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