Loading...
R-07-04-12-11F7 - 4/12/2007 RESOLUTION NO. R-07-04-12-11F7 WHEREAS, the City of Round Rock has previously entered into a Contract for Engineering Services ("Contract") with K. Friese & Associates, Inc. for the Water Transmission Line, Segment 2C for the Cedar Park/Round Rock/Leander Regional Water System Improvements Project, and WHEREAS, K. Friese & Associates, 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 K. Friese & Associates, Inc. , Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City Supplemental Contract No. 1 to the Contract with K. Friese & Associates, Inc. , a copy of same being attached hereto as Exhibit "A" and incorporated herein for all purposes. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this 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, 2007 . O:\wdox\RESOLUTI\R70412P7.WPD/=C/0199-4622 LEVWELL, or Cit of Round Rock, Texas A TEST )�A J 4&;Lu R. CHRISTINE R. MARTINEZ, City Secr@tary 2 STATE OF TEXAS § COUNTY OF WILLIAMSON § SUPPLEMENTAL CONTRACT NO. 1 TO CONTRACT FOR ENGINEERING SERVICES FIRM: K.Friese&Associates,Inc.("Engineer") ADDRESS: 7600 Burnet Road,Ste.290 Austin,Texas 78757 PROJECT: Transmission Line Segment 2C for the Cedar Park/Round Rock/Leander Regional Water System Improvements This Supplemental Contract No. 1 to Contract for Engineering Services is made by and between the CITY OF ROUND ROCK, (hereinafter referred to as "Round Rock"),the CITY OF CEDAR PARK, (hereinafter referred to as "Cedar Park"), the CITY OF LEANDER, (hereinafter referred to as "Leander"), (all collectively referred to hereinafter as "Owners") and K. Friese & Associates, Inc., (hereinafter called the"Engineer"). WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the"Contract", on the 21 st day of December, 2006 for the Transmission Line Segment 2C 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$627,561.00 to a total of$819,480.00; 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 $627,561.00 the lump sum amount payable under the Contract for a total of $819,480.00, as shown by the attached Addendum to Exhibit E. Supplemental Contract#I Rev.07/06/06 CORR Project#WA05TRVRAW 84275 113139/0140.4622 EXHIBIT "All A►► 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. K.FRIESE &ASSOCIATES,INC. By: � Q+arr" 4 Karen Fr ese, P.E., President 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 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: PROJECT UNDERSTANDING The Brushy Creek Regional Utility Authority (BCRUA) Water Project consists of two phases. The first phase includes improvements to Cedar Park's existing floating intake, construction of raw water and treated water transmission lines, and construction of a 30 MGD regional water treatment plant. The second phase of the project involves construction of a 142.2 MGD deep water intake near Volente, and associated raw water lines to supply the regional plant, and Cedar Park's water treatment facilities. The raw water intake will also provide 1.4 MGD to the Twin Creeks golf course to meet a commitment by Cedar Park. The system will ultimately provide 105.8 MGD of treated water to the participants with plant expansions occurring as they are needed. The treated water transmission line has been broken into five segments; Segment 1, Segments 2a and 2b (under construction), Segment 2c, and Segment 3. Segment 2c consists of approximately 7,900 linear feet of 72-inch diameter pipeline from the termination point of Segment 2b at approximately 1,200 linear feet west of the intersection of County Road 180 and County Road 185, and extends to the east side of Partner Lane, at which point the future Segment 3 begins. A metered connection point for the City of Leander will be installed on the west side of Partner Lane. System participant demands indicate that the regional water treatment plant must be on-line and supplying water by 2008 in order to meet the needs of Cedar Park. However, short-term agreements between Cedar Park, Round Rock and LCRA will delay the need for new water supply until summer 2010. The overall schedule of the project developed by the Owner is summarized below and a detailed schedule for Segment 2c developed by KFA is attached. Preliminary Design Services: January 2007 to March 2007 Final Design and Bidding: May 2007 to October 2008 Construction: November 2008 to February 2010 ASSUMPTIONS 1. Carter & Burgess will develop CADD standards for use on this project under separate Contract. 2. LAN will develop standard details and a standard finished water metering system under separate Contract that will be used for the Leander connection to Segment 2c. LAN's design will include valve vaults and meters vaults and no structural engineering will be required by KFA. 3. LAN will develop a standard products list and standard specifications under separate Contract for pipe, valves, metering system, and other standard components, and those specifications will be used on this project. 4. CDM will develop overall SCADA system and integration protocol for the project under separate Contract. SCADA equipment for the metering station will be specified by CDM and the only electrical engineering required by KFA will be site specific electrical service. 5. The project is within the City of Cedar Park, separate floodplain permitting will not be required. SCOPE OF SERVICES — FINAL DESIGN AND BID PHASES DESIGN PHASE 1. Meetings and Status Reports —KFA will attend regular status meetings with the Owner to review progress and upcoming work. For budgeting purposes we have assumed twenty (20) progress meetings (including review meetings at the 60%, 90%, and 100% design phases) and twelve (12) status reports. KFA will produce meeting minutes pertaining to Segment 2c for each meeting. 2. Tree Survey a. SWCA will inventory all protected trees (trees greater than 8-inches in diameter) by flagging, tagging, and recording information specific to each tree in a 120-foot corridor along the project alignment. The trees will be located by Inland Civil Associates, LLC (Inland) during the design survey and pertinent information will be shown on the project construction plans. 3. Environmental Survey a. Environmental Survey: SWCA will conduct literature searches for sensitive natural and cultural resources that could pose constraints to the proposed transmission main routes. A search of the files and maps at the Texas Parks and Wildlife (TPWD), Texas Historical Commission (THC), and Texas Archaeological Research Laboratory (TARL) will be conducted to identify and map endangered or threatened species, sensitive natural communities, or sensitive historic or pre-historic resources known to occur in close proximity to the study area. Additional sources of information that will be utilized include published reports, aerial photographs, maps, and records at the Texas Natural Resources Information Systems archives. The information obtained from these efforts will be used to help identify potential permitting and alignment constraints. Following the literature search, SWCA will conduct a brief field reconnaissance to verify the results and to locate unrecorded constraints along each route under consideration. The results of the literature search, permitting identification, and field reconnaissance will be documented in an environmental constraints report and map. SWCA will perform a jurisdictional delineation to identify and quantify waters of the U.S. and wetlands falling within the jurisdiction of the USACE. SWCA will conduct an intensive survey of the waterline alignment in compliance with the Antiquities Code of Texas. This includes coordinating with THC and applying for a Texas Antiquities Permit. 4. Design Survey and Easement Metes and Bounds a. Inland will perform a design survey, including a 1-foot topographic survey within a 120-foot wide corridor along the project alignment, record evidence of existing utilities, and the location of geotechnical bore holes. b. Inland will prepare metes and bounds descriptions for permanent water easements and temporary construction easements along the project route for easement acquisition. Inland will provide an overall easement map showing all proposed easements, acreage, owner, and parcel number for the project. The parcel number will be shown on each corresponding metes and bounds description. For budgeting purposes we have assumed permanent and temporary easements for fifteen(15)separate tracts. 5. Easement Acquisition Assistance — KFA will contract with Contract Land Staff, LP (CLS) for easement acquisition assistance to include the following: a. As the horizontal alignment is being finalized, KFA will assist with easement acquisition by preparing one exhibit for each property showing the proposed easements and attending one meeting with each property owner. b. CLS will acquire right of entry agreements for surveying and other additional services required to determine alignment c. Limited title certificates, title services, title commitments, policies, closing and escrow services will be provided by a title company selected by CLS, title expenses will be paid as a pass through cost to BCRUA. Agents will obtain all documents to transfer clear title to the BCRUA. d. If necessary, appraisals will be provided by an appraiser selected by CLS, appraisal expenses will be paid as a pass through cost to BCRUA. e. CLS will furnish recording information and copies of recorded documents to the BCRUA. f. CLS shall send initial letters describing the need for the easement and benefits to the effected property owners, if any. The easement conveyance document will be included in this submission. g. After the initial letter, CLS will continue to contact and negotiate with each owner in an attempt to acquire the necessary easement. At the BCRUA's discretion an amount of compensation may be tendered to the property owner for settlement. Forms and documents prescribed by BCRUA will be utilized in the negotiation. The negotiation is to include initial contact with landowners by telephone and/or letter. For local landowners, an attempt to initiate face-to-face contacts will be made. If this is not possible, negotiations may be conducted by telephone, fax or mail. h. In the event the easement conveyance is acceptable to the property owner, CLS shall obtain the signatures of the owner(s) of the subject parcel on an instrument conveying the easement(s)to the BCRUA. The executed easement document will be recorded in the Official Records of Williamson County. i. In the event CLS determines that acquisition of the property from the property owner will not be possible, CLS shall notify BCRUA that an agreement cannot be reached with the Property Owner. CLS will issue a Final Offer Letter to the property owner. The form of the Final Offer Letter shall be approved by the BCRUA. At the end of the time period for response to the Final Offer Letter, CLS shall either, ■ If the property owner agrees to the Final Offer Letter, CLS shall obtain the signatures of the owner(s) of the subject parcel on an instrument conveying the easement(s) to the BCRUA. Any compensation being paid to a property owner by the BCRUA may be delivered or sent to the property owner by CLS. OR, ■ Turn the file for the subject parcel over to the BCRUA for eminent domain proceedings. 6. Geotechnical Investigation a. Fugro Consultants, Inc. will perform a geotechnical investigation and document the findings in report form. The investigation will include borings at approximately 500-foot intervals along the project route, installation and monitoring of 4 piezometers,and laboratory testing. 7. Pipeline Design a. Using information from the tree and design surveys and geotechnical investigation, KFA will finalize the horizontal alignment. b. Once the horizontal alignment has been finalized, KFA will develop construction plans, contract documents and technical specifications for the project. Construction plans will include notes, plan and profile sheets, erosion and sedimentation controls, tree protection, traffic control, design of thrust blocking and/or joint restraints, size and location of air and vacuum valves, location of fire hydrants, drain valves, and manways, and detail sheets, at a minimum. Standard details developed by LAN will be used as applicable, and special details and specifications will be developed. Contract documents will also include a storm water pollution prevention plan(SWPPP). c. KFA will prepare a plan for disposal or reuse of disinfection and testing water and incorporate it into the technical specifications. d. Cathodic Protection Analysis: This work will be done in conjunction with other geotechnical testing. Field survey work will include the following: soil sampling, soil resistivity measurements, location of existing cathodic protection systems and induced AC and DC interference. e. Corrosion Analysis: Following the analysis of the electrical data and the soil test results, corrosion protection and stray current control requirements will be defined for dielectrically coated, welded steel pipe; ductile iron pipe; and AWWA C-301 prestressed concrete cylinder pipe. 8. Permitting a. We expect the project to fall under Nationwide Permit 12 (NWP 12). US Army Corps of Engineers (USACE) notification is not required as a condition of NWP 12. SWCA will work with KFA to ensure the final project plans and specifications meet the terms and conditions of NWT 12. If conditions are such that pre-construction notification (PCN) of the USACE is required (greater than 0.10 acres of jurisdictional waters of the US or wetlands are impacted), SWCA will prepare and submit the PCN. b. KFA will submit plans and specifications to TCEQ documenting the project and address any comments or requests for additional information typically necessary for construction approval. 9. Deliverables a. KFA will produce a Final Design Report documenting the rationale for pipeline design and alignment selection, the USACE Jurisdictional Waters Delineation, and the Cultural Resources Survey. b. KFA will provide 60%, 90%, and 100% submittals to the Owner for review and comment. Submittals will include 8 sets of full size drawings and contract documents and technical specifications, as they are developed. Each submittal will also include an updated project cost estimate. c. The final submittal will include 8 full size set of reproducible construction plans and contract documents and technical specifications and one electronic set of construction plans, contract documents and technical specifications. BID PHASE 1. KFA will assist the Owner during the Bid Phase with contract document distribution, conducting the pre-bid conference and bid opening, and providing assistance throughout the bidding process. Services during the bid phase will include: a. KFA will coordinate with reproduction businesses in Round Rock, Cedar Park, and Leander, as available, for reproduction and distribution of the plans and contract documents. b. Attend pre-bid conference. KFA will attend the pre-bid conference, document any questions and any responses provided at the meeting, and issue follow-up addenda if necessary. c. Interpret plans and specifications and draft addenda, as necessary, for issuance by the Owner. Three(3)addenda have been assumed for budgeting purposes. d. Attend bid-opening,prepare bid tabulation and issue a recommendation for award to the Owner. KFA will attend the public bid opening. After receipt of bids, KFA will tabulate the bids in unit price format. KFA will evaluate the bids for responsiveness, meet with the low bidder if necessary, and issue a recommendation of award to the BCRUA. ADDENDUM TO EXHIBIT D Work Schedule The changes to the Work Schedule for this project are as follows: Z a 8 B' LL a; � I 1 m 5 j z w cl W _C3 W r ULu.e .... .. i... .... of m lo y 9 .3 2 3 5 r t 3 z LL LL LL 3 .� r S F r 3 3 3 3 ;� � � � :� $ �' E ' 3 9 3 8 3 3 � .3 . .�_$ � � '� 3 3 � � � � � � � � � � � u` u` off' a •� Z g ¢ rc rc $ $ m s alu ` 41o 3 Z. o ADDENDUM TO EXHIBIT E Fee Schedule The changes to the Fee Schedule for this project are as follows: FEE SCHEDULE- FINAL DESIGN AND BID PHASE EXHIBIT E BCRUA REGIONAL WATER SYSTEM IMPROVEMENTS TRANSMISSION LINE SEGMENT 2C Project Project CADD Sub - Principal Manager Engineer Tech Clerical Total Labor Total Labor Consultant Expenses Total Task Hours Hours Hours Hours Hours Hours Cost Cost Cost I Cost Final Design 1 Meetings(20)and Status Reports(12) 40 120 40 40 20 260 $31,549 $0 $1,000 $32,549 2 Tree Survey 0 8 16 8 0 32 $3,559 $3,400 $100 $7,059 3 Environmental Survey 0 4 8 4 0 16 $1,780 $3,400 $0 $5,180 4 Design Survey&Easement Metes&Bounds 0pp 24 48 40 0 112 $12,023 $69,491 $0 $81,514 ...- ': a 5 Easement Acquisition Assistance 15 esmts 8 40 40 60 20 168 $17,430 $62,500 $45,000 $124,930 6 Geotechnical Investigation 0 8 24 4 0 36 $4,108 $65,600 $0 $69,708 7 Pipeline Design 28 176 596 640 48 1488 $151,317 $18,560 $600 $170,477 -76 .Jf7E 1i1'l7i'� qy.3A', .11ae ����§�1��t�y �Y Vt e' WS4I![LIf/V rF,S �Flfik �' �19��r';`{ V ��. :;1 � ;` €+ `�'..-_� _� �,`? ��l''5�-v+ �t-€. v�.�-'-. � x-v� Y r .}• ; ,. 8 Permitting �/ may y 2� 12 18 �6y 0 38 x$4,460 $2,000 $500 $6,960 DO 9 Deliverables 16 48 92 86 40 282 $28,867 $0 $5,500 $34,367 }. 9f/ Z4. 10 Project Management 48 160 40 0 40 288 $36,141 $0 $36,141 11 i IQAIQC 80 60 40 0 0 180 $24,411 $7,200 $200 $31,811 Sub-Totair 222 660 962 1 888 168 2,900 $315,644 S232.151 S52 900 5600 695 Bid Phase 1 Bid Phase Services 12 42 104 16 56 230 $23,8651 $2,500 $800 $27,165 48thl'i+ 'X9t9XtG'@ 'fie `;��� - .�,,., ., .. 't�'�,��`• }� ,��.�'�. _ u,?� - ' rte- a,,,,r Sub-Totall 12 42 104 16 56 230 $23,865 $2,500 5800 F$27,165 TOTAL FINAL DESIGN AND BID PHASE 1 234 702 1,066 904 224 3,130 $339,510 $234,651 $53,700 JF$627,861 Note-Expenses under Final Design Item 5,Easement Acquisition Assistance,includes an estimated$3,000 per tract for 15 tracts to obtain title insurance and for appraisal. Actual title and appraisal costs will not be known until field notes are produced. 00113120.xls 1 of 1 Kf F €M,INC. I P S LES o�"ems� Go �•, /,���v���,.ao�MGo . FI-20(FLOATING INTAKE) HvMGo DWI-154(DEEP WATER INTAKE) ��t -12 RW-1(36"RAW WATER LINE) RW-2(78'RAW WATER LINE) RW-3(64"RAW WATER LINE) 105.8 MGD w ,,50Go RW-4(78'RAW WATER LINE) Regional WTP pe �pa - RW-5(96"RAW WATER LINE) . WTP-PH 1(WATER TREATMENT PLANT(PHASE 1)(3)(4) TW-1(78'TREATED WATER LINE) Ch1 9� ti TW-2A d 2B(78772"TREATED WATER LINE) TW-2C(72'TREATED WATER LINE) TW-3(48"TREATED WATER LINE) I I a Sandy reekWTP LimeG i c 20 M ar P rk ng i ROUND ROCK,CEDAR PARK, &LEANDER REGIONAL WATER SUPPLY PROJECT 153 7 GD PROJECT SCHEDULED FOR COMPLETION-SPRING 2010 P star I Sfi4APS;2tXx5iG:JlNGII PLAPSrAA Il'_PoNL W HOPL Hu WATERLINE DATE: April 5, 2007 SUBJECT: City Council Meeting - April 12, 2007 ITEM: 11.F.7. Consider a resolution authorizing the Mayor to execute Supplemental Contract No. 1 with K. Friese &Associates, Inc. regarding the Water Transmission Line, Segment 2C for the Cedar Park/Round Rock/Leander Regional Water System Improvements Project. Department: Water and Wastewater Utilities Staff Person: Michael D. Thane, Utility Director Justification: This supplemental agreement is for Final Design Services. The Parties of the Regional Water Supply System have agreed to jointly pursue the Final Design Services. These services will provide the final design and bidding phase services required for the construction of the Water Transmission Line, Segment 2C. The Parties according to their ultimate capacity allocation percentage in the Regional Water System shall share all Final Design Costs. The percentages for this segment are Round Rock, 51.78%; Cedar Park, 0%; and Leander, 48.22%. Funding: Cost: $324,951 Source of funds: Capital Project Funds (Self-Financed Utility) Outside Resources: K. Friese &Associates, Inc. Background Information: This Supplemental Agreement No. 1 for Final Design Services for the Water Transmission Line Segment 2C, includes easement acquisitions, design of 72-inch water line, and bidding required to deliver treated water to the parties. The engineering fees will be paid on a percentage of the ultimate capacity needed by each Party. The total cost of this contract will be $627,561.00 with Round Rock's share being $324,951. The City of Round Rock's percentage is 51.78%, 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: K.Friese&Associates,Inc.("Engineer") ADDRESS: 7600 Burnet Road,Ste.290 Austin,Texas 78757 PROJECT: Transmission Line Segment 2C for the Cedar Park/Round Rock/Leander Regional Water System Improvements This Supplemental Contract No. 1 to Contract for Engineering Services is made by and between the CITY OF ROUND ROCK, (hereinafter referred to as"Round Rock"),the CITY OF CEDAR PARK, (hereinafter referred to as "Cedar Park"), the CITY OF LEANDER, (hereinafter referred to as "Leander"), (all collectively referred to hereinafter as "Owners") and K. Friese & Associates, Inc., (hereinafter called the"Engineer"). WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the "Contract", on the 21st day of December, 2006 for the Transmission Line Segment 2C 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$627,561.00 to a total of$819,480.00; and NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract is amended as follows: 1. Article 1, Owner's Services shall be amended as set forth in the attached Addendum To Exhibit A. I1. 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 $627,561.00 the lump sum amount payable under the Contract for a total of $819,480.00, as shown by the attached Addendum to Exhibit E. Supplemental Contract#1 Rev.07/06/06 CORR Project#WA05TRVRAW 84275 1 139/0140.4622 -07-04-Ja-11F7 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: a ell,Mayor Stephan . 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. K.FRIESE &ASSOCIATES,INC. Karen F 'ese, P.E., President 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 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: PROJECT UNDERSTANDING The Brushy Creek Regional Utility Authority (BCRUA) Water Project consists of two phases. The first phase includes improvements to Cedar Park's existing floating intake, construction of raw water and treated water transmission lines, and construction of a 30 MGD regional water treatment plant. The second phase of the project involves construction of a 142.2 MGD deep water intake near Volente, and associated raw water lines to supply the regional plant, and Cedar Park's water treatment facilities. The raw water intake will also provide 1.4 MGD to the Twin Creeks golf course to meet a commitment by Cedar Park. The system will ultimately provide 105.8 MGD of treated water to the participants with plant expansions occurring as they are needed. The treated water transmission line has been broken into five segments; Segment 1, Segments 2a and 2b (under construction), Segment 2c, and Segment 3. Segment 2c consists of approximately 7,900 linear feet of 72-inch diameter pipeline from the termination point of Segment 2b at approximately 1,200 linear feet west of the intersection of County Road 180 and County Road 185, and extends to the east side of Parmer Lane, at which point the future Segment 3 begins. A metered connection point for the City of Leander will be installed on the west side of Parmer Lane. System participant demands indicate that the regional water treatment plant must be on-line and supplying water by 2008 in order to meet the needs of Cedar Park. However, short-term agreements between Cedar Park, Round Rock and LCRA will delay the need for new water supply until summer 2010. The overall schedule of the project developed by the Owner is summarized below and a detailed schedule for Segment 2c developed by KFA is attached. Preliminary Design Services: January 2007 to March 2007 Final Design and Bidding: May 2007 to October 2008 Construction: November 2008 to February 2010 ASSUMPTIONS 1. Carter & Burgess will develop CADD standards for use on this project under separate Contract. 2. LAN will develop standard details and a standard finished water metering system under separate Contract that will be used for the Leander connection to Segment 2c. LAN's design will include valve vaults and meters vaults and no structural engineering will be required by KFA. 3. LAN will develop a standard products list and standard specifications under separate Contract for pipe, valves, metering system, and other standard components, and those specifications will be used on this project. 4. CDM will develop overall SCADA system and integration protocol for the project under separate Contract. SCADA equipment for the metering station will be specified by CDM and the only electrical engineering required by KFA will be site specific electrical service. 5. The project is within the City of Cedar Park, separate floodplain permitting will not be required. SCOPE OF SERVICES — FINAL DESIGN AND BID PHASES DESIGN PHASE 1. Meetings and Status Reports — KFA will attend regular status meetings with the Owner to review progress and upcoming work. For budgeting purposes we have assumed twenty (20) progress meetings (including review meetings at the 60%, 90%, and 100% design phases) and twelve (12) status reports. KFA will produce meeting minutes pertaining to Segment 2c for each meeting. 2. Tree Survey a. SWCA will inventory all protected trees (trees greater than 8-inches in diameter) by flagging, tagging, and recording information specific to each tree in a 120-foot corridor along the project alignment. The trees will be located by Inland Civil Associates, LLC (Inland) during the design survey and pertinent information will be shown on the project construction plans. 3. Environmental Survey a. Environmental Survey: SWCA will conduct literature searches for sensitive natural and cultural resources that could pose constraints to the proposed transmission main routes. A search of the files and maps at the Texas Parks and Wildlife (TPWD), Texas Historical Commission (THC), and Texas Archaeological Research Laboratory (TARL) will be conducted to identify and map endangered or threatened species, sensitive natural communities, or sensitive historic or pre-historic resources known to occur in close proximity to the study area. Additional sources of information that will be utilized include published reports, aerial photographs, maps, and records at the Texas Natural Resources Information Systems archives. The information obtained from these efforts will be used to help identify potential permitting and alignment constraints. Following the literature search, SWCA will conduct a brief field reconnaissance to verify the results and to locate unrecorded constraints along each route under consideration. The results of the literature search, permitting identification, and field reconnaissance will be documented in an environmental constraints report and map. SWCA will perform a jurisdictional delineation to identify and quantify waters of the U.S. and wetlands falling within the jurisdiction of the USACE. SWCA will conduct an intensive survey of the waterline alignment in compliance with the Antiquities Code of Texas. This includes coordinating with THC and applying for a Texas Antiquities Permit. 4. Design Survey and Easement Metes and Bounds a. Inland will perform a design survey, including a 1-foot topographic survey within a 120-foot wide corridor along the project alignment, record evidence of existing utilities, and the location of geotechnical bore holes. b. Inland will prepare metes and bounds descriptions for permanent water easements and temporary construction easements along the project route for easement acquisition. Inland will provide an overall easement map showing all proposed easements, acreage, owner, and parcel number for the project. The parcel number will be shown on each corresponding metes and bounds description. For budgeting purposes we have assumed permanent and temporary easements for fifteen(15) separate tracts. 5. Easement Acquisition Assistance — KFA will contract with Contract Land Staff, LP (CLS) for easement acquisition assistance to include the following: a. As the horizontal alignment is being finalized, KFA will assist with easement acquisition by preparing one exhibit for each property showing the proposed easements and attending one meeting with each property owner. b. CLS will acquire right of entry agreements for surveying and other additional services required to determine alignment c. Limited title certificates, title services, title commitments, policies, closing and escrow services will be provided by a title company selected by CLS, title expenses will be paid as a pass through cost to BCRUA. Agents will obtain all documents to transfer clear title to the BCRUA. d. If necessary, appraisals will be provided by an appraiser selected by CLS, appraisal expenses will be paid as a pass through cost to BCRUA. e. CLS will furnish recording information and copies of recorded documents to the BCRUA. f. CLS shall send initial letters describing the need for the easement and benefits to the effected property owners, if any. The easement conveyance document will be included in this submission. g. After the initial letter, CLS will continue to contact and negotiate with each owner in an attempt to acquire the necessary easement. At the BCRUA's discretion an amount of compensation may be tendered to the property owner for settlement. Forms and documents prescribed by BCRUA will be utilized in the negotiation. The negotiation is to include initial contact with landowners by telephone and/or letter. For local landowners, an attempt to initiate face-to-face contacts will be made. If this is not possible, negotiations may be conducted by telephone, fax or mail. h. In the event the easement conveyance is acceptable to the property owner, CLS shall obtain the signatures of the owner(s) of the subject parcel on an instrument conveying the easement(s)to the BCRUA. The executed easement document will be recorded in the Official Records of Williamson County. i. In the event CLS determines that acquisition of the property from the property owner will not be possible, CLS shall notify BCRUA that an agreement cannot be reached with the Property Owner. CLS will issue a Final Offer Letter to the property owner. The form of the Final Offer Letter shall be approved by the BCRUA. At the end of the time period for response to the Final Offer Letter, CLS shall either, ■ If the property owner agrees to the Final Offer Letter, CLS shall obtain the signatures of the owner(s) of the subject parcel on an instrument conveying the easement(s) to the BCRUA. Any compensation being paid to a property owner by the BCRUA may be delivered or sent to the property owner by CLS. OR, ■ Turn the file for the subject parcel over to the BCRUA for eminent domain proceedings. 6. Geotechnical Investigation a. Fugro Consultants, Inc. will perform a geotechnical investigation and document the findings in report form. The investigation will include borings at approximately 500-foot intervals along the project route, installation and monitoring of 4 piezometers,and laboratory testing. 7. Pipeline Design a. Using information from the tree and design surveys and geotechnical investigation,KFA will finalize the horizontal alignment. b. Once the horizontal alignment has been finalized, KFA will develop construction plans, contract documents and technical specifications for the project. Construction plans will include notes, plan and profile sheets, erosion and sedimentation controls, tree protection, traffic control, design of thrust blocking and/or joint restraints, size and location of air and vacuum valves, location of fire hydrants, drain valves, and manways, and detail sheets, at a minimum. Standard details developed by LAN will be used as applicable, and special details and specifications will be developed. Contract documents will also include a storm water pollution prevention plan(SWPPP). c. KFA will prepare a plan for disposal or reuse of disinfection and testing water and incorporate it into the technical specifications. d. Cathodic Protection Analysis: This work will be done in conjunction with other geotechnical testing. Field survey work will include the following: soil sampling, soil resistivity measurements, location of existing cathodic protection systems and induced AC and DC interference. e. Corrosion Analysis: Following the analysis of the electrical data and the soil test results, corrosion protection and stray current control requirements will be defined for dielectrically coated, welded steel pipe; ductile iron pipe; and AWWA C-301 prestressed concrete cylinder pipe. 8. Permitting a. We expect the project to fall under Nationwide Permit 12 (NWP 12). US Army Corps of Engineers (USACE) notification is not required as a condition of NWP 12. SWCA will work with KFA to ensure the final project plans and specifications meet the terms and conditions of NWP 12. If conditions are such that pre-construction notification (PCN) of the USACE is required (greater than 0.10 acres of jurisdictional waters of the US or wetlands are impacted), SWCA will prepare and submit the PCN. b. KFA will submit plans and specifications to TCEQ documenting the project and address any comments or requests for additional information typically necessary for construction approval. 9. Deliverables a. KFA will produce a Final Design Report documenting the rationale for pipeline design and alignment selection, the USACE Jurisdictional Waters Delineation, and the Cultural Resources Survey. b. KFA will provide 60%, 90%, and 100% submittals to the Owner for review and comment. Submittals will include 8 sets of full size drawings and contract documents and technical specifications, as they are developed. Each submittal will also include an updated project cost estimate. c. The final submittal will include 8 full size set of reproducible construction plans and contract documents and technical specifications and one electronic set of construction plans, contract documents and technical specifications. BID PHASE 1. KFA will assist the Owner during the Bid Phase with contract document distribution, conducting the pre-bid conference and bid opening, and providing assistance throughout the bidding process. Services during the bid phase will include: a. KFA will coordinate with reproduction businesses in Round Rock, Cedar Park, and Leander, as available, for reproduction and distribution of the plans and contract documents. b. Attend pre-bid conference. KFA will attend the pre-bid conference, document any questions and any responses provided at the meeting,and issue follow-up addenda if necessary. c. Interpret plans and specifications and draft addenda, as necessary, for issuance by the Owner. Three (3)addenda have been assumed for budgeting purposes. d. Attend bid-opening, prepare bid tabulation and issue a recommendation for award to the Owner. KFA will attend the public bid opening. After receipt of bids, KFA will tabulate the bids in unit price format. KFA will evaluate the bids for responsiveness, meet with the low bidder if necessary, and issue a recommendation of award to the BCRUA. ADDENDUM TO EXHIBIT D Work Schedule The changes to the Work Schedule for this project are as follows: EXHIBIT D Duration St ID Task NaWORK SCHEDULE(Alternate) Ne— art Finish 01'07 02'07 03'07 04'07 _ �7'OB _ 02'08 �3'OB 04'08 (� _ Feb Mar Ma un JW Se Oct N v Feb Mer Me Jun Jul AggOct Nov n r 1 Land Acqu1s10on 76.1 wks Tue 1/2107 Tue 0/17108 _ 2 '"' Landowner Map&Database 1 wk Tue 1/7/07 Mon 1/8107 .... ... _. __... 3 Obtain RigMvf-Entry(Owner) 5 wks Tue 1/9/07 Mon 7/12/07 - .. _. .... 4 ® Prepare Feld Notes 4 Wks Tue 11/27/07 Tue 12/25/07 5 ® LCRA Feld Note Review 2 wks Tue 12/18/07 Tue 1/1/08 ! _ 6 ® Easement Acquisition 24 wks Tue 1/1/08 Tue 6/17/08) 8 P.—Itting 75.8 wks Wad 221107 Tw 8/5108 .. 9 Antiquities Investigation 14.5 wks Wad 2/21107 Fri 611/07 10 Prepare Antiquities Permit 2 wks Wed 2/21/07 Wed 3/7/07 ... _ 11 Obtain Antiquities Perm& _ 4 wks Wed 3/7/07 Wed 4/4/07 [ '12 Field Work 2 wks Mon 3/26107 Fri 4/8/07 _ _. .. ... ... . 13 Dreg Report to KFA 2 wks Mon 4/9107 Fn 420/07 Draft Report to THC 3 wks Mon 423107 Fn 5/11/07 15 THC Approval - 3 wks Mon 5114/07 Fn 6/107 16 Constmetion PermBUng&Approvals 73.8 wks Wed 3/7/07 Tue 815/08 17 USACE 32 wks Wed 3/7/07 Wed 10/17/07 18 Williamson County 44. Tua 527/08. Tue 6/24/08 19 TCEO 16.k. Tue 527/06 Tue 8/5/08 20 1 21 Surveying 8 Geoteeh 30.1 wks Tue 2/13107 Tue 9/11/07 22 ® Set Survey control 5 wks Tue 2/13107 Mon 3/16/071 23 Gsotaehnical Investigation 6 wks Tue 5115817 Tw 626/07 24 : - Field Work _ _ 2 wks-., Tue 5/15107 Tue 5/29/07 .... _... 25 Reporting - 4 wks Tue 529/07 Tue 6/28/07 ...... 26 - Tree Survey 2 wks Tua 5/15107 Tue 529107 27 Design SurveY 16 wks Tue 5/22/07 Tue 9/1107 OL 28 29 'Preliminary Dealgn _. 17.3 wks Tue 1/5107 Wad 512107 ._.... I _.. .. ..... ._.. 80 81 Find Dripn 55.8 wka Wad 512/07 Tue 5127108 i 82 ® IOdc-o8 Meeting with Owner : 0 wks Wed 5/2/07 Wed 50071 t � .. 83 ® .. PrgeU Team IOdo-aff Meeting 0 wks Tue 518107 Tue 5/8/07{ .SIg _ .. 94 UtiMy Research - 4:4.' Tue 5/15107 Tue 6/12107 .. _. _ .. 85 Final Route Selection 1 wk Tue 9/11/07 Tue 9/18/071 e6 - Conatruction Plans and Spec flcaW ns 36 wka Tue 9/18107 Tw 5127108 87 ® 30%Design 6 wks Tue 9/18/07 Tue 10/90/07 _ 88 ® QA/OC8 Repro 2 wks Tue 10/30107 Tue 11/13/071 89 51.7 Design Review Committee Review _ 2 wks Tue 11/13/07 Tue 11/2707 ' 1 90 ® 6D%Design 6 Wks Tue 1127/07 Tue 1/8/08 ffff� 91 ® OA/OC&Repro 2 wks Tue 1/8/08 Tue 1/22/08, 92 Design Review Canmittee Review 2 wks Tue 122/08 Tue 2/5/08 93 ® - 90%Design 8 wks Tue 2/5/08 Tue 3/181681 - 94 OA/OC 8 Repo 2 wks Tue 3/18/08 Tue 4/i/08 .. ._. 95 ® Design Review CommiOee Review 2 wks Tue 4/1/08 Tue 96 ® 100%Design 4 wks� Tue 4/15/06 Tue 5/1308 ... ... _ ... _.. .. 97 ® OA/OC&Repro _.. 2wks Tue 5113/08 Tue 5/2708 _..... _.... _ __.. 98 99 Bid&Award .. 9 wks Mon 9/1818 Fri 10/31108 i .. ... 100 Advemse 3 wks Mon 9/1108 Fn 9/1908 - 101 ® Pre-Bid Meeting 0 wks Fri 9/12/08 Fn 9/12/06 ... ... el 7T2 ® Bid Opening.. 0 wks Fri 9/1908 Fri 9/1906 I 103 ® Award Recon-andation 1 Wk Mon 922818 Fri 9/2608 ...... .... .._ 104 Q ....... Award _... __. 0 wks Fri 10/31108 Fri 10/71/06 _ 0/31 106 Construction.... _ 65w6 Mon 11/3/08 Full 1129/10 _.... ....... ..... .... ..... .. Tue 216107 K FRIESE&ASSOCIATES,INC. Seg2c_Final Design ADDENDUM TO EXHIBIT E Fee Schedule The changes to the Fee Schedule for this project are as follows: FEE SCHEDULE - FINAL DESIGN AND BID PHASE EXHIBIT E BCRUA REGIONAL WATER SYSTEM IMPROVEMENTS TRANSMISSION LINE SEGMENT 2C Project Project CADD Principal Manager Manager Engineer Tech Clerical Total Labor Total Labor Consultant Expenses Total Task Hours Hours Hours Hours Hours Hours Cost Cost Cost Cost Final Design 1 Meetings(20)and Status Reports(12) 40 120 40 40 20 260 $31,549 $0 $1,000 $32,549 2 Tree Survey 0 8 16 8 0 32 $3,559 $3,400 $100 $7,059 3 Environmental Survey 0 4 8 4 0 16 $1,780 $3,400 $0 $5,180 4 Design Survey&Easement Metes&Bounds 0 24 48 40 0 112 $12,0234& mow - $69,491 $0 $81,514 f► 1 ' 4b " &tcualcta" ftp ' fl. �`:_ - ,.<. 5 Easement Acquisition Assistance 15 esmts 8 40 40 60 1 20 K 168 $17,430 $62,500 $45,000 $124,930 6 Geotechnical Investigation 0 8 24 4 0 36 $4,108 $65,600 $0 $69,708 7 Pipeline Design 28 176 596 640 48 1488 $151 317 $18,560 $600 $170,477 76Ptatts1) SPa z h� 7e Pfan fprdtspasaf B"e� 4 t vafec 4 � 3 � 7tl&e Caf odid Pn x 8 Permitting 2 12 18 6 0 38 $4,460 $2 000 $500 $6,960 8a USACiEt*p'12 A" raw 9 Deliverables 16 48 92 86 40 282 $28,8 $0 $5,500 $34,367 rr : a� 9C Finax Plans&-T :,_ �• l _ .f. ,- , ,, ,,n .,: _- Fes. 10 Project Management 48 160 40 0 40 288 $36,141 $0 $36,141 11 QA/QC 80 60 40 0 0 180 $24,411 $7,200 $200 $31,811 'fib Sub-Thfall 222 1 660 1 962 888 158 2,900 $315,644 $232,151 $52,900 $600,695 Bid Phase 1 Bid Phase Services 12 42 104 16 56 230 $23,865 $2,500 $800 $27,165 7a4 ' f r �. #6 b 10 'y ff Sub-Total 12 1 42 1 104 16 56 230 1 $23,865 $2,500 $800 0 $27165 TOTAL FINAL DESIGN AND BID PHASE 234 1 702 1 1,066 904 224 1 3,130 1 $339,510 $234,651 $53,700 F627,861 Note-Expenses under Final Design Item 5,Easement Acquisition Assistance,includes an estimated$3,000 per tract for 15 tracts to obtain title insurance and for appraisal. Actual title and appraisal costs will not be known until field notes are produced. K♦FRI ESE 00113120.xis 1 of 1 &ASAtiat'fs,intcc.