Loading...
R-07-09-13-11D8 - 9/13/2007 RESOLUTION NO. R-07-09-13-11D8 WHEREAS, the City of Round Rock has previously entered into a Contract for Engineering Services ( "Contract" ) with Camp Dresser & McKee, Inc . for the Water Treatment Plant for the Cedar Park/Round Rock/Leander Regional water System Improvements Project, and WHEREAS, Camp Dresser & McKee, Inc. has submitted Supplemental Contract No. 2 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. 2 with Camp Dresser & McKee, 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. 2 to the Contract with Camp Dresser & McKee, 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 13th day of Septembe 0 NYLE L , Mayor City Round Rock, Texas ARTST: ( 11 b,"� , i LL,; - J, CHRISTINE R. MARTINEZ, City Se etary 0:\wdox\RESOLUTI\R70913DB.WPD/MC/0199-4622 STATE OF TEXAS § COUNTY OF WILLIAMSON § SUPPLEMENTAL CONTRACT NO.2 TO CONTRACT FOR ENGINEERING SERVICES FIRM: CAMP DRESSER&McKEE, INC. ("Engineer') ADDRESS: 12357-A Riata Trace Parkway, Suite 210 Austin, Texas 78727 PROJECT: Water Treatment Plant for the Cedar Park/Round Rock/Leander Water System Improvement This Supplemental Contract No. 2 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 Camp Dresser & McKee, Inc., (hereinafter called the"Engineer'). WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the "Contract", on the 21st day of December, 2006 for the Water Treatment Plant for the Cedar Park / Round Rock / Leander Water System Improvement Project in the amount of $703,112.00; and WHEREAS, the City and Engineer executed Supplemental Contract No. 1 on April 12, 2007 to modify the provisions for the scope of services, to increase the compensation by $2,606,800.00 to a total of$3,309,912.0Q, and WHEREAS, it has become necessary to amend the Contract to modify the provisions for the scope of services,to increase the compensation by$850,693.00 to a total of$4,160,605.00; and NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract is amended as follows: I. 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 Supplemental Contract 92 Rev.07M/06 CORR Proj ect#WA05TRVRAW 84275 00119523 10140.4622 E E "An II. Article 4, Compensation and Exhibit E, Fee Schedule shall be amended by increasing by $850,693.00 the lump sum amount payable under the Contract for a total of$4,160,605.00, as shown by the attached Addendum to Exhibit E. IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental Contract in duplicate. Supplemental Contract 42 Rev.07r06/06 CORR Proj ect#WA05TRVRAW 84275 00119523/0140.4622 CITY OF ROUND ROCK, TEXAS APPROVED AS TO FORM: By: . Nyle Maxwell, Mayor Steph L. Sheets, City Attorney ATTEST: By: Christine Martinez,City Secretary 3. CITY OF CEDAR PARK, TEXAS APPROVED AS TO FORM: By: Brenda Eivens,City Manager Leonard Smith, Special Counsel ATTEST: By: LeAnn Quinn,City Secretary 4. CITY OF LEANDER, TEXAS APPROVED AS TO FORM: By: John Cowman,Mayor Diana Granger,Attorney ATTEST: By: Debbie Haile, City Secretary 5. CAMP DRESSER& McKEE INC. By: Allen D. Woelke,P.E.,Vice President 6. ADDENDUM TO EXHIBIT B Engineering Services The changes to the scope of this project are as follows: PHASE 2 FINAL DESIGN ENGINEERING SERVICES The Final Design Phase shall consist of the design of the following facilities at the Regional Water Treatment Plant. ■ Raw Water Meter Vault ■ Process Structure Consisting of o Rapid Mix Basins o Flocculation Basins o Sedimentation Basins o Filters o Chemical Storage and Feed Facilities ■ Alum Feed and Storage ■ Coagulant Aid Polymer Feed and Storage ■ Hydrofluosilic Acid ■ Backwash Polymer Feed and Storage ■ Filter Aid Polymer Feed and Storage ■ Potassium Permanganate o Operations/Administrative Space ■ Waster Backwash Water Recycle System Consisting of: o Waste Backwash Clarifiers o Waste Backwash Recycle Pump Station ■ Sludge Handling and Dewatering System Consisting of o Sludge Lift Station o Sludge Thickeners o Sludge Dewatering Facility(Belt Press Dewatering) ■ Disinfection System Consisting of o Chlorine and Ammonia Building o Chlorine Storage and Feed Facilities o LAS Storage and Feed Facilities o Disinfection Basin ■ Precast Concrete Lower Clearwell • H"`__ ee Booster, Plant Water and Backwash Pump Station ■ Pipeline to Upper Clearwell ■ Upper Clearwell ■ Maintenance Building Area (Located in Process Structure) ■ Finished Water Meter Vaults ■ Raw Water Pipeline From Plant ite Property Boundary ■ Site Paving and Drainage ■ Site Landscape and Imgation System ■ Site Security System ■ Plant SCADA System ■ Card Access System ■ Closed Circuit TV System ■ Wastewater Lift Station and Force Main ■ Water Quality Pond ■ Treated Water Line from Upper Clearwell to Site Property Boundary ■ Site Cleanup of Debris and Tires (This task will be in a separate Bid Package) ■ Prepare Revised Site Plan,Yard Piping Plan and Plant Configuration to Accommodate Existing Cave ■ Prepare Revised Site Plan,Water Detention Pond, Site Grading and Drainage Plan to Accommodate Environmentally Sensitive Canyon ■ Prepare Revised Site Plan,Water Detention Ponds, and Site Grading Plan to Accommodate Off-Site Runoff and the Additional 2 Acre Rudd Tract. ■ Modify Existing Detention Pond and Storm Drainage System Serving the Hur Industrial Park. 1) Engineer shall provide topographic survey of the required area of the regional water treatment plant site,upper clearwell site and interconnecting pipeline route. The topographic survey will locate all physical features on the site including trees larger than 6-inches in diameter. The survey will be performed to allow development of one foot contours to be used during the design of the facilities and appurtenances. Survey will be on State Plane Surface Coordinates with City of Cedar Park scale factor and elevation system (subcontracted service). Engineer shall coordinate with surveyor so that design requirements are communicated and that issues encountered during the field surveys are addressed. 2) Engineer shall provide soil borings at the water treatment plant site and the upper clear-well site and foundation recommendations for the facilities and appurtenances (subcontracted service). Engineer shall coordinate with geotechnical engineer so that design requirements are communicated and that issues encountered during the geotechnical field work are addressed. The Engineer shall work with the geotechnical engineer and investigate foundation alternatives that provide the most economical system for the Owners. 3) Engineer shall provide a geophysical assessment of the water treatment plant site to determine if sensitive geologic features (e.g. karst features and old quarries) exist in the project area. Results from the geophysical assessment will be used in conjunction with the environmental assessments to identify potential endangered species habitat (subcontracted service). Engineer shall coordinate with geophysical scientists so that design requirements are communicated and that issues encountered during the geophysical assessment are addressed. 4) Prepare for incorporation in the Contract Documents final Drawings showing the scope, extent and character of the work to be performed and famished by Contractor and Specifications (which will be prepared, where appropriate, in conformance with the sixteen division format of the Construction Specifications Institute). 5) Provide technical criteria, written descriptions and design data for use in filing applications for permits with or obtaining approvals of such governmental authorities as have jurisdiction to review or approve the final design of the Project, and assist Owners in consultations with appropriate authorities. 6) Advise Owners of any adjustments to the opinion of probable Construction Cost and any adjustments to Total Project Costs known to Engineer as a result of change in scope, extent or character or design requirements of the Proj ect 7) After consulting with the Owners concerning Owners' desired format,prepare for review and approval by Owners, its legal counsel and other advisors, contract agreement forms, general conditions and supplementary conditions, and (where appropriate) bid forms, invitations to bid and instruction to bidders, and assist in the preparation of other related documents. Engineer shall modify documents in accordance with the recommendations of Owners. S) Furnish eight full-size copies of the above documents, Drawings and Specifications to the Owners for each review. Engineer shall conduct a Drawing and Specification review meeting with the Owners at 60% complete, 90% complete and 100% complete. Furnish an updated proj ect cost estimate at each review meeting. 9) Engineer's services under the Design Phase will be considered complete at the date when the submittals have been accepted by Owners plus such additional time as may be considered reasonable for obtaining approval of governmental authorities having jurisdiction to approve the portions of the Project designed or specified by Engineer, if such approval is to be obtained during the Design Phase. BIDDING PHASE SERVICES After acceptance by Owners of the Engineer's Drawings, Specifications and other Design Phase documentation (including the most recent opinion of probable Construction Cost) and upon written authorization from Owners to proceed, Engineer shall: 1) Assist Owners in advertising for and obtaining bids for the contract for construction, materials, equipment and services; and, where applicable, maintain a record of prospective bidders to whom Bidding Documents have been issued,attend pre-bid conference,if any,and receive and process deposits for Bidding Documents. Engineer shall distribute Drawings and Specifications from their office and keep a plan holders list. 2) Provide the Owners eight full-size copies of the bidding Drawings and Specifications. Engineer will collect non-refundable deposits for Drawings and Specifications provided to Bidders and will use the deposits to defray the reproduction cost to the Owners. Engineer will provide copies of the Drawings and Specifications at no cost to plan rooms and other entities that increase the interest in the Project. 3) Issue addenda as appropriate to clarify, correct or change the Bidding Documents. 4) Consult with Owners as to acceptability of subcontractors, suppliers and other persons and entities proposed by Contractor for those portions of the work as to which such acceptability is required by the Bidding Documents. 5) Attend and preside over a prebid meeting to present project to prospective bidders and respond to questions raised by prospective bidders. 6) Attend the bid opening, prepare bid tabulation sheets and assist Owners in evaluating bids or proposals and in assembling and awarding contracts for construction, materials, equipment and services. 7) The Bidding Phase will terminate and the services to be performed or furnished thereunder will be considered complete upon commencement of the Construction Phase or upon cessation of negotiations with prospective Contractors. Special Services 1) Coordinate with Owners and its subcontractors to assist with acquisition of the water treatment plant site. Coordination shall be with the environmental, archaeological and land acquisition subcontractors. 2) Coordinate with the Engineer for the Raw Water Pipeline and Raw Water Pump Station for sizing of pumps, type of controls and location of raw water pipeline. 3) Develop electrical power monitoring standards for the water treatment plant and raw water pump station projects. 4) Develop equipment monitoring and security standards for the water treatment plant and raw water pump station projects. 5) Perform water sampling and analysis on Lake Travis waters and prepare benchscale treatability analysis and kinetic testing for THM formation. 6) Perform a plant operations assessment and make recommendations to Owners regarding operation of the new regional water treatment system. 7) Coordinate with the Owners' public communication sub on developing materials for public meetings and participate in public meetings and workshops. 8) Develop Request for Qualifications to Pre-Qualify Construction Contractors for the Regional Water Treatment Plant. Engineer will receive submittals, review, evaluate and recommend to the Owners the Contractors that meet the Qualification Requirements. Engineer will provide Owners with two copies of the submittals for their review and attend three meetings with Owners to determine the final list of Qualified Bidders. 9) Prepare Alternative Phasing and Plant Layouts to Develop a Cost Analysis of the Recommended Regional Water Treatment Plant versus the Water Treatment Plant Described in the PER 10)Perform Value Engineering of Recommended Regional Water Treatment Plant to Identify Potential Cost Savings for Owners. 11)Accelerate the Design Schedule from an April to January schedule to a June to January Schedule as a Result of Delays in Authorizing the Design Contract and Providing a Notice to Proceed with the Water Treatment Plant as Detailed and Recommended in the Facility Plan. 12)Additional Services of Senior Level Staff to Complete the Design of the Regional Water Treatment Plant within the Required Schedule. ADDENDUM TO EXHIBIT D Work Schedule The changes to the Work Schedule for this project are as follows: Notice to Proceed January 2, 2007 Phase 1 Preliminary Engineering Services Preliminary Engineering Services March 28, 2007 Phase 2 Final Design Engineering Services Design Phase Services January 10, 2008 Bidding Phase Services Aril 24,2008 ADDENDUM TO EXHIBIT E Fee Schedule The changes to the Fee Schedule for this project are as follows: Basic Services Special Services Phase 1 Preliminary Engineering Services Task 1—Kick-off Meeting/ProjectManagement $139,183 Task 2—Water Treatment Process Economic and $327,665 Operational Analysis Task 3—Finalize Plant Site $61,722 Task 4—Facility Plan $144,272 Task 5—SCADA Standards $30,270 Development/Integration Phase 1 Total $703,112 Supplemental Agreement No. 1 Phase 2 Final Design EMineering Services Design Phase Services(Water Treatment Plant) $2,285,500 Design Phase Services Raw Water Segment 4 $35,000 Bidding Phase Services $121,800 Surveying $50,000 Geotechnical $56,500 Geophysical Investigation $58,000 Environmental/Archaeological By Owner By Owner Subtotal $2,442,300 $164,500 Phase 2 Total(Supplemental Agreement $2,606,800 No. 1) Supplemental Agreement No.2 Coordinate with Owner and its Subs for $19,600 Site Acquisition Coordinate with Raw Water Sub $14,280 Develop Electrical Power Monitoring $19,390 Standards Develop Equipment Monitoring $19,190 Standards Perform Water Sampling and Analysis, $63,370 Benchscale Studies and Kinetic Testing Perform Plant Operations Evaluation $29,330 Re-work Site Plan and Plant Design to $8,770 Accommodate Cave Re-work Site Plan and Plant Design to $5,420 Accommodate Canyon Plan and Prepare Separate Bid Package $38,3 00 to Remove and Dispose of Existing Debris on Plant Site Develop Pre-Bid RFQ to Pre Qualify $12,538 t t ,� -- s � Not to Scalel s i Al r LEGEND FI-2 (FLOATING INTAKE) DWI-154(DEEP LATER INTAKE) - � t � .A Vk 1(WATER TREATMENT PLANT(PHASE 1)(3)(4) ko gqeN 4 -1(75" W WATER LINE) c N R -2(54 RAW WATER LINES (7r TREATEDATER LINE) 105A MCC TW-2A&2S(75172 TREATED WATER LINE) Regional WTP TW m 2C(72'TREATEATER LINES TSV-3(4W TREATED WATER LINES K x —w j k �w F S Y^ a � ", J fico. r r F 0 n k 8,a rn � 20 IMw. �ye s Floating IntakePark �� t Lime Creek R 4` �. REGIONAL P L ` PROJECT 154 MGD Deep Water T L LSPRING - Intake vT DATE: September 6, 2007 SUBJECT: City Council Meeting - September 13, 2007 ITEM: 11D8. Consider a resolution authorizing the Mayor to execute Supplemental Agreement No. 2 to the contract for Engineering Services with Camp Dresser & McKee, Inc. regarding the Water Treatment Plant for the Cedar Park/Round Rock/Leander Regional Water Supply System Improvements. Department: Water and Wastewater Utilities Staff Person: Michael D. Thane, Utility Director Justification: This supplemental agreement is for additional Final Design Services. The Parties of the Regional Water Supply System have agreed to jointly pursue these additional Final Design Services. These services include, but are not limited to the coordination with owner and its sub-consultants for site acquisition, performing raw water sampling and analysis, plant operations evaluation, prepare pre-bid RFQ to pre-qualify bidders, perform value engineering for cost saving opportunities, additional design services, re-design of yard piping, re-design of site drainage and detention system, and additional cost associated with utilizing senior staff due to the accelerated design schedule. The delays in property acquisition have caused the design to be accelerated by about three months. The total cost of this Supplemental Agreement is $850,693 with Round Rock's share being $328,027. Funding• Cost: $328,027.00 Source of funds: Capital Project Funds (Self-Financed Utility) Outside Resources: CDM Background Information• This Supplemental Agreement No. 1 for Final Design Services for the Water Treatment Plant, include high service pump station, upper and lower clear wells, facility plan, regional SCADA system, phasing of the ultimate plant layout, and bidding. The engineering fees will be paid on a percentage of the ultimate capacity needed by each Party. The total cost of this contract, including this Supplemental Agreement No. 2 will be $3,457,493.00, about 6.07% of the estimate construction cost of $57,000,000.00 for Design and Bidding Phase Services with Round Rock's share being $1,333,209.30. 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.2 TO CONTRACT FOR ENGINEERING SERVICES FIRM: CAMP DRESSER&McKEE, INC. ("Engineer') ADDRESS: 12357-A Riata Trace Parkway, Suite 210 Austin, Texas 78727 PROJECT: Water Treatment Plant for the Cedar Park/Round Rock/Leander Water System Improvement This Supplemental Contract No. 2 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 Camp Dresser & McKee, Inc., (hereinafter called the"Engineer'). WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the `SContract", on the 21 st day of December, 2006 for the Water Treatment Plant for the Cedar Park / Round Rock / Leander Water System Improvement Project in the amount of $703,112.00; and WHEREAS, the City and Engineer executed Supplemental Contract No. 1 on April 12, 2007 to modify the provisions for the scope of services, to increase the compensation by $2,606,800.00 to a total of$3,309,912.00; and WHEREAS, it has become necessary to amend the Contract to modify the provisions for the scope of services,to increase the compensation by$850,693.00 to a total of$4,160,605.00; and NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract is amended as follows: I. 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 Supplemental Contract#2 Rev.07r06/06 CORR Proj ect#WA05TRVRAW 84275 00119523/0140A622 P-0"I-L>9.13 !DSS II. Article 4, Compensation and Exhibit E, Fee Schedule shall be amended by increasing by $850,693.00 the lump sum amount payable under the Contract for a total of$4,160,605.00, as shown by the attached Addendum to Exhibit E. IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental Contract in duplicate. Supplemental Contract 42 Rev.07r06/06 CORR Proj ect#WA05TRVRAW 84275 001 19523/0140.4622 CITY OF ROUND ROCK, TEXAS APPROVED AS TO FORM: By: '11 Nyl , Mayor Steph L. Sheets, City Attorney ATTEST: Christine Martinez,City Secretary 3. f �4 s 7t,7 jj i f u ) t r� A S }� �4s a i CITY10F CEDAR PARK,TFXM APPROVED AS TO FORM: i �2Btenda a G 1 t P 2 it T. S� Qd=4 City 44 g fi 3 3 S r€ r s r7, n ii r ss l� 4� a �3 h} t f i i 3� 4 S� t a J� 7 a S L 3 f' }7 �ff y�J tf �i 2}r J �f �z n• }�5} *isu, ty4 Cn*OF LKANDM TEYAS "PROVED AS TO FORM: Mayor A. >` 3 i o; t �y {1 �Z �2 3 {I t z t 4� r A t S� } �f { f£ } . t t 3 CAMP DRESSER& McKEE INC. �^ By: Allen D. Woelke,P.E.,Vice President 6. ADDENDUM TO EXHIBIT B Engineering Services The changes to the scope of this project are as follows: PHASE 2 FINAL DESIGN ENGINEERING SERVICES The Final Design Phase shall consist of the design of the following facilities at the Regional Water Treatment Plant. ■ Raw Water Meter Vault ■ Process Structure Consisting of o Rapid Mix Basins o Flocculation Basins o Sedimentation Basins o Filters o Chemical Storage and Feed Facilities ■ Alum Feed and Storage ■ Coagulant Aid Polymer Feed and Storage ■ Hydrolluosilic Acid ■ Backwash Polymer Feed and Storage ■ Filter Aid Polymer Feed and Storage ■ Potassium Permanganate o Operations/Administrative Space ■ Waster Backwash Water Recycle System Consisting of o Waste Backwash Clarifiers o Waste Backwash Recycle Pump Station ■ Sludge Handling and Dewatering System Consisting of o Sludge Lift Station o Sludge Thickeners o Sludge Dewatering Facility(Belt Press Dewatering) ■ Disinfection System Consisting of: o Chlorine and Ammonia Building o Chlorine Storage and Feed Facilities o LAS Storage and Feed Facilities o Disinfection Basin ■ Precast Concrete Lower Clearwell • High Booster, Plant Water and Backwash Pump Station ■ Pipeline to Upper Clearwell ■ Upper Clearwell ■ Maintenance Building Area (Located in Process Structure) ■ Finished Water Meter Vaults ■ Raw Water Pipeline From Plant Site to 1`;e=, uP`�� Site Property Boundary ■ Site Paving and Drainage 4V ■ Site Landscape and Irrigation System ■ Site Security System ■ Plant SCADA System ■ Card Access System ■ Closed Circuit TV System ■ Wastewater Lift Station and Force Main ■ Water Quality Pond ■ Treated Water Line from Upper Clearwell to Site Property Boundary ■ Site Cleanup of Debris and Tires (This task will be in a separate Bid Package) ■ Prepare Revised Site Plan,Yard Piping Plan and Plant Configuration to Accommodate Existing Cave ■ Prepare Revised Site Plan,Water Detention Pond, Site Grading and Drainage Plan to Accommodate Environmentally Sensitive Canyon ■ Prepare Revised Site Plan,Water Detention Ponds, and Site Grading Plan to Accommodate Off-Site Runoff and the Additional 2 Acre Rudd Tract. ■ Modify Existing Detention Pond and Storm Drainage System Serving the Hur Industrial Park. 1) Engineer shall provide topographic survey of the required area of the regional water treatment plant site,upper clearwell site and interconnecting pipeline route. The topographic survey will locate all physical features on the site including trees larger than 6-inches in diameter. The survey will be performed to allow development of one foot contours to be used during the design of the facilities and appurtenances. Survey will be on State Plane Surface Coordinates with City of Cedar Park scale factor and elevation system (subcontracted service). Engineer shall coordinate with surveyor so that design requirements are communicated and that issues encountered during the field surveys are addressed. 2) Engineer shall provide soil borings at the water treatment plant site and the upper clearwell site and foundation recommendations for the facilities and appurtenances (subcontracted service). Engineer shall coordinate with geotechnical engineer so that design requirements are communicated and that issues encountered during the geotechnical field work are addressed. The Engineer shall work with the geotechnical engineer and investigate foundation alternatives that provide the most economical system for the Owners. 3) Engineer shall provide a geophysical assessment of the water treatment plant site to determine if sensitive geologic features (e.g. karst features and old quarries) exist in the project area. Results from the geophysical assessment will be used in conjunction with the environmental assessments to identify potential endangered species habitat (subcontracted service). Engineer shall coordinate with geophysical scientists so that design requirements are communicated and that issues encountered during the geophysical assessment are addressed. 4) Prepare for incorporation in the Contract Documents final Drawings showing the scope, extent and character of the work to be performed and fiunished by Contractor and Specifications (which will be prepared, where appropriate, in conformance with the sixteen division format of the Construction Specifications Institute). 5) Provide technical criteria, written descriptions and design data for use in filing applications for permits with or obtaining approvals of such governmental authorities as have jurisdiction to review or approve the final design of the Project, and assist Owners in consultations with appropriate authorities. 6) Advise Owners of any adjustments to the opinion of probable Construction Cost and any adjustments to Total Project Costs known to Engineer as a result of change in scope, extent or character or design requirements of the Project. 7) After consulting with the Owners concerning Owners' desired format,prepare for review and approval by Owners, its legal counsel and other advisors, contract agreement forms, general conditions and supplementary conditions, and (where appropriate) bid forms, invitations to bid and instruction to bidders, and assist in the preparation of other related documents. Engineer shall modify documents in accordance with the recommendations of Owners. S) Furnish eight full-size copies of the above documents, Drawings and Specifications to the Owners for each review. Engineer shall conduct a Drawing and Specification review meeting with the Owners at 60% complete, 90% complete and 100% complete. Furnish an updated proj ect cost estimate at each review meeting. 9) Engineer's services under the Design Phase will be considered complete at the date when the submittals have been accepted by Owners plus such additional time as may be considered reasonable for obtaining approval of governmental authorities having jurisdiction to approve the portions of the Project designed or specified by Engineer, if such approval is to be obtained during the Design Phase. BIDDING PHASE SERVICES After acceptance by Owners of the Engineer's Drawings, Specifications and other Design Phase documentation (including the most recent opinion of probable Construction Cost) and upon written authorization from Owners to proceed, Engineer shall: 1) Assist Owners in advertising for and obtaining bids for the contract for construction, materials, equipment and services; and, where applicable, maintain a record of prospective bidders to whom Bidding Documents have been issued,attend pre-bid conference,if any,and receive and process deposits for Bidding Documents. Engineer shall distribute Drawings and Specifications from their office and keep a plan holders list. 2) Provide the Owners eight full-size copies of the bidding Drawings and Specifications. Engineer will collect non-refundable deposits for Drawings and Specifications provided to Bidders and will use the deposits to defray the reproduction cost to the Owners. Engineer will provide copies of the Drawings and Specifications at no cost to plan rooms and other entities that increase the interest in the Project. 3) Issue addenda as appropriate to clarify, correct or change the Bidding Documents. 4) Consult with Owners as to acceptability of subcontractors, suppliers and other persons and entities proposed by Contractor for those portions of the work as to which such acceptability is required by the Bidding Documents. 5) Attend and preside over a prebid meeting to present project to prospective bidders and respond to questions raised by prospective bidders. 6) Attend the bid opening, prepare bid tabulation sheets and assist Owners in evaluating bids or proposals and in assembling and awarding contracts for construction, materials, equipment and services. 7) The Bidding Phase will terminate and the services to be performed or furnished thereunder will be considered complete upon commencement of the Construction Phase or upon cessation of negotiations with prospective Contractors. Special Services 1) Coordinate with Owners and its subcontractors to assist with acquisition of the water treatment plant site. Coordination shall be with the environmental, archaeological and land acquisition subcontractors. 2) Coordinate with the Engineer for the Raw Water Pipeline and Raw Water Pump Station for sizing of pumps, type of controls and location of raw water pipeline. 3) Develop electrical power monitoring standards for the water treatment plant and raw water pump station projects. 4) Develop equipment monitoring and security standards for the water treatment plant and raw water pump station projects. 5) Perform water sampling and analysis on Lake Travis waters and prepare benchscale treatability analysis and kinetic testing for THM formation. 6) Perform a plant operations assessment and make recommendations to Owners regarding operation of the new regional water treatment system. 7) Coordinate with the Owners' public communication sub on developing materials for public meetings and participate in public meetings and workshops. 8) Develop Request for Qualifications to Pre-Qualify Construction Contractors for the Regional Water Treatment Plant. Engineer will receive submittals, review, evaluate and recommend to the Owners the Contractors that meet the Qualification Requirements. Engineer will provide Owners with two copies of the submittals for their review and attend three meetings with Owners to determine the final list of Qualified Bidders. 9) Prepare Alternative Phasing and Plant Layouts to Develop a Cost Analysis of the Recommended Regional Water Treatment Plant versus the Water Treatment Plant Described in the PER 10)Perform Value Engineering of Recommended Regional Water Treatment Plant to Identify Potential Cost Savings for Owners. 11)Accelerate the Design Schedule from an April to January schedule to a June to January Schedule as a Result of Delays in Authorizing the Design Contract and Providing a Notice to Proceed with the Water Treatment Plant as Detailed and Recommended in the Facility Plan. 12)Additional Services of Senior Level Staff to Complete the Design of the Regional Water Treatment Plant within the Required Schedule. ADDENDUM TO EXHIBIT D Work Schedule The changes to the Work Schedule for this project are as follows: Notice to Proceed January 2, 2007 Phase 1 Preliminary Engineering Services Preliminary Engineering Services March 28, 2007 Phase 2 Final Design Engineering Services Design Phase Services —January 10, 2008 Bidding Phase Services Aril 24,2008 ADDENDUM TO EXHIBIT E Fee Schedule The changes to the Fee Schedule for this project are as follows: Basic Services Special Services Phase 1 Preliminary Engineering Services Task 1—Kick-off Meeting/Project Management $139,183 Task 2—Water Treatment Process Economic and $327,665 Operational Analysis Task 3—Finalize Plant Site $61,722 Task 4—Facility Plan $144,272 Task 5—SCADA Standards $30,270 Development/Integration Phase 1 Total $703,112 Supplemental Agreement No. 1 Phase 2 Final Design Engineering Services Design Phase Services(Water Treatment Plant) $2,285,500 Design Phase Services Raw Water Segment 4 $35,000 Bidding Phase Services $121,800 Surveying $50,000 Geotechnical $56,500 Geophysical Investigation $58,000 Environmental/Archaeological By Owner By Owner Subtotal $2,442,300 $164,500 Phase 2 Total(Supplemental Agreement $2,606,800 No. 1) Supplemental Agreement No.2 Coordinate with Owner and its Subs for $19,600 Site Acquisition Coordinate with Raw Water Sub $14,280 Develop Electrical Power Monitoring $19,390 Standards Develop Equipment Monitoring $19,190 Standards Perform Water Sampling and Analysis, $63,370 Benchscale Studies and Kinetic Testing Perform Plant Operations Evaluation $29,330 Re-work Site Plan and Plant Design to $8,770 Accommodate Cave Re-work Site Plan and Plant Design to $5,420 Accommodate Can on Plan and Prepare Separate Bid Package $38,310 to Remove and Dispose of Existing Debris on Plant Site Develop Pre-Bid RFQ to Pre Qualify $12,538