Loading...
R-07-04-12-11F6 - 4/12/2007 RESOLUTION NO. R-07-04-12-11F6 WHEREAS, the City of Round Rock has previously entered into a Contract for Engineering Services ("Contract") with Carter & Burgess, Inc. for the Raw Water Barge and Pipelines for the Cedar Park/Round Rock/Leander Regional Water System Improvements Project, and WHEREAS, Carter & Burgess, 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 Carter & Burgess, 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 Carter & Burgess, 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, WELL, Mayor Cl- y of Round Rock, Texas TEST;, CHRISTINE R. MARTINEZ, City Sec etary 0:\Wdm\RESOLUTI\R70412F6.WPD/rMC/0199-4622 STATE OF TEXAS § COUNTY OF WILLIAMSON § SUPPLEMENTAL CONTRACT NO. 1 TO CONTRACT FOR ENGINEERING SERVICES FIRM: CARTER&BURGESS, INC.("Engineer") ADDRESS: 2705 Bee Cave Road, Suite 300, Austin, Texas 78746 PROJECT: Raw Water Barge and Pipeline 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'D, (all collectively referred to hereinafter as `5Owners'D and Carter & Burgess, Inc.,(hereinafter called the"Engineer'). WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the `SContract", on the 21st of December, 2006 for the Raw Water Barge and Pipeline for the Cedar Park/Round Rock/Leander Regional Water System Improvements 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$2,192,067.00 to a total of$3,408,179.00; and NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract is amended as follows: I. Article 1, Owner's Services shall be amended as set forth in the attached Addendum To Exhibit A. II. 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. III. Article 4 Compensation and Exhibit E, Fee Schedule shall be amended by increasing by $2,192,067.00 the lump sum amount payable under the Contract for a total of$3,408,179.00, as shown by the attached Addendum to Exhibit E. Supplemental Contract#1 Rev.07/06/06 CORR Project#WA05TRVRAW EXHIBIT 84775111297/0140.4622 nAn IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental Contract in duplicate. 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. CARTER&BURGESS,INC. By: John Lindner,P.E.,Managing Principal s. ADDENDUM TO EXHIBIT A Owner's Services The changes to the owner's services are as follows: The Owners will provide to the Engineer under this agreement the following items/information/assistance: 1. Provide CADD standards for use on this project. 2. Provide standard details and details of standard finished water metering system that will be used for the Leander connection to Segment 2c. 3. Provide standard products list, standard specifications for pipe, valves, metering system, and other standard components for use on this project. 4. Provide overall SCADA system and integration protocol for the project and SCADA equipment specifications for the metering system. 5. Facilitate and attend meetings as necessary to complete the work in accordance with Exhibit D—Work Schedule. 6. Provide prompt review of submittals in accordance with Exhibit D—Work Schedule. 7. Provide design and planning criteria for the project, including criteria for transmission main and roadway planning. ADDENDUM TO EXHIBIT B Engineering Services The changes to the scope of this project are as follows: EXHIBIT B—ENGINEERING SERVICES SUPPLEMENTAL AGREEMENT NO. 1 —FINAL DESIGN BCRUA REGIONAL WATER SUPPLY PROJECT RAW WATER SYSTEM April 3.2007 SCOPE OF WORK The objective of this project is to provide final plans and specifications for the BCRUA Regional Raw Water System and as well bidding and award services. The BCRUA Regional Raw Water System includes modifications to the Twin Creeks floating intake and raw water pipeline Segments 1 —4 from the Cedar Park WTP to the proposed BCRUA Regional Water Treatment Plant. Major facilities included in the floating intake design include: • Expansion of existing Twin Creek floating intake barge • Addition of 8-900 Hp pumps, valves and appurtenances • Flex hoses from barge to shore • Raw water main from flex hose header to Cedar Park WTP • New electrical building at the existing Cedar Park WTP Final design will be performed for the recommended alternative identified in the Preliminary Design Report. Maximum length of pipeline included in the design will be as follows: Ooen Cut Pipeline Segments • Segment 1 —5,000 U. of 36"TM • Segment 2—20,400 U.of 78"TM • Segment 3—4,200 U. of 64"TM • Segment 4—14,100 U. of 78"TM Tunneled Pipeline Segments • FM 1431 — 200 U. of 78" Tasks included in the final design, bidding and award services are further described herein. FINAL DESIGN SERVICES A. FLOATING INTAKE DESIGN After acceptance by BCRUA of the final revised Design Report and upon written authorization, plans and contract documents shall be complete in every respect and shall conform to the criteria applicable to the BCRUA, stakeholder codes and ordinances, State and Federal Regulations. Carter&Burgess BCRUA Raw Water Intake and Pipeline Supp Agree No. 1 —Final Design Engineering Services I. Communication/Coordination: Conduct bi-weekly meetings for information transfer and periodic briefings to inform the BCRUA of the status of the project. Prepare status reports for review on a biweekly basis. Prepare and conduct one Executive Briefing for BCRUA Board of Directors. 2. Finalize Hydraulic Analysis/Pump Selection: a. Update Hydraulic Model—Update the hydraulic model during final design after details on the floating intake pump station;such as valving, hose lengths, etc.; are available. Document the Hydraulic Analysis/Confirmation effort, including text, exhibits, and model output as appropriate,to be included in the Final Engineering Design Report. b. Finalize Header Sizes and Develop System Head Curves—Using updated model,finalize the header pipe and hose sizes proposed in the Preliminary Design Report meet the design criteria. Develop the limiting system head curves for the Twin Creek raw water pumps throughout the range of flows and lake water surface elevations. c. Finalize Selected Raw Water Pumps—Review any system changes to prepare final head-flow curves to select the Twin Creeks raw water pumps in the system model and confirm the pumps will function as intended throughout the range of flows and head conditions. We have assumed two sets of pump curves will be input and analyzed. 3. Surae Analvsis: Prepare a surge analysis (for the recommended alternative only) of the proposed pump system piping in sufficient detail to determine the required surge control facilities (Advantica). Recommend case simulations for investigation. For the proposed project the following would be typical candidate cases for simulation of surges: a. Base Case Simulations— CASE 1 Normal pump shutdown with valve operation CASE 2 Pump Startup with full pipe and valve operation CASE 3 Total power failure of all operating pumps CASE 4 Partial power failure-50%of operating pumps The transient cases shall be simulated for base case conditions, as-built, or as designed for the flow conditions agreed on between the Engineer and BCRUA. All existing surge protection devices or proposed devices shall be included in the analysis. b. If the maximum allowable surge pressures in the system are violated under conditions in "a" above, additional surge protection devices will be sized and added to the model. The cases in "a" above will be re-run at the flow rates to determine the locations (if any), size, characteristics, and new set points for both existing and new surge protection devices on the system. c. Review and interpret results of the computer simulations and provide a written report with graphs and plots of the simulation results. d. Design of surge control and/or flow control measures. e. Incorporate surge control measures at pumps as required. 4. Technical Criteria. Provide technical criteria, written descriptions, and design data for BCRUA's use in filing applications for permits from, or approvals of, governmental authorities having jurisdiction to review or approve the final design 4/3/2007 Page 2 Carter&Burgess BCRUA Raw Water Intake and Pipeline Supp Agree No. 1 —Final Design Engineering Services of the Project; assist BCRUA in consultations with such authorities;and revise the Drawings and Specifications in response to directives from such authorities. 5. Plans &Specifications. Prepare eight(8) copies of preliminary plans (full size) and specifications at intervals of 60%, 90%, and 100%complete,to the BCRUA for review: a. Prepare structural design for floating intake, supports, electrical building, miscellaneous structures and vaults. b. Prepare architectural design for electrical building. c. Prepare SCADA and instrumentation plans. d. Prepare Electrical and HVAC designs for intake and electrical building. e. Prepare plan and profile drawings f. Prepare detail drawings g. Prepare detailed procurement documents for large valves, pipe, and any other major equipment determined to be in the best interest of BCRUA to procure separately, if required. h. Prepare Specifications indicating the scope, extent, and character of the Work to be performed and furnished by Contractor. Specifications shall conform to the 16-division format of the Construction Specifications Institute. 6. SCADA Design. SCADA design will be performed to standards developed by others and approved by Owner: a. Develop project P&ID's b. Develop project's specifications c. Participate in project coordination meeting with SCADA integrator d. Meet with Owner and Customers personnel to discuss the necessary technical issues. e. Meet with equipment vendors to verify design issues. f. Incorporate SCADA plans/specs into final bidding documentations. 7. Estimate of Probable Costs. Prepare and submit engineer's opinion of probable construction cost. Itemized breakdown of opinion of probable construction cost will be based on final plans and specifications. 8. TCEQ Approval. Submit plans and contract documents to TCEQ for review and conduct up to two (2) meetings with TCEQ to discuss project plans and specifications. 9. Revise the Bidding Documents in accordance with comments and instructions and submit eight(8) sets of plans (full "D"sized Prints 22"x 34") and specifications suitable for advertising. Final plans and specifications will also be provided on CD in electronic format. Reproduction of bid sets will performed by a separate reproduction company in Cedar Park, Leander and/or Round Rock. Final estimate of probable cost will also be provided with final bid documents. 10.Marine Soil Borings. Perform three (3) marine soil borings at the proposed location of the deep water intake. Borings will be made at lake bottom 4/3/2007 Page 3 Carter&Burgess BCRUA Raw Water Intake and Pipeline Supp Agree No. 1 —Final Design Engineering Services elevations elevations of 660 msl, 610 mgs, and 580 msl. Each boring shall be drilled to a final depth of 540 msl. Total depth of all borings shall not exceed 230 linear feet. Does not include lab testing or evaluation of core samples. B. RAW WATER PIPELINE SEGMENTS 1-4 DESIGN Prepare complete plans and specifications for the new raw water pipeline outlined in the approved design report: 1. Coordination and Communication: a. Communication. Conduct monthly meetings for information transfer and periodic briefings to inform the BCRUA of the status of the project. Prepare status reports for review on a biweekly basis. Prepare and conduct one Executive Briefing for BCRUA Board of Directors. b. Program Schedule Management. Develop and maintain MS Projects schedule for overall BCRUA Regional Water System Phase 1 Program (Raw Water,WTP, Seg 1, Seg 2C). Includes up to three (3) meetings with BCRUA team to develop schedule for individual contracts and performing monthly updates. Monthly updates shall be provided by respective consultant for each particular project(CDM—WTP, LAN—TM- 1, K Friese—TM-2C, C&B—Raw Water). 2. Final Hydraulic Analysis: a. Update Hydraulic Model—Update the hydraulic model during final design after the final pipeline alignment is selected and field surveyed elevations are available. Document the Hydraulic Analysis/Confirmation effort, including text, exhibits, and model output as appropriate,to be included in the Final Engineering Design Report. b. Finalize Pipe Sizes and Develop System Head Curves—Use the raw water system model to verify the pipe sizes proposed in the Preliminary Engineering Report meet the design criteria and to develop the limiting system head curves for the Twin Creek raw water pumps throughout the range of flows and lake water surface elevations. The results of the analysis will be summarized in a Design Report and submitted to BCRUA. 3. Surae Analysis: Prepare a surge analysis (for the recommended alternative only of the proposed pipeline in sufficient detail to determine the required surge control facilities for protection of the pipeline(s) (Advantica). Recommend case simulations for investigation. The simulation cases evaluated will be the same as described for the floating intake surge analysis. 4. _Cathodic Protection Analysis: This work will be done in conjunction with other geotechnical testing. Field survey work will include the following (Corrpro): a. Soil resistivity measurements will be recorded every 1,000 feet in accordance with ASTM G57-95. Measurements will be performed from grade to depths of five, ten and fifteen feet. b. Soil samples will be provided to Corrpro by a geotechnical firm with one sample from each of the borings, collected at an elevation near the 4/3/2007 Page 4 Carter&Burgess BCRUA Raw Water Intake and Pipeline Supp Agree No. 1 —Final Design Engineering Services bottom of the proposed pipeline. In addition, groundwater samples will be collected whenever possible. c. Pipeline alignment will be surveyed with respect to crossings of foreign pipelines and paralleling utility systems. Existing cathodic protection systems and locations of foreign line test stations will be identified.The impact of the foreign pipeline crossings will be assessed. d. Pipeline alignment will be surveyed for possible induced AC interference and the need for protection under fault conditions. e. Atmospheric conditions will be assessed to aid in the selection of coating systems for above grade piping and water facilities. f. Dimensional field sketches will be created of possible locations for cathodic protection anodes. Locations of secondary AC service, foreign line crossings and sites for the installation of corrosion protection devices will be noted. g. Soil resistivity test data will be evaluated including the use of Barnes Layer techniques for determining resistivity of the soil layer where the pipe is to be installed. h. Soil samples collected by the geotechnical firm will be laboratory tested by Corrpro. Soil samples will be tested for moisture content, pH, chloride ion concentration,sulfide ion concentration and conductivity. i. AC and DC interference test data will be tabulated and analyzed using computer models. j. All data will be compiled and an overall analysis of the conditions for galvanic and electrolytic corrosion on pipeline will be performed. k. Prepare a report to document test data, analysis and recommendations. Five (5) copies of the report will be supplied for distribution. A copy of the final report will also be supplied in PDF format. 5. Geotechnical Investigation: Provide a general soil analysis for the preferred pipeline alignment. Conduct a geotechnical investigation, including soil borings and laboratory analyses, and provide a general soil analysis along the preferred alignment. Provide recommendations for dewatering, pipeline construction, trenching, and trench safety.(Holt) a. Laying out soil borings in the field and coordinating utilities (electrical, water, wastewater, sewer, telephone, and gas) with line locators. Borings will be laid out along the alignment on approximately 1,000 foot centers except at creek crossings and at the existing Cedar Park Water Treatment Plant. Three borings are planned between Lime Creek Road and the Cedar Park WTP on approximately 500 foot centers and borings will be drilled on each side of the three creek crossings. b. Recommending the number, location, and depth of proposed borings and the associated sampling and testing program for bores at the proposed deep-water intake site and at Cedar Park's existing water treatment plant. Review the boring logs, test reports, and geotechnical findings and recommendations, and integrate the results into the project recommendations. c. Obtaining street cut permits as necessary for drilling. d. Provide all necessary manpower, equipment and materials for drilling, logging and sampling 53 to 58 soil borings to depths of approximately 15 feet to 35 feet each. Borings along the alignment will be drilled to 15 feet and 35 feet at creek crossings. All bore holes will be sampled using 4/3/2007 Page 5 Carter& Burgess BCRUA Raw Water Intake and Pipeline Supp Agree No. 1 —Final Design Engineering Services Shelby tubes or split-spoon samplers as appropriate. Grab samples of coarse sand and gravel will be obtained for grain size analysis. A Christianson wireline core barrel will be used to core selected rock samples for strength testing. e. Field logging to include visual classifications, percent core recovery, RQD and pocket penetrometer tests. f. Plugging all bore holes upon completion of the drilling operations. g. In-house logging of the cores by a geologist and geotechnical engineer. h. Laboratory testing of selected samples for Atterberg limits, moisture contents, unconfined compression tests, minus 200 mesh sieves and unit weights. Sieve analyses and hydrometers will be run in cohesionless soils encountered within the pipe zone as necessary. i. A Geotechnical Report will be provided to include a generalized boring location plan, logs of borings with geologic formations, laboratory test results, description of drilling operations, OSHA soil classifications, construction considerations and recommendations for backfill compaction, pipe bedding, lateral earth pressures, bearing capacities and other geotechnical parameters as requested by the structural engineer. 6. Survevina & Easement Documentation: All land surveying services, including aerial mapping,will be performed in accordance with standards and specifications for Surveying and Mapping as outlined SM1-SM6, pages 1-16 and attachments A,B,C,dated 10/26/04, unless otherwise directed. The Surveyor will assure compliance and adherence to all state standards and regulations set forth by the Texas Board of Professional Land Surveyors for the type work performed. The surveyor will provide the required property surveying, design surveying, utility mapping and easement/right-of-way documentation for the proposed alignment including the following services: a. Supplemental ground survey for portions of the alignment not captured on aerial survey. (assume 28 days of field/office) b. Prepare metes and bounds descriptions with attached map of permanent and temporary easements or takings in accordance with SMS, or as instructed. (20 easements max) c. Prepare overall right-of-way/easement strip map to include route, parcel configurations, parcel numbers and project control. (4 maps) d. Survey locations of proposed bores. (50 locations max) e. Survey locations of environmental/archeology features. (8 locations max) f. Pre-construction project control locations for contractor(25 monuments max) 7. Coordination with Environmental Consultant. Provide necessary information related to final design of the pipeline for use in environmental and archeological coordination and permitting. 8. Plans & Specifications. . Prepare eight(8) copies of preliminary plans (full size) and specifications at intervals of 60%, 90%, and 100%complete,to the BCRUA for review: a. Prepare plan and profile drawings b. Prepare detail drawings c. Design special connections 4/3/2007 Page 6 Carter& Burgess BCRUA Raw Water Intake and Pipeline Supp Agree No. 1 —Final Design Engineering Services d. Participate in value engineering discussions with BCRUA to reduce energy, maintenance, and operational costs. e. Prepare erosion control plan. f. Prepare SWPPP g. Design of thrust blocking and/or joint restraints. h. Prepare general traffic control plan (contractor to prepare site specific traffic control plan with means and methods). i. Pavement restoration design j. Prepare Specifications indicating the scope, extent, and character of the Work to be performed and furnished by Contractor. Specifications shall conform to the 16-division format of the Construction Specifications Institute. 9. ROW Permitting. Prepare all required TXDOT, County ROW, and City ROW permits as identified in the Design Report. All fees shall be paid by BCRUA. Does not include environmental, archeological, or other permits. 10. Estimate of Probable Cost. Prepare and submit engineer's opinion of probable construction cost. Itemized breakdown of opinion of probable construction cost will be based on final plans and specifications. 11.TCEQ Approval. Submit plans and contract documents to TCEQ for review and conduct up to two (2) meetings with TCEQ to discuss project plans and specifications. 12. Final Bid Documents. Revise the Bidding Documents in accordance with comments and instructions and submit eight(8) sets of plans(full°D"sized Prints 22"x 34„) and specifications suitable for advertising. Final plans and specifications will also be provided on CD in electronic format. Reproduction of bid sets will performed by a separate reproduction company in Cedar Park, Leander and/or Round Rock. Final estimate of probable cost will also be provided with final bid documents. C. Bidding and Contract Award After acceptance by BCRUA of the Bidding Documents and the most recent opinion of probable construction cost as determined in the Final Design Phase, assist with the Bid Phase of the project. It is assumed that this project will consist of two construction contracts. 1. Attend pre-Bid conference. 2. Prepare up to three(3) Addenda as appropriate to clarify, correct, or change the Bidding Documents. 3. Answer questions during the bidding process. 4. Attend the Bid opening. Assist BCRUA in evaluating of bids, tabulating bids, and make recommendation for construction contract award. 5. Receive and evaluate bids and make a recommendation on award. 4/3/2007 Page 7 Carter&Burgess BCRUA Raw Water Intake and Pipeline Supp Agree No. 1 —Final Design Engineering Services D. Additional Services Additional services are not included in Supplemental Agreement No. 1. Consultant will not proceed with additional services unless authorized in writing by the BCRUA. Additional services include: 1. Section 404 (Clean Water Act) Permit application or threatened and endangered species investigations. It is assumed that all environmental and archeological coordination and permitting will be handled by others and is not part of this scope. 2. Archeological test excavations to determine the significance of any sites found to be located within the project's area of potential affect and any data recovery or mitigation if archeological sites determined to be significant are found. In the event this effort is warranted, we will request this as Additional Services. 3. Construction phase services. Shop drawing review, on-site inspection and other construction related services to be provided in a future Task Order. 4. Tunnel design and tunnel geotechnical services. The pipeline alignment selected will be exclusively cut and cover construction, except for relatively short road crossings. If tunneling is required, an amendment for geotechnical and tunnel design services will be prepared as Additional Services. 5. Easement acquisition. Preparation, negotiation and acquisition of easements. 6. Pre-purchase equipment. Vendor purchase contracts for direct purchase of valves, pumps and/or pipe. E. Project Assumptions The following assumptions and general understanding pertain to the provisions above and form the basis of this proposal: 1. Field survey for existing parcels is for one time only per parcel. 2. Document preparation for easements is considered to be one time only, subject to minor revisions apparent upon review by the client. 4/3/2007 Page 8 ADDENDUM TO EXHIBIT D Work Schedule The changes to the Work Schedule for this project are as follows: i y • S e :R la NN N.. h- A A ARR A AR RA h R ARV.. A. 33 Imp ASA J � 4 1eQQI 6aOpQ R g ' ~ ' � iL g$ 3$ 3 3 '�#33 ;33#333 RS3R33� p} a8a � i d0 IM _ "o aV"N_�N� a aaa a. Oa 8 �tl�GA Op OOY NO'Stl �Atl �bOIYgOOR4«�QtOp _Mitl a . 3 ! I i • i E I £� I � - x A Y 3 ;a£ C • a ........... ........... ................... ............. R AAA A ap LL � � SO Mi I 1s3as19-3 114 lie MlEp A A AA [Q Pro ! T —r I _...._� $ ; 1 I 19 9 - a YYf.T DNR •,� �►.wa+.rYmwa.a g• -�.1 .waiw:.pa � a:rvwvrre:,� +� �^wns ♦ «�a.w' w.iw.�� «.aoe +ac ® Y„,a i i YllY MW UR 1 7 14S Ol RAW. 8QN6NLVJ 04 �+ ut dyJ9 pfd• �. I � N moose ._. oPI�O MM4•uop�n+NuaS- cr.: uw' vgq:np 41YI�1 CI N31SAS tl31YM MYtl MSiT/S HiIYM 1YN01?3U tYltl9 31110iCIS11YpM•OA:BYIX.9 S9]PMO iH311lq ADDENDUM TO EXHIBIT E Fee Schedule The changes to the Fee Schedule for this project are as follows: CarferliBurgess' EXHIBIT E-FEE SCHEDULE BCRUA REGIONAL WATER SUPPLY PROJECT-RAW WATER SYSTEM 3-Apr-07 Senior CADD ScopeRem Descrl IOn Manager Project eer Engineer ER Designer Ctarkat Ca9 Survey Toter C80 Total Sub Expenses Total services Supplemental A'-rement o.1- AF looting Intake Design 1 Communication/Coordination a 24 24 16 $V$ 3,120 E 5,300 $ 1,500 $ 17,960 2 FnalizeHydraulic An sis/Pum Selection a 16 24 S 1s,- 3 Su a Ana is 4 e e $ 27,930 Provide technical criteria,written descriptions,and design $ 5,300 $ 8,880 4 data a 3 4 2 $ 8,480 $ 11,600 5 Pre are and submit&S ificationsa 60% lans ands ifications $ _ 8 16 8 8 E 120,840 $ 1,500 $ 129,100 b 90% ens ands itis -4 -8 a 4 E 3,3110 $ 50,350 $ 1,000 $ 54,730 c Final lana and !cationsiCetio4 a 4 4 $ 3,380 $ 30210 E 1,000 $ 34,590 d Electrical Design 16 150 275 150 130 $ 6 SCADA Desi 96,485 $ $ 1,000 $ 37,488 n a a a $ 3,seo $ 71,o2o $ 74,600 7 Engineer's Inion of obable construction cost. 4 8 24 $ s,soo $ 1o,soo 8 TCEQ Approval&Coordination s e e $ 16,500 9 Pre are&Submit Final Bid Documents 4 $ a,7so $ 3,aoo $ Soo $ 8,660 8 16 16 16 18 $ 9,640 $ 10.soo $ 1,500 $ 21,740 10 Marine Solid Borings dee intake 1 a $ 1,715 $ 50,000 $ 100 $ 51,815 SUBTOTAL-;A 1 3 5,710 ,1 5 5,5 B Raw Water Pipeline Segments 1-4 Design 90 1 CoTimunicatlon/Coordination a Communication72 72 38 27 $ 37,755 $ E 5,000 $ 42,755 b Schedule Mena 16 76 88 48 12 E $ 300 $ 32 730 2 Final Hydraulic Anal lysis 32,480 $ sis a 24 24 16 E 11,160 E 1o,soo 3 SurgeAnal is 4 16 z4 $ 21,760 4 Corrosion Anal sis/Cathodic Protection za 40 4o $ 7,3110 $ 53,000 $ 60,380 24 $ 21,120 $ 31,1100 $ 52,920 5 Geotechnical irne81 ation 2 e 16 12 16 E B,e10 E s6sa7 $ 2,500 $ 95,957 6 Survey&Easement Documentation e 8 a $113,200 $ 117,720 $ E 12,800 7 Coordination with Environmental Consultant 24 40 24 $ 130,520$ 16,520 $ $ aoo $ 16,920 8 Prepare and submit Plans&Specifications a 60%plans and specifications $ - $ $ 180 1025 1070 1050 852 144 $ 565,905 $ - E 12,000 $ 577,905 b 90% lens ands ifiCat ionsons 90 400 320 320 288 48 $ 198,990 $ E 7,500 $ 206,490 c Final lens ands eci T/Co ns 80 400 320 320 284 75 $ 197,880 $ $ 7,500 $ 205,380 9 ROW ermitti TXDOT/Coun a 32 60 5o 40 12 $ 2a,33o $ $ 1,000 25,330 10 En ineees o Inion of robable construction cost. 24 40 e0 60 40 16 S 3a,5oo $ $ 34,500 11 TCEQ A rover&Coordination 16 40 40 16 16 4 $ 20,080 $ S 1,000 $ 21,080 12 Pre are&Submit Final Bid Documents 2 constn contracts a 12 16 /s 2a 1s $ 11,020 E E a,000 $ 15,020 SUBTOTAL-B' ; C Bidding an ontraM wa 1,303,650 182,04 54,000, 1,53%697 1 Attend re-Bid conference, a 16 16 2 $ 7,280 $ 7,950 $ 500 $ 15,730 2 Prepareu to three 3 Addenda per contract 12 24 40 40 40 1e $ 21,220 $ 17,190 $ 1,500 $ 39,910 3 Answer uestions duringhe bidding process 12 24 44 a 1s a S 16,0e0 E 5,300 $ 21,380 4 Attend the Bid o nin s. 6 a e a $ a,2so $ 2,sso $ 6,940 5 Receive and evaluate bids and make recommendations on awarda 16 16 z E 7,020 $ 5,300 S soo SUBTOTAL-PHASE.II C 8 5, 8 9 $ 192 8200 Total-Supplemental Agreement No.1-Final Design ; 1,521,320 $ 606,147 ; 64,600 ; 2,192,067 Orginal Contract Amount-Preliminary Design $ 1,216,112 Grand Total-Orginal Contract+Supp Agreement No.1 $ 3,406,179 4/3/2007 1 Exhibit E_BCRUA Final Design Fee-Raw Water 040307.xls i i Gp i EN� 'DOeaec FI-20(FLOATING INTAKE) to MGp DWI-154(DEEP WATER INTAKE) 12 RW•1(36"RAW WATER LINE) C RW-2(78"RAW WATER LINE) \ RW-3(64"RAW WATER LINE) 105.8 MGD Very�o �SMGp RW-4(78"RAW WATER LINE) Regional WTP peQatk RW-5(96"RAW WATER LINE) . WTI,-PH 1(WATER TREATMENT PLANT(PHASE 1)(3)(4) TW-1(78'TREATED WATER LINE) TW-2A&28(78772"TREATED WATER LINE) TW-2C(72'TREATED WATER LINE) TW-3(48"TREATED WATER LINE) SanCep,dy Creek ; WTP Lime a Fbati Cedar P rk WTP I ROUND ROCK,CEDAR PARK, &LEANDER REGIONAL WATER SUPPLY PROJECT 153 Water PROJECT SCHEDULED FOR COMPLETION-SPRING 2010 ,, ke I �3 V f1(15C�,IN<IL U,PG WATER;NEI^J HOPE RC Wi�TERLINL DATE: April 5, 2007 SUBJECT: City Council Meeting - April 12, 2007 ITEM: 11.F.6. Consider a resolution authorizing the Mayor to execute Supplemental Contract No. 1 with Carter & Burgess, Inc. regarding the Raw Water Barge and Pipelines 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 Raw Water Barge and Pipelines. 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: $845,261 Source of funds: Capital Project Funds (Self-Financed Utility) Outside Resources: Carter & Burgess, Inc. Background Information: This Supplemental Agreement No. 1 for Final Design Services for the Raw Water Barge and Pipelines, include the raw water floating intake barge, and the associated raw water pipelines to deliver Lake Travis Water to the Regional Water Treatment Plant. 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 $2,192,067 with Round Rock's share being $845,261 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: CARTER&BURGESS, INC.("Engineer") ADDRESS: 2705 Bee Cave Road, Suite 300, Austin, Texas 78746 PROJECT: Raw Water Barge and Pipeline 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 `SOwners') and Carter & Burgess, Inc., (hereinafter called the"Engineer'). WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the "Contract", on the 21st of December, 2006 for the Raw Water Barge and Pipeline for the Cedar Park/Round Rock/Leander Regional Water System Improvements 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$2,192,067.00 to a total of$3,408,179.00; and NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract is amended as follows: I. Article 1, Owner's Services shall be amended as set forth in the attached Addendum To Exhibit A. II. Article 2, En igineering 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. III. Article 4. Compensation and Exhibit E, Fee Schedule shall be amended byincreasing by $2,192,067.00 the lump sum amount payable under the Contract for a total of$3,408,179.00, as shown by the attached Addendum to Exhibit E. Supplemental Contract#1 Rev.07l06l06 CORR Project#WA05TRVRAW $4275 1 129710140.4622 -o 7-0q-�a-1 I F(o IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental Contract in duplicate. CITY OF ROUND ROCK,TE S APPROVED AS TO FORM: By: N , Mayor4steps, eets, 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. CARTER& BURGESS, INC. By 99.499 O�fn� T John Lindner, P.E., Mangy nig Principal 5. ADDENDUM TO EXHIBIT A Owner's Services The changes to the owner's services are as follows: The Owners will provide to the Engineer under this agreement the following itemshr formationlassistance: 1. Provide CADD standards for use on this project. 2. Provide standard details and details of standard finished water metering system that will be used for the Leander connection to Segment 2c. 3. Provide standard products list, standard specifications for pipe, valves, metering system, and other standard components for use on this project. 4. Provide overall SCADA system and integration protocol for the project and SCADA equipment specifications for the metering system. 5. Facilitate and attend meetings as necessary to complete the work in accordance with Exhibit D—Work Schedule. 6. Provide prompt review of submittals in accordance with Exhibit D—Work Schedule. 7. Provide design and planning criteria for the project, including criteria for transmission main and roadway planning. ADDENDUM TO EXHIBIT B Engineering Services The changes to the scope of this project are as follows: EXHIBIT B— ENGINEERING SERVICES SUPPLEMENTAL AGREEMENT NO. 1 — FINAL DESIGN BCRUA REGIONAL WATER SUPPLY PROJECT RAW WATER SYSTEM April 3 200 SCOPE OF WORK The objective of this project is to provide final plans and specifications for the BCRUA Regional Raw Water System and as well bidding and award services. The BCRUA Regional Raw Water System includes modifications to the Twin Creeks floating intake and raw water pipeline Segments 1 —4 from the Cedar Park WTP to the proposed BCRUA Regional Water Treatment Plant. Major facilities included in the floating intake design include: • Expansion of existing Twin Creek floating intake barge • Addition of 8-900 Hp pumps, valves and appurtenances • Flex hoses from barge to shore • Raw water main from flex hose header to Cedar Park WTP • New electrical building at the existing Cedar Park WTP Final design will be performed for the recommended alternative identified in the Preliminary Design Report. Maximum length of pipeline included in the design will be as follows: Open Cut Pipeline Segments • Segment 1 —5,000 I.f. of 36"TM + Segment 2—20,400 I.f. of 78"TM • Segment 3—4,200 I.f. of 64"TM • Segment 4— 14,100 I.F. of 78"TM Tunneled Pipeline Segments • FM 1431 — 200 I.f. of 78" Tasks included in the final design, bidding and award services are further described herein. FINAL DESIGN SERVICES A. FLOATING INTAKE DESIGN After acceptance by BCRUA of the final revised Design Report and upon written authorization, plans and contract documents shall be complete in every respect and shall conform to the criteria applicable to the BCRUA, stakeholder codes and ordinances, State and Federal Regulations. Carter&Burgess BCRUA Raw Water Intake and Pipeline Supp Agree No. 1 -Final Design Engineering Services 1. Communication/Coordination: Conduct bi-weekly meetings for information transfer and periodic briefings to inform the BCRUA of the status of the project. Prepare status reports for review on a biweekly basis. Prepare and conduct one Executive Briefing for BCRUA Board of Directors. 2. Finalize Hydraulic Analysis/Pump Selection: a. Update Hydraulic Model - Update the hydraulic model during final design after details on the floating intake pump station;such as valving, hose lengths, etc.;are available. Document the Hydraulic Analysis/Confirmation effort, including text, exhibits, and model output as appropriate, to be included in the Final Engineering Design Report. b. Finalize Header Sizes and Develop System Head Curves- Using updated model, finalize the header pipe and hose sizes proposed in the Preliminary Design Report meet the design criteria. Develop the limiting system head curves for the Twin Creek raw water pumps throughout the range of flows and lake water surface elevations. c. Finalize Selected Raw Water Pumps-Review any system changes to prepare final head-flow curves to select the Twin Creeks raw water pumps in the system model and confirm the pumps will function as intended throughout the range of flows and head conditions. We have assumed two sets of pump curves will be input and analyzed. 3. Surge Analysis: Prepare a surge analysis(for the recommended alternative only) of the proposed pump system piping in sufficient detail to determine the required surge control facilities (Advantica). Recommend case simulations for investigation. For the proposed project the following would be typical candidate cases for simulation of surges: a. Base Case Simulations- CASE 1 Normal pump shutdown with valve operation CASE 2 Pump Startup with full pipe and valve operation CASE 3 Total power failure of all operating pumps CASE 4 Partial power failure - 50% of operating pumps The transient cases shall be simulated for base case conditions, as-built, or as designed for the flow conditions agreed on between the Engineer and BCRUA. All existing surge protection devices or proposed devices shall be included in the analysis. b. If the maximum allowable surge pressures in the system are violated under conditions in "a" above, additional surge protection devices will be sized and added to the model. The cases in "a" above will be re-run at the flow rates to determine the locations (if any), size, characteristics, and new set pants for both existing and new surge protection devices on the system. c. Review and interpret results of the computer simulations and provide a written report with graphs and plots of the simulation results. d. Design of surge control and/or flow control measures. e. Incorporate surge control measures at pumps as required. 4. Technical Criteria. Provide technical criteria, written descriptions, and design data for BCRUA's use in filing applications for permits from, or approvals of, governmental authorities having jurisdiction to review or approve the final design 4/3/2007 Page 2 Carter&Burgess BCRUA Raw Water Intake and Pipeline Supp Agree No. 1 -Final Design Engineering Services of the Project; assist BCRUA in consultations with such authorities;and revise the Drawings and Specifications in response to directives from such authorities. 5. Plans & Specifications. Prepare eight(8) copies of preliminary plans(full size) and specifications at intervals of 60%, 90%, and 100% complete, to the BCRUA for review: a. Prepare structural design for floating intake, supports, electrical building, miscellaneous structures and vaults. b. Prepare architectural design for electrical building. c. Prepare SCADA and instrumentation plans. d. Prepare Electrical and HVAC designs for intake and electrical building. e. Prepare plan and profile drawings f. Prepare detail drawings g. Prepare detailed procurement documents for large valves, pipe, and any other major equipment determined to be in the best interest of BCRUA to procure separately, if required. h. Prepare Specifications indicating the scope, extent, and character of the Work to be performed and furnished by Contractor. Specifications shall conform to the 16-division format of the Construction Specifications Institute. 6. SCADA Design. SCADA design will be performed to standards developed by others and approved by Owner: a. Develop project P&ID's b. Develop project's specifications c. Participate in project coordination meeting with SCADA integrator d. Meet with Owner and Customers personnel to discuss the necessary technical issues. e. Meet with equipment vendors to verify design issues. f. Incorporate SCADA plans/specs into final bidding documentations. 7. Estimate of Probable Costs. Prepare and submit engineer's opinion of probable construction cost. Iternized breakdown of opinion of probable construction cost will be based on final plans and specifications. 8. TCEQ Approval. Submit plans and contract documents to TCEQ for review and conduct up to two (2)meetings with TCEQ to discuss project plans and specifications. 9. Revise the Bidding Documents in accordance with comments and instructions and submit eight(8) sets of plans (full "D" sized Prints 22"x 34") and specifications suitable for advertising. Final plans and specifications will also be provided on CD in electronic format. Reproduction of bid sets will performed by a separate reproduction company in Cedar Park, Leander and/or Round Rock. Final estimate of probable cost will also be provided with final bid documents. 10.Marine Soil Borings. Perform three (3)marine soil borings at the proposed location of the deep water intake. Borings will be made at lake bottom 4/3/2007 Page 3 Carter&Burgess BCRUA Raw Water Intake and Pipeline Supp Agree No. 1 —Final Design Engineering Services elevations elevations of 660 msl, 610 mgs, and 580 msl. Each boring shall be drilled to a final depth of 540 msl. Total depth of all borings shall not exceed 230 linear feet. Does not include lab testing or evaluation of core samples. B. RAW WATER PIPELINE SEGMENTS 1-4 DESIGN Prepare complete plans and specifications for the new raw water pipeline outlined in the approved design report: 1. Coordination and Communication: a. Communication. Conduct monthly meetings for information transfer and periodic briefings to inform the BCRUA of the status of the project. Prepare status reports for review on a biweekly basis. Prepare and conduct one Executive Briefing for BGRUA Board of Directors. b. Program Schedule Management. Develop and maintain MS Projects schedule for overall BCRUA Regional Water System Phase 1 Program (Raw Water,WTP, Seg 1, Seg 2C). Includes up to three (3) meetings with BCRUA team to develop schedule for individual contracts and performing monthly updates. Monthly updates shall be provided by respective consultant for each particular project(GDM—WTP, LAN —TM- 1, K Friese—TM-2C, C&B— Raw Water). 2. Final Hydraulic Analysis: a. Update Hydraulic Model — Update the hydraulic model during final design after the final pipeline alignment is selected and field surveyed elevations are available. Document the Hydraulic Analysis/Confirmation effort, including text, exhibits, and model output as appropriate, to be included in the Final Engineering Design Report. b. Finalize Pipe Sizes and Develop System Head Curves— Use the raw water system model to verify the pipe sizes proposed in the Preliminary Engineering Report meet the design criteria and to develop the limiting system head curves for the Twin Creek raw water pumps throughout the range of flows and lake water surface elevations. The results of the analysis will be summarized in a Design Report and submitted to BCRUA. 3. Surge Analysis: Prepare a surge analysis(for the recommended alternative only) of the proposed pipeline in sufficient detail to determine the required surge control facilities for protection of the pipeline(s) (Advantica). Recommend case simulations for investigation. The simulation cases evaluated will be the same as described for the floating intake surge analysis. 4. Cathodic Protection Analysis: This work will be done in conjunction with other geotechnical testing. Field survey work will include the following (Corrpro): a. Soil resistivity measurements will be recorded every 1,000 feet in accordance with ASTM G57-95. Measurements will be performed from grade to depths of five, ten and fifteen feet. b. Soil samples will be provided to Corrpro by a geotechnical firm with one sample from each of the borings, collected at an elevation near the 4/3/2007 Page 4 Carter&Burgess BCRUA Raw Water Intake and Pipeline Supp Agree No. 1 -Final Design Engineering Services bottom of the proposed pipeline. In addition, groundwater samples will be collected whenever possible. c. Pipeline alignment will be surveyed with respect to crossings of foreign pipelines and paralleling utility systems. Existing cathodic protection systems and locations of foreign line test stations will be identified.The impact of the foreign pipeline crossings will be assessed. d. Pipeline alignment will be surveyed for possible induced AC interference and the need for protection under fault conditions. e. Atmospheric conditions will be assessed to aid in the selection of coating systems for above grade piping and water facilities. f. Dimensional field sketches will be created of possible locations for cathodic protection anodes. Locations of secondary AC service, foreign line crossings and sites for the installation of corrosion protection devices will be noted. g. Soil resistivity test data will be evaluated including the use of Banes Layer techniques for determining resistivity of the soil layer where the pipe is to be installed. h. Soil samples collected by the geotechnical firm will be laboratory tested by Corrpro. Soil samples will be tested for moisture content, pH, chloride ion concentration, sulfide ion concentration and conductivity. i. AC and DC interference test data will be tabulated and analyzed using computer models. j. All data will be compiled and an overall analysis of the conditions for galvanic and electrolytic corrosion on pipeline will be performed. k. Prepare a report to document test data, analysis and recommendations. Five (5) copies of the report will be supplied for distribution. A copy of the final report will also be supplied in PDF format. 5. Geotechnical Investigation: Provide a general soil analysis for the preferred pipeline alignment. Conduct a geotechnical investigation, including soil borings and laboratory analyses, and provide a general soil analysis along the preferred alignment. Provide recommendations for dewatering, pipeline construction, trenching, and trench safety.(Holt) a. Laying out soil borings in the field and coordinating utilities (electrical, water,wastewater, sewer, telephone, and gas)with line locators. Borings will be laid out along the alignment on approximately 1,000 foot centers except at creek crossings and at the existing Cedar Park Water Treatment Plant. Three borings are planned between Lime Creek Road and the Cedar Park WTP on approximately 500 foot centers and borings will be drilled on each side of the three creek crossings. b. Recommending the number, location, and depth of proposed borings and the associated sampling and testing program for bores at the proposed deep-water intake site and at Cedar Park's existing water treatment plant. Review the boring logs, test reports, and geotechnical findings and recommendations, and integrate the results into the project recommendations. c. Obtaining street cut permits as necessary for drilling. d. Provide all necessary manpower, equipment and materials for drilling, logging and sampling 53 to 58 soil borings to depths of approximately 15 feet to 35 feet each. Borings along the alignment will be drilled to 15 feet and 35 feet at creek crossings. All bore holes will be sampled using 4/3/2007 Page 5 Carter&Burgess BCRUA Raw Water Intake and Pipeline Supp Agree No. 1 —Final Design Engineering Services Shelby tubes or split-spoon samplers as appropriate. Grab samples of coarse sand and gravel will be obtained for grain size analysis. A Christianson wireline core barrel will be used to core selected rock samples for strength testing. e. Field logging to include visual classifications, percent core recovery, RQD and pocket penetrometer tests. f. Plugging all bore holes upon completion of the drilling operations. g. In-house logging of the cores by a geologist and geotechnical engineer. h. Laboratory testing of selected samples for Atterberg limits, moisture contents, unconfined compression tests, minus 200 mesh sieves and unit weights. Sieve analyses and hydrometers will be run in cohesionless soils encountered within the pipe zone as necessary. i. A Geotechnical Report will be provided to include a generalized boring location plan, logs of borings with geologic formations, laboratory test results, description of drilling operations, OSHA soil classifications, construction considerations and recommendations for backfill compaction, pipe bedding, lateral earth pressures, bearing capacities and other geotechnical parameters as requested by the structural engineer. 6. Surveying & Easement Documentation:All land surveying services, including aerial mapping,will be performed in accordance with standards and specifications for Surveying and Mapping as outlined SM1-SM6, pages 1-16 and attachments A,B,C, dated 10/26/04, unless otherwise directed. The Surveyor will assure compliance and adherence to all state standards and regulations set forth by the Texas Board of Professional Land Surveyors for the type work performed. The surveyor will provide the required property surveying, design surveying, utility mapping and easement/right-of-way documentation for the proposed alignment including the following services: a. Supplemental ground survey for portions of the alignment not captured on aerial survey. (assume 28 days of field/office) b. Prepare metes and bounds descriptions with attached map of permanent and temporary easements or takings in accordance with SMS, or as instructed. (20 easements max) c. Prepare overall right-of-way/easement strip map to include route, parcel configurations, parcel numbers and project control. (4 maps) d. Survey locations of proposed bores. (50 locations max) e. Survey locations of environmental/archeology features. (8 locations max) f. Pre-construction project control locations for contractor(25 monuments max) 7. Coordination with Environmental Consultant. Provide necessary information related to final design of the pipeline for use in environmental and archeological coordination and permitting. 8. Plans & Specifications. . Prepare eight(8)copies of preliminary plans(full size) and specifications at intervals of 60%, 90%, and 100% complete, to the BCRUA for review: a. Prepare plan and profile drawings b. Prepare detail drawings c. Design special connections 4/3/2007 Page 6 Carter&Burgess BCRUA Raw Water Intake and Pipeline Supp Agree No. 1 —Final Design Engineering Services d. Participate in value engineering discussions with BCRUA to reduce energy, maintenance, and operational costs. e. Prepare erosion control plan. f. Prepare SW PPP g. Design of thrust blocking and/or joint restraints. h. Prepare general traffic control plan (contractor to prepare site specific traffic control plan with means and methods). i. Pavement restoration design j. Prepare Specifications indicating the scope, extent, and character of the Work to be performed and furnished by Contractor. Specifications shall conform to the 16-division format of the Construction Specifications Institute. 9. ROW Permitting. Prepare all required TXDOT, County ROW, and City ROW permits as identified in the Design Report. All fees shall be paid by BCRUA. Does not include environmental, archeological, or other permits. 10. Estimate of Probable Cost. Prepare and submit engineer's opinion of probable construction cost. Itemized breakdown of opinion of probable construction cost will be based on final plans and specifications. 11. TCEQ Approval. Submit plans and contract documents to TCEQ for review and conduct up to two(2) meetings with TCEQ to discuss project plans and specifications. 12. Final Bid Documents. Revise the Bidding Documents in accordance with comments and instructions and submit eight(8) sets of plans(full "D"sized Prints 22"x 34") and specifications suitable for advertising. Final plans and specifications will also be provided on CD in electronic format. Reproduction of bid sets will performed by a separate reproduction company in Cedar Park, Leander and/or Round Rock. Final estimate of probable cost will also be provided with final bid documents. C. Bidding and Contract Award After acceptance by BCRUA of the Bidding Documents and the most recent opinion of probable construction cost as determined in the Final Design Phase, assist with the Bid Phase of the project. It is assumed that this project will consist of two construction contracts. 1. Attend pre-Bid conference. 2. Prepare up to three (3)Addenda as appropriate to clarify, correct, or change the Bidding Documents. 3. Answer questions during the bidding process. 4. Attend the Bid opening. Assist BCRUA in evaluating of bids, tabulating bids, and make recommendation for construction contract award. 5. Receive and evaluate bids and make a recommendation on award. 4/3/2007 Page 7 Carter&Burgess BCRUA Raw Water Intake and Pipeline Supp Agree No. 1 —Final Design Engineering Services D. Additional Services Additional services are not included in Supplemental Agreement No. 1. Consultant will not proceed with additional services unless authorized in writing by the BCRUA. Additional services include: 1. Section 404 (Clean Water Act) Permit application or threatened and endangered species investigations. It is assumed that all environmental and archeological coordination and permitting will be handled by others and is not part of this scope. 2. Archeological test excavations to determine the significance of any sites found to be located within the project's area of potential affect and any data recovery or mitigation if archeological sites determined to be significant are found. In the event this effort is warranted, we will request this as Additional Services. 3. Construction phase services. Shop drawing review, on-site inspection and other construction related services to be provided in a future Task Order. 4. Tunnel design and tunnel geotechnical services. The pipeline alignment selected will be exclusively cut and cover construction, except for relatively short road crossings. If tunneling is required, an amendment for geotechnical and tunnel design services will be prepared as Additional Services. 5. Easement acquisition. Preparation, negotiation and acquisition of easements. 6. Pre-purchase equipment. Vendor purchase contracts for direct purchase of valves, pumps and/or pipe. E. Project Assumptions The following assumptions and general understanding pertain to the provisions above and form the basis of this proposal: 1. Field survey for existing parcels is for one time only per parcel. 2. Document preparation for easements is considered to be one time only, subject to minor revisions apparent upon review by the client. 4/3/2007 Page 8 ADDENDUM TO EXHIBIT D Work Schedule The changes to the Work Schedule for this project are as follows: _ _._ W.._ .....�__ ...__ _ __.. 5 " 3 2 € }SE k i � 3 f:4 tJ ryry f 1J 3r k F p* �s ._............... If itr � 3;8#88 g Y€ i S i III i j 41 i .. '� s�jk b4lQ�l1R?ox—��§��as,�oaonow»r.n& +�i��h�oantog�a€_ eAee on'� nmw�r+ �wcon �g€SR'y$# s-,w 33 � F 7j G { ILI p £ 41 gj 3 i P 1 � } S Y l s i I 7 AL C :� _.........._ ........ i uY£ g1141114 £ 0w 3#■t 3 w3 11133 € 3 S3 3 3 4 ����� �w3w3�r wFw3 � ww3 � �-www3� waw 3£�� .,� � - w� �� MIN I logo Bill t € € w ! 0 Eli 11 Fw _�.. till r€o 00 0 X10 'g' �,$via. SR�tiBR$joorome €$ ooh t .......... got - £ y fill 111"'i, AND I3 tt 11 A SAM ! .w ......_�-.__ _..... x w � ewMN ti'!au:•i 4wc�:h; 3isYlak}y: • 1111 sn.%i31y i S t 1 i 1 i� E f } i eas♦ OlAZr1�Wl 8 �liy Q._._...�.._.............._. ..._TL; QtR&1 PULL OAMPJ � os++z�u aacvensMd �w"ae exp -� so-. ., i Mu ri ; L - ......... .. s t � rwan�•.i.:r..a-ru•�a<a�su�sra+�stt+snw:.rlu:r: �'+•�-:c iu�ea-catw3 e�arw*w.ur_!. ADDENDUM TO EXHIBIT E Fee Schedule The changes to the Fee Schedule for this project are as follows: Cartes Burges EXHIBIT E-FEE SCHEDULE ■fir+ BCRUA REGIONAL WATER SUPPLY PROJECT-RAW WATER SYSTEM 3-Apr-07 of Project Project Project Designer �T CADD Clerical CaBSuney TgpIC58 Total Sub Expenses TotalServlOes ieepp0er n SWN Supplemonial (km Oeftrion er Engineer memo -Final U4kWgn A FRwing e 1 CommunicatioNCoordination 8 24 24 16 s 11 teD $ 5,300 $ 1,500 $ 17,960' 2 Finalize Hydraulio AnalysistPump Selection a is 24 $ 9,320 S 19,610 $ 27,930 3 6urge is 4 a a $ 3,580 $ 5,300 $ 8,880 4 Provim lechnioal oriter a,written dosoriptions,and design data 4 a a z $ 3,120 $ 8,480 $ 11,600 5 Prepare and subml&Specifications $ $ $ a 60%plans ands edtioations a is a a $ s,70D $ 120,840 $ 1,500 $ 129 100 b 90%plans and speoilicallons 4 6 4 4 $ 3,38D $ 5D,35D $ 1,o00 $ 54,730 c nal plansa specifications 4 a 4 4 $ 3,380 $ 30,210 $ 1,000 S 34,590 d EledricalDosign is iso 275 150 130 $ 9e,485 $ . $ 1,00 $ 97,465 6 es gn 4 a 8 $ 3,6w $ 71,020 $ 74,600 7 En Wear s o ion d robable construction aosl. 4 a 24 g 5 s 10,600 16,500 8 T EQ rovai&COordinalon 8 a a a Is 4,70D $ 3,400 $ sm $ 8,660 9r are&Submit Final Bid Documents a 1s 1s 1s is $ 9,840 S 10,sm $ 1,wo $ 21,740 10 ar ne Solid 8ofings, dee Intake 1 a $ 1,715 $ 60,000 s 100 51 815 SUBTOTAL-A 18.,_ 8,10 B Row Weter Pipeline Sagmrnts 1.4 Dosign 1 Communicallonr000rdination a ommunicallon 72 d24 36 27 $ 37,755 $ $ 5,000 $ 42,755 b de ane mer! is s6 48 12 $ 32,48D $ $ 300 32,780 2 Final aul c na is 8 24 i s $ 11 180 $ 10,600S 21 7603 u e n is 4 24 $ 7380 $ 53,0D0 60 3B0 4 Corrosion Ana W alhodic Proledion 24 40 24 $ 21120 $ 31 ADD 52 920 5 Geotechnical invests tion 2 1s 12 is $ M10 $ 88,847 $ 2,500 $ 95,957 6 Survey&Easement Documentation a a a $113,200 S 117,720 S $ 12,800 $ 130,520 7 Goordnalion with Environmenial Consultant 24 40 24 1S 18,520 $ $ 400 $ 16,920 8 Prepare and submit Plans&Spedioation3 g $ $ a 60%plans ancl speoilicaltons 180 1025 1070 1050 852 144 Is 565 s $ 12,000 $ 577 905 b 90%plans and specifications Bo 400 320 320 268 48 $ 188 $ $ 7,500 $ 206,490 c Final plans adds "IOations 80 4Do 320 320 284 75 $ 197880 $ S 7,5Do $ 205 380 9 ermilti ou M 4 32 6D so 40 12 $ 24,330 $ $ 1,000 $ 25,330 10 n neaps o nion probable oonstructlon cost. 24 40 w so 40 1s $ 34,600 $ 34,500 it rove &(;ooratnalliOn is 4D 40 is is 4 $ 20,080 $ $ 1,0D0 21,080 12 Prepare&Submit Final Bid Documents 2 consm contracts a i2 1s 16 24 1s g 11,020 $ s 4,000 $ 15,020 SUBTOTAL-B 1 1,303,850 54000 t C BkIdkV and neo 1 Attend re-Bidconterenca a 1s is 2 $ 7,280 $ 7,9w s 500 15,730 2 Pr are u to three 3 AOtderda er contract i2 2, 40 a0 40 is q 21,220 $ 17,190 $ wo $ 39,910 3 swat queSi ons dur n t e bidcf rocoss 12 24 44 8 16 4 $ 18,08D s 5,300 $ 21,3B0 d Attend the bla c nins. s a 8 4 $ 4,290 $ 2,85D $ 6,940 5 Receive and evaluate bids and make recommendation on award 4 /s 1s a 2 $ 7,020 $ 5,300 S 500 $ 12 820 SUBTOTAL-PHASE 1 C 2,500 1 a,780 Total-Supplemental Agreement Na i-Final Design $ 1,621,320 1$ 606,147 $ 64,600 $ 2,192,067 Orginal Contract Amount-Preliminary Design $ 1,218,112 Grand Total-Orginal Contract+Supp Agreement No.1 $ 3,408,179 4/3!2007 1 Exhibit E_BCRUA Final Design Fee_Raw Water 040307.xis