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