&attorney as needed, and draft title clearing documents. (This service is provided for Permanent Easements only. For Temporary Construction Easements, ownership is verified_) 5. Closing Services: Order updated commitment (Permanent Easements only); prepare payment requests; schedule closing; attend closing; and closing documentation wrap-up. 6. Condemnation Support is not included in this scope of services. 7. Preparation of field notes for ROW acquisition. A metes and bounds description sealed by an RPLS will be provided for permanent easements. A sketch will be provided for temporary construction easements acquired in conjunction with permanent easements. D. Corrosion Engineering Services These services will be coordinated through a sub-consultant, V&A Consulting Engineers, to provide a soil corrosivity investigation and a corrosion control design. V&A's proposal is attached for further information. E. Preliminary Environmental Evaluation Perform a preliminary environmental evaluation to assess potential impacts to existing endangered species, karsts features, and archeological/sultrual resources and identify design issues. Hicks & Company will perform the preliminary environmental study. Their scope is attached. 4 V. Bid Phase Services A. LAN will provide the following bid services: LAN will prepare the advertising notice and submit to the Authority. The Authority will review the notice and submit to newspapers for distribution. LAN will administer the bid phase of the project. Bid documents will be available for Contractors to obtain from a bidding assistance center in Austin, Texas. This fee includes providing eight (8)sets of plans to the Authority for use during bid and construction phase and four(4) sets of plans for use in plan rooms. LAN will conduct a pre-bid conference as required by the Authority. LAN will prepare the agenda and minutes for the conference. LAN will answer contractor questions during the bidding period. If necessary for clarification of Contract Document items, LAN will prepare addenda and distribute to plan holders. Addenda prepared as a result of change in scope of the contract is not included. Following the bid opening, LAN will prepare the bid tab, analyze the Contractor qualifications, and recommend a Contractor to the Authority. L AN will also assist the Authority in the execution of the contracts. VI. Deliverables LAN will submit a 60%, 90% and 100% PS&E documents as specified in Part III of this scope of services to the Authority. LAN will submit meeting minutes for all scheduled meetings to the Authority. ADDENDUM TO EXHIBIT D Work Schedule The changes to the Work Schedule for this project are as follows: A4. ______-_- _--_-_-__-__ -- ADDENDUM TO EXHIBIT E Fee Schedule The changes to the Fee Schedule for this project are as follows: ign • Treated Water Tran dvion�Lhhm Segrmem I s aaa�ea is sf ar ra a sett SvplemmtalAgtecnmd No.I Engimeicg Fee Estimab(Daidgn and Bid Phase Services) Much 16,2007 HOURS SeeiorPrej Project Prajact Senior CADD DescrIps Prhm al M r E I9 erIII U CADDDes Tahaieian Cbrhal Cut Rue 190 180 Iso 115 100 90 85 75 SS 176 1 216 002 1136 1262 1382 754 2038 126 797 710 Re Rmwbtefift 2 4 4 4 4 4 g S 2.980 Y S Md 24 40 40 40 24 40 S 20,94a Y omochnwel tn 2 8 12 12 4 16 $ S 040 1►Caurasion Seeviees 2 2 8 16 8 4 16 $ 5,440 h EmiwemeNd lovestitttim 2 8 12 20 4 16 $ 5760 h andCabel Dstulad Ut0" idbmmtion 4 8 8 16 40 $ 6 tReveswh6e (3 ) 2 6 24 24 6 6 6 6 6 $ 10,250 Profile Sheets 44drsY 2 88 176 264 332 528 264 1056 S 257,340 Weds 8 4 8 8 16 16 24 40 $ 12,44a ataLim Dolens 40 4 8 16 24 16 40 40 $ 21,600 ersi-Peeawuee�8bw adl Detul 2 4 8 8 8 4 16 S PaveeaetimdDebara 4SheeY 12 16 24 32 20 40 $ 13620 Sedimentation Coedrol Pheaeaad Detnhc(12***b) 4 12 20 24 48 96 $ 17,420 WPPP and CZP 24 24 40 40 24 40 $ 19;000 Caatmi Phut and Details 10 sheet 20 40 40 40 40 32 40 $ 27 mdadDetail5b" 8 12 32 32 8 24 f 11,140 1106mint 8 12 16 4 12 $ 5,420 mass 8 12 16 4 12 S 3,420 Iaad Calcohhom 2 2 8 16 16 24 12 $ 9,440 °haemes 8 16 16 24 12 40 $ 10,8211 v R.1—V.lve 4 2 16 16 24 24 8 40 S 13 600 loeatioen 4 8 16 16 4 12 S 5.8w PTMMWA 4 8 12 12 4 8 $ 5,440 S 2 2 24 16 40 $ 1Q180 iloeahaevl sins 4 8 16 16 4 20 $ 6400 ti Stenon l oc ,sad Dwul Sheet 2 16 16 24 24 24 40 S 14,200 CADA hu hb SMon dBerw 2 16 16 24 24 16 40 $ 13,520 Valve 4 2 16 16 24 24 24 40 $ 1 4 4 8 12 12 4 8 S 6,2181 n's FitimaY Cie C 8 24 16 40 40 8 8 $ 15.520 Twbrimland S ul slumodiors 40 8 24 40 40 40 40 $ 27040 CO"tismtDOn°gent' 24 40 40 40 40 S 1$000 Bd Fmetn 16 40 40 60 60 16 $ 21,780 48 12 60 160 1 80 80 48 $ 57 inn with Y 8 12 80 80 40 40 40 80 S 41,880 tionwilhFattie' hfimici `ties Idmee r 4 24 80 80 56 56 16 40 f 41 Parn ms d 8 8 8 16 16 16 40 8 S 12,lai Locke md,ArdfemNewwn,Im t Aodmft adUt ity eeled cmex ReRYJerk thw Sap em Teeatei Wats Tnneaiden Line Sepaeru 1 ign ,•aiaezratsar ar sco i aacr SupplemmialApeseetNo.1 Engireerin8 Fee Estimate(Do sip and Bid Phase Services) Much 16,M07 HOURS SenbrPrej Project I PrejootSmbr CADD Desaip m Prhu al hlr IV E III E II CADDDei Tecbmieian Cleekal Cat NTS S 10 9 clmiadlme $ 55,253 S 47.D46 pluacm Soiq&W C@Pkg Seekl hCat(S)eat Cut 3,520 tMmwlmdcoo Egimdo(8) 8 200 $ 0.10 S 160.00 MMilm elasma Rate TOW .PmjectmuA d ad Cou&wmw(8) 8 200 T 0.10 I 160.0 2000 0.48 960 Oct MinglatdCc4 Erb ub(8) a 200 $ 0.10 160.00 •F>t0 siu Pis 8 70 f 1.00 $ 560.00 Dellway 'Fal{see Plms 8 70 S 1.00 S 560.00 Each Ratdeach Totel iron Fa Wise films(8 ) 8 70 S 1.00 f 560.0 20 20 400 N1 tioa f 2,160.55 S 903,529 2L W_Kvl!ZL5 5 5 39 45 70 74 56 40 26 8 36,325 PhmDictrileation 2 2 2 82990 8 20 f amcicomdaet m 4 4 8 a 8 8 2 f 3,970 bcominctorQuembou 4 4 24 32 40 40 40 32 2 $ 0 thud Bid 2 2 f 430 Bid Tjflxon 1 1 2 8 2 S 1295 Contmcims 1 1 8 16 8 f 3890 inCormactEreeaboa 2 4 8 S 1,480 CopS 1,501 b skeet/cloy CostlSheat Cat hmme Docamerde•Project Memeal(12 e) 8 200 S 0.10 S 160.00 Iulils Rate Total Doemasnie•Fn0•sae Pkw(12 u) 8 70 S 1.00 $ 560.0 960 0.48 460.8 eblo l hm $ 720.00 DeAvmy Each Ratdearh Total 20 20 400 f 37,9% SUBTOTAL-BASIC DESIGN AND HID PHASE SERVICES S 941.435 Lockvood.Mdrewa Newwn,fra 2 Hrled CreelsRegieaalIItqeSepoery Mew. Tamed Wafer Tlaleoe6tba Lite Sepirrt 1 sutacal st+nr Lev a Wary SapplealentalApeaneat No.1 Engineering Fee Esthnate(Deicgn and Bid Pheoe Seivicm) Mach 16,2007 HOURS SeaiorPaj Project Project Seater CARD Obsalptlaet Prine al M-M- M r E IV Erghm III Eng&bkm U CADDD« T«hnitian Clerkal Coat SPECIeL SERVICES 24 28 60 180 10 00 56 76 40 $ 110,520 TichrowlS IiameaodDetaktarallTMr 100 40 40 40 60 40 $ 36000 tendert H Arrl f� "Uada 4 20 40 80 40 4p 16 16 $ 26,000 aametiA 'dGmlServicec OwA Fee N / ofPamt»niEwmenf 11 53.800.W E41 Noptwtioaiaition e IAequot7empelaycombact onEaaement 2 $1,500.00 53,000 SDB TANTS OTHER DIRE COSTS $ 121976 mad FieH Notre 13 eaaemertc MUNS IM $ 26.000 S 37 S 23,337 oflbmnmertorTe EatemeM•(13Eaaementa) for Eeeaoeid MPeSey(iactldet necmding fees sums&scald tnyotl El coo Fie ii baud on.ai $ 960 --d o land•abn ant it rot imh,&d in she AetmaQ d Title Com abM auhrdub. SUBTOTAL-SPECIAL DESIGN SERVIrCES S 232A96 oTAL sERmcYs 5 1,173 931 t.ockvood,Andwm Nevnem,Inc. 3 I I I � � \ 0 to p o. G FI-20(FLOATING INTAKE) W GO R DWI.154(DEEP WATER INTAKE) 0� c,12M L� e� RW-1(36'RAW WATER LINE) t RW-2(78"RAW WATER LINE) \ �y RW-3(64'RAW WATER LINE) 105.8 MGD GO e>,r. RW-4(78"RAW WATER LINE) Regional WTP 1 pe9rypsrk �`'M RW-5(96"RAW WATER LINE) WTP-PH 1(WATER TREATMENT PLANT(PHASE 1)(3)(4) TW-1(78"TREATED WATER LINE) ; 9� Z TW-2A&2B(78972"TREATED WATER LINE) TW-2C(72'TREATED WATER LINE) TW-3(48"TREATED WATER LINE) 2 i � 3 I SanCoq dy Creek WTP Lime a F U� Cedar P rk I Its i ROUND ROCK,CEDAR PARK, &LEANDER REGIONAL WATER SUPPLY PROJECT 153 7 MGD PROJECT SCHEDULED FOR COMPLETION-SPRING 2010 p Water ke SrT,1AP&20(9!COVNCIIL R;1APSIVVA fER NEW I10PE RG W,4 TERLINE DATE: April 5, 2007 SUBJECT: City Council Meeting - April 12, 2007 ITEM: 11.F.5. Consider a resolution authorizing the Mayor to execute Supplemental Contract No. 1 with Lockwood, Andrews & Newnam, Inc. regarding the Water Transmission Line, Segment 1 for the Cedar Park/Round Rock/Leander Regional Water System Improvements Project. Department: Water and Wastewater Utilities Staff Person: Michael D. Thane, Utility Director Justification: This supplemental agreement is for Final Design Services. The Parties of the Regional Water Supply System have agreed to jointly pursue the Final Design Services. These services will provide the final design and bidding phase services required for the construction of the Water Transmission Line, Segment 1. The Parties according to their ultimate capacity allocation percentage in the Regional Water System shall share all Final Design Costs. These percentages are Round Rock, 38.56%; Cedar Park, 14.18%; and Leander, 47.26%. Funding: Cost: $452,668 Source of funds: Capital Project Funds (Self-Financed Utility) Outside Resources: Lockwood, Andrews & Newnam, Inc. Background Information: This Supplemental Agreement No. 1 for Final Design Services for the Water Transmission Line Segment 1, includes easement acquisitions, design of 78-inch water line, and bidding required to deliver treated water to the parties. The engineering fees will be paid on a percentage of the ultimate capacity needed by each Party. The total cost of this contract will be $1,173,931 with Round Rock's share being $452,668. The City of Round Rock's percentage is 38.56%, based on an ultimate capacity in the system of 40.8 mgd. Public Comment: N/A EXECUTED DOCUMENT FOLLOWS STATE OF TEXAS § COUNTY OF WILLIAMSON § SUPPLEMENTAL CONTRACT NO. 1 TO CONTRACT FOR ENGINEERING SERVICES FIRM: LOCKWOOD,ANDREWS& NEWNAM, INC. ("Engineer') ADDRESS: 10801 N. MOPAC EXPY, BLDG. 1 STE. 120 AUSTIN, TEXAS 78759 PROJECT: Water Transmission Line, Segment 1, for the Cedar Park/Round Rock/Leander Regional Water System Improvements This Supplemental Contract No. 1 to Contract for Engineering Services is made by and between the CITY OF ROUND ROCK, (hereinafter referred to as "Round Rock'),the CITY OF CEDAR PARK,(hereinafter referred to as "Cedar Park'), the CITY OF LEANDER, (hereinafter referred to as "Leander"), (all collectively referred to hereinafter as "Owners') and Lockwood, Andrews &Newnam, Inc., (hereinafter called the"Engineer'). WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the `SContract", on the 21st day of December, 2006 for the Water Transmission Line, Segment 1, for the Cedar Park / Round Rock /Leander Regional Water System Improvement Project; and WHEREAS, it has become necessary to amend the Contract to modify the provisions for the scope of services,to increase the compensation by$1,173,931.00 to a total of$1,385,146.00; and NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract is amended as follows: I. Article 2, En ineering Services and Exhibit B Engineering Services shall be amended as set forth in the attached Addendum To Exhibit B. Exhibit D,Work Schedule shall be amended as set forth in the attached Addendum To Exhibit D II. Article 4 Compensation and Exhibit E, Fee Schedule shall be amended by increasing by $1,173,931.00 the lump sum amount payable under the Contract for a total of$1,385,146.00, as shown by the attached Addendum to Exhibit E. IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental Contract in duplicate. Supplemental Contract#1 CORR Proj ect#WA05TRVRAW Rev.07/06/06 11133310140.4622 84275 R-0q-04-1a-11F5 CITY OF ROUND ROCK, TEXAS APPROVED AS TO FORM: By: oaxMayor *tephL. ets4City 4A (omey ATTEST: By: Nh� Christine Martinez, City Secretary 2. CITY OF CEDAR PARK, TEXAS APPROVED AS TO FORM: By: Brenda Eivens, City Manager Leonard Smith, Special Counsel ATTEST: By: LeAnn Quinn, City Secretary 3. CITY OF LEANDER, TEXAS APPROVED AS TO FORM: By: John Cowman, Mayor Diana Granger,Attorney ATTEST: By: Debbie Haile, City Secretary 4. LOCKWOOD, ANDREWS & NEWNAM. INC. By: / -4 Brian D. Rice,Vice President S. ADDENDUM TO EXHIBIT B Engineering Services The changes to the scope of this project are as follows: BCRUA Regional Treated Water Transmission Line Segment 1 784nch Water Line (From the proposed plant site to Segment 2A 78172-inch water line at New Hope Road and Bagdad Road) Services To Be Provided By Lockwood, Andrews &Newnam, Inc. Supplemental Agreement No. 1 —Design and Bid Phase March 15, 2007 Project Description The work to be performed by Lockwood, Andrews & Newnam, Inc. (LAN) under this work authorization shall consist of providing survey and engineering services required for the detailed design and preparation of construction documents for the approximately 10,700 linear feet of 78-inch water line. The engineering services will include the full coordination with all sub-consultants and detailed design for the 78-inch water line as it leaves the proposed plant and terminates at its connection to Segment 2A at New Hope and Bagdad Road. I. Project Management and Coordination A. Attend Project Coordination Meetings. LAN will coordinate and conduct one (1) Preliminary Engineering Report Review Meeting in order to kick-off the design phase. B. Provide Project Administration and Coordination. LAN will attend periodic planning meetings with the participating municipalities such as City of Cedar Park(CP), the City of Leander (CL), and City of Round Rock (RR) or their agents, to coordinate work on this project. As past of this scope of services, LAN will attend bi-monthly meetings with the participating agencies to coordinate. This equates to fourteen(14)project coordination meetings. C. Review Meetings for 60%Plan, 90%Plan& 100%Plan Submittals. LAN will conduct a total of three (3) project review meetings for the PS&E preparation phase. The meetings will be to discuss previously submitted preliminary design and construction documents, respectively, at the milestones noted above. Design deliverables will be submitted to B CRUA prior to review meetings. D. Prepare Meeting Minutes for Administration,Coordination and Review Meetings LAN will prepare meeting minutes for the meetings listed in Sections I.A, I.B, and I.C. of this document. II. Survey, Geotechnical Coordination, and Public Meetings A. Survey Coordination. As part of the survey coordination, LAN will provide a topographical survey for the length of the project. B. Geotechnical Coordination. LAN will coordinate with Fugro Consultants, LP to obtain 7 soil borings to a depth of 25 feet each spaced along the alignment. Four borings will be to a depth of 35 feet each at the proposed trenchless installations. Total drilling footage will be about 315 feet. The Geotechnical investigation will include all appropriate drilling and testing. Fugro's proposal is attached for further information. C. Public Meetings. LAN will attend two (2)public meetings as necessary to coordinate design activities with residents. III. Plans, Specifications Manual, and Estimate(PS&E)Preparation A. Construction Documents(Plans) LAN will develop a set of construction documents. All plan sheets on bidding and construction plan sets shall be in ink, or equivalent, on bond paper, with lettering size, quality and density that will be legible when reproduced. CARD Standards will be provided by OWNER. As part of the development of the PS&E package, LAN will develop(or include)the following plan sheets as the project requires and provide the following services: (a) Title Sheet (to include Index of Sheets). Develop a project plans title sheet that lists general project information and project location. (b) Plan & Profile sheets to include all existing surface and subterraneous utility information. (c) Traffic Control Plan Details.Develop plan sheets detailing the means of routing traffic through and around work zones during project construction. (d) Erosion Sedimentation Control Plan Details. (e) Metering Station Locations and Details (f) Tunneling Details. (g) Large Diameter Water Line Details. (h) All standard details. (i) Develop Construction Timeline. 0) QC/QA on 60%, 90%and 100%plans. (k) Plot Prints for Submittals. (1) Update PS&E per reviews B. Project Manual Prepare Bid Package. LAN will prepare a project manual utilizing City of Austin specifications and special provisions, (as needed) to specify the work required for construction of the proposed project. A technical specifications section with complete specifications for large diameter water line, tunneling, and other special items to this project will be included. The project manual will also include a bid form, instructions to bidders, requirements, and other appurtenant contract forms required to bid and award the construction contract. C. Project Cost Estimate LAN will generate a construction estimate for the proposed project. The engineers estimate will reflect the most-recent available bidding information adjusted to fit the type and nature of this project. D. PS&E Deliverables LAN will submit eight full-size plansets, eight project manuals, and eight project cost estimates to each entity (total of 24 copies of each item) per submittal, 60%, 90%, and 100%. IV. Special Services A. Transient Hydraulic Analysis LAN will perform a transient hydraulic analysis for all sections of the treated transmission main currently under design and provide recommendations for locations of air release/vacuum valves and other appurtenances that are required. B. Develop Technical Specifications and Details for Transmission Mains Upon approval of the Standard Materials List and Bid Items, LAN will, prepare a set of large diameter technical specifications and details for transmission main pipe and appurtenances. C. ROW Acquisition This scope of services assumes 11 permanent/tempomry easements and 2 temporary construction only easements. Following is the scope of services for acquisition. Fee is on a per-parcel basis and will be adjusted if the number of parcels acquired differs from this assumption. 1. Project Administration: Attend project review meetings; provide project status reports monthly; provide project tracking data; set up and maintain files; prepare real/personal property lists (if required}, prepare introduction letters for each property owner, maintain records of all payments to land owners; provide copies of all correspondence as required; and coordination with City staff as needed. 16 2. Appraisal Services: Order appraisal; review appraisal; and obtain client approval of appraisal. 3. Negotiation Services: Pre-offer preparation; site inspections; review construction plans/environmental documents; review maps/plans; review field notes/compare with map; review title report; call owner to set up meeting; prepare offer letter and offer package on fee and easements, if needed; travel to site & meet with owner to present initial offer. Post offer response: troubleshooting; continual follow up with property owners; administrative settlement procedures (counteroffer consideration); final offer letter (if needed); and preparation of conveyance instruments/condemnation packet. 4. Title Curative Services: Obtain services of Title Company to provide title commitments and title policies; review title commitments; review of restrictive covenants & other land restrictions; remove non pertinent abstracts of judgment & M&M liens; bankruptcy or intestacy research; curative of other complex title encumbrances; meet with title examiners; oversee Deed record research; quality control/quality assurance on all curative matters; review corporate resolutions, affidavits, lien releases, etc.; negotiate with owner& attorney as needed; and draft title clearing documents. (This service is provided for Permanent Easements only. For Temporary Construction Easements, ownership is verified) 5. Closing Services: Order updated commitment (Permanent Easements only); prepare payment requests; schedule closing; attend closing; and closing documentation wrap-up. 6. Condemnation Support is not included in this scope of services. 7. Preparation of field notes for ROW acquisition. A metes and bounds description sealed by an RPLS will be provided for permanent easements. A sketch will be provided for temporary construction easements acquired in conjunction with permanent easements. D. Corrosion Engineering Services These services will be coordinated through a sub-consultant, V&A Consulting Engineers, to provide a soil corrosivity investigation and a corrosion control design. V&A's proposal is attached for further information. E. Preliminary Environmental Evaluation Perform a preliminary environmental evaluation to assess potential impacts to existing endangered species, karsts features, and archeological/sultrual resources and identify design issues. Hicks & Company will perform the preliminary environmental study. Their scope is attached. 41 V. Bid Phase Services A. LAN will provide the following bid services: LAN will prepare the advertising notice and submit to the Authority. The Authority will review the notice and submit to newspapers for distribution.LAN will administer the bid phase of the project. Bid documents will be available for Contractors to obtain from a bidding assistance center in Austin, Texas. This fee includes providing eight (8) sets of plans to the Authority for use during bid and construction phase and four (4) sets of plans for use in plan rooms. LAN will conduct a pre-bid conference as required by the Authority. LAN will prepare the agenda and minutes for the conference. LAN will answer contractor questions during the bidding period. If necessary for clarification of Contract Document items, LAN will prepare addenda and distribute to plan holders. Addenda prepared as a result of change in scope of the contract is not included. Following the bid opening, LAN will prepare the bid tab, analyze the Contractor qualifications, and recommend a Contractor to the Authority. LAN will also assist the Authority in the execution of the contracts. VI. Deliverables LAN will submit a 60%, 90% and 100% PS&E documents as specified in Part III of this scope of services to the Authority. LAN will submit meeting minutes for all scheduled meetings to the Authority. ea ADDENDUM TO EXHIBIT D Work Schedule The changes to the Work Schedule for this project are as follows: No Text ADDENDUM TO EXHIBIT E Fee Schedule The changes to the Fee Schedule for this project are as follows: `9� Lag Brushy Creek RegxU1 TmW Water Troaoxinsisx Lt..Segotend 1 4 Willi ",ar+cp a ov SurplimomentalAgmemmentris.I Engimenrg Fee Estimate(DeignandBidPhase Services) Much 16,M07 HOURS SesdprProj Project Project Senior CARD DeScription PrhrciPal Manager M r E ueeeIV Ex�nealII EngiKerR CADDDeo Technichm Cereal Cps; Rate 190 180 150 1151 100 90 85 1 75 1 SS UN K 176 216 802 1136 1262 1382 754 2038 126 797.71.Erg Re Asview hie 7 4 4 4 4 q ixrl 8 $ 2980 ldipak0 ) 24 40 40 40 74 40 ed6ak Oeoteehrecal I anon 2 8 12 12 4 S ]0,840 !Corrosion E Services 2 2 16 8 $ 5040 8 116 4 6 S 5,440 k Em uoraaenMl :tion 2 8 12 70 4 16 katdColkcIDetailed Uti!`ty wfonmmtIon $ 5,760 tRaviewhi s(3m s) q 8 8 16 $ 6 24 24 k she6 6 6 6 f 10,750 kPmt3kSbee44ek 2 88 176 264 352 578 264 1056 Dafu7s 8 4 8 816 S 757 3� p l.ale I)Qtat10 16 7A S 12,400 40 q 8 16 24 16 40 40 S 71,600 emi IlrnmmaiBbw-pffDpyul 2 4 8 8 8 4 16 e PwememandLkbiv n 4Sheeie) 12 16 24 37 20 $ S�imentation Control Plane wd Detri$(12 sheet:) 4 12 20 24 48 $ 13,62(1 WPPPandCZP $ 17,420 flit Control Powe and retails{10 sheets 24 24 40 40 74 40 $ 19 000 iaMlttdDetilSbeets 20 40 40 40 40 32 140 f 8 12 32 32 8 24 S 11,140 mdd 8 12 16 4 12 $ 5 470 8 12 16 4 12 S 5,420 Jomt Ca4nlatwne 2 2 8 16 16 24 12 clearmrxe 8 16 16 74 12 40 $ 8,440 4 2 16 eec°Vie 16 74 24 g 40 $ 10,820 e beanone d 8 16 16 4 12 f 13600 +rasion Coordilxtiox with Find P* 4 8 8 12 S S 800 $ 5,440 v S 2 2 74 16 40 8 $ 10180 lbeahonsJ sua 4 8 16 16 4 StdionLoc+aonandDeteilSheeta 2I1 $ 6,400 2 16 16 24 24 24 40 S 14700 CADAPorMeten StationatBa 2 16 16 24 24 16 40 Vaiae 4 2 16 16 24 24 24 40 S 13520, dl ud Ted 5e 4 4 8 17 12 $ 1 1 ofsEctima *fPmbabk Cbnoacbm Coo 4 8 $ 6,200 15 5711 TecLnicx!aad S W S cdlcalion 8 24 16 40 40 8 8 $40 8 24 40 4040 CaftwiDoc%mj* 24 40 40 40 40 S 27,040 40 $ 18,000 Bid Forts 16 40 60 60 16 $ 21 780 48 12 60 160 M 80 48 f 57,960 trotbft w9h k 8 12 80 80 40 40 40 80 Pq w ( c' MVMdn "ties 14mee s) 4 24 80 56 16 S 41,880 atictie ax 2 meeii � 5640 S 41,280 d 8 8 8 16 16 16 40 8 $ 12,160 lockvaod,An&wm Newaae,Inc. 1 eZ LaneaBreask ld CseelcRegbaxlUh6tineathorl Treated Water Tnawimmia Line Segsrext 1 x e ea€se+ser cea 4 tr., SgElammontalAgcemomtNo.l EnWo*Fee Estimaie(Design and Bid Phase Services) NEuch 16,2007 HOURS SrniarPrej Project Project Senior CADD D@svipihlsl Principal Mater erIV ErgimeerIII E D CADDDes Technsim Clerical Cost COM $ 102,299 techmeai lore stbn Is 55,253 S 47,046 C im Sheeti! Cosummet Cost S 3,520 .Pro t hLaoa)and Cast Estimate(S} 8 $ 0.10 $ 160.00 Rate Total .Project Nbmual and Con Estimate(s) 8 700 Oct 0.10 E 160.00 2000 0.48 960 iad Pmjn Nhnmd ud Cast Estim*(s) 8 200 S 0.10 160.W .Ful{.aze PLns C8 :} 8 70 S 1.00 $ 560.00 Dom, .Fug silo Piw{$ 8 ltl E 1.00 S 560.00 Exch RaWeach Total ;aoi Furl sue Raw(8 } 8 70 $ 1.w S 560.a0 1 1 20 20 400 abbtal tion $ 2.160.00 CES s 9o3,s29 5 5 39 45 70 74 56 40 8 16 8 on 7 4 8 26 S 3f,325 dmiaiaterPhaDistiitrotion 7 2 2 8 8 n7 andcoaduci id meet 4 4 8 $ 2990 b Caudaator stiaas 4 4 E 8 8 2 $ 3,970 74 32 4040 40 7 2 32 ] E 22,770 Bid TibaMtioa $ 430 wCoaOaebfs nn 1 1 2 8 hfiaatb2 S 1�5 1 1 $ 3,890 tinConnaetErecaG $ 1,480 Coolm Sheet! CostlSheet Cost S 1,501 id Dotomems• t Nwamd(17 eo ' 8 2wi 0 $ 160.00 Daenmems-FnII.aas Piw 12 ec Rate oral 8 70 $ 1.00 S 560.00 960 048 460 8 ebbhl-Re tion 8 720.00 elk Each Ratoleach Total VICES 70 20 400 S 37,906 5118EOTAL-$ASIC DESIGNAND BID PHASE SERVICES S 941 35 Lochmood,Andrem Newbm,inc. 2 Lon .L.=. Hrorlry Creek RspotmlUA6iy Authorlly Troakd Water Trarmnisisa I ae Segment 1 a 4(SIMaa+4f LM.s.:v 99plem ttlAgrea endlis.I Engim Bring Fee Estimak(Damign and Bid Phase Services) Much 16,2(E7 HOURS DOScriPtionIPriSmiorproj Pro'act Project Senior CADD nt al Matager E erlV ErgimeerIII E II CADDDa Teclmkian Clerical Cost SPECIAL SERVICES 24 20 60 100 I 00 00 97 $3,00( TeehniwI S ' tion end DslWsfor a0 TMe 20 100 $ 110520 rareieat H WAW ' for TMe Under 4 40 24,720 iateSetvieea ee Qwrdi Fee ofPetnrnowEkw*zr*nt 11 53,800.00cqua ion ofTemporayConabw6,,Ewement 541,8 5016COT4SULTANTSAI4D OTHER DORECI'COb7'S wentFieWNoke{13esremruk $ 121,976 nm amw lmm gin f 26,000 oaamon $ 37 354 E 73,337 OfPemoansntorTe Eaament`(13Eaements) e fnr Euemetd A 534.3 M Poticy(iaeindea Ie tng fees service feesatd myother cos Fie;,daadaa ememnr w lard va(w and t,mr i�ehu&d ie rlr $ 960 uoaaaIl ed THk CCom ob—f"ufrdd.. $ =,4% OTAL SERVICES $ 1473931 LOch—d,Andre"NewW,Inc. 3