Loading...
R-2018-5636 - 7/26/2018 RESOLUTION NO. R-2018-5636 WHEREAS, the City of Round Rock has previously entered into a Contract for Engineering Services ("Contract") with Alan Plummer Associates, Inc. for the BCRWWTS East WWTP Expansion Project, and WHEREAS, Alan Plummer Associates, Inc. has submitted Supplemental Contract No. 1 to the Contract to modify the provisions for the scope of services and to increase the compensation, and WHEREAS, the City Council desires to enter into said Supplemental Contract No. 1 with Alan Plummer 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 Alan Plummer 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 26th day of July, 2018. /,. CRAI MON, Mayor City of Rou Rock, Texas ATTEST: SARA L. WHITE, City Clerk 0112.1804;00405356 EXHIBIT STATE OF TEXAS § COUNTY OF WILLIAMSON § SUPPLEMENTAL CONTRACT NO. 1 TO CONTRACT FOR ENGINEERING SERVICES FIRM: ALAN PLUMMER ASSOCIATES, INC. ("Engineer") ADDRESS: 6300 La Calma, Suite 400,Austin, TX 78752 PROJECT: BCRWWTS East WWTP Expansion This Supplemental Contract No. 1 to Contract for Engineering Services is made by and between the City of Round Rock, Texas, hereinafter called the "City" and Alan Plummer Associates, Inc., hereinafter called the "Engineer". WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the "Contract", on the 10th day of August, 2017 for the BCRWWTS East WWTP Expansion Project in the amount of$1,662,593.00; and WHEREAS, it has become necessary to amend the Contract to modify the provisions for the scope of services and to increase the compensation by$500,000.00 to a total of$2,162,593.00; 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 C, Work Schedule shall be amended as set forth in the attached Addendum to Exhibit C. II. Article 4, Compensation and Exhibit D, Fee Schedule shall be amended by increasing by $500,000.00 the lump sum amount payable under the Contract for a total of$2,162,593.00, as shown by the attached Addendum to Exhibit D. IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental Contract in duplicate. [signature pages follow] Supplemental Contract Rev.06/16 0199.1730-2;00404214 84275 1 ALAN PLUMMER ASSOCIATES,INC. By: Date Supplemental Contract Rev.06/16 0199.1730-2;00404214 84275 2 CITY OF ROUND ROCK APPROVED AS TO FORM: By: Craig Morgan,Mayor Stephan L. Sheets, City Attorney Date Supplemental Contract Rev.06/16 0199.1730-2;00404214 84275 3 ADDENDUM TO EXHIBIT B Engineering Services Project Understanding The Brushy Creek Regional East Wastewater Treatment Plant (East Plant) is owned by the Brushy Creek Regional Wastewater System (BCRWWS)who are the Cities of Round Rock, Cedar Park, and Austin. The City of Leander currently contracts treatment service from the plant and plans on becoming an owner with this expansion. The City of Round Rock is the managing partner for the East Plant Expansion project. The plant is currently operating under a phase in their permit that allows the treatment and discharge of an annual average flow of 21.5 million gallons per day (MGD) and an average two-hour peak of 52,083 gallons per minute (75 MGD). The effluent quality required for the discharge in the existing TPDES permit is 10 milligrams per liter(mg/L) carbonaceous biochemical oxygen demand (CBOD), 15 mg/L total suspended solids (TSS), and 2 mg/L ammonia-nitrogen (NH3). The partner cities are currently experiencing rapid growth within their drainage basins. Additional treatment capacity will be required to accommodate this growth. The partner cities retained the Alan Plummer Associates, Inc. (APAI) team to provide Professional Engineering Services in connection with the expansion of the East Plant. A Preliminary Engineering Phase was completed in June 2018. Based on the results of that Study, the partners are interested in proceeding to the Design Phase of an expansion to a capacity of 30 MGD. The partners have further indicated a desire to use Pre-Selection of equipment during the Design/Bidding Phase. The use of Pre-Selection provides the designers with a better understanding of the design requirements for the equipment being installed. Pre-Selection of equipment can result in a lengthening of the Design Phase as limited design can take place until the equipment is selected. As the schedule for the completion of the expansion is important to the partners, the partners have expressed a desire to control the schedule as much as possible. It is anticipated that the full Design/Bidding Phase Engineering Contract will not be ready until the October 2018 time-frame. In order to make the best use of the time before October 2018, the partners requested that a Supplemental Amendment to the existing contract be prepared so that Pre-Selection and other activities can be pursued while the full Design/Bidding Engineering contract is being prepared. Upon authorization of this Supplemental Amendment, the following services will be provided and then folded into the full Design/Bidding Engineering contract. SCOPE OF SERVICES The following scope of services is not intended to be "all inclusive". It is intended to provide a description of the types of tasks to be undertaken under the Supplemental Amendment. A comprehensive scope of services for the project will be presented with the Design/Bidding Phase proposal and the money authorized under this Supplemental Amendment will be deducted from the approved fee for the Design/Bidding Phase Agreement. 1 TASK 1. EQUIPMENT PRE-SELECTION Equipment pre-selection task will include development of one equipment pre-selection package, including front-end documents, technical specifications, and supporting drawings, as well as bidding assistance. The Equipment Pre-Selection task will include the following 1.1. Identify Equipment for Pre-Selection Prepare a preliminary list of equipment needed for the project as identified in the Design Basis Memoranda. Review the equipment needs for the project with the Partners to develop a list of equipment recommended for pre-selection. Meet with project partners to finalize the list of equipment. 1.2. Pre-selection Front Ends Develop front-end documents for one equipment pre-selection package in conjunction with the Partners for obtaining equipment bids. The front-end documents will identify the method to be used for equipment selection; low equipment cost versus best value. The benefits of each will be discussed with the partners in a meeting. 1.3. Pre-selection Specifications Develop equipment specifications for equipment to be preselected. Develop performance requirements and information necessary for evaluating bids with Partner's input. Specifications will identify acceptable manufacturers based on project experience and needs. Up to three suppliers will be evaluated for each piece of equipment. 1.4. Pre-selection Drawings Develop supporting drawings for the equipment pre-selection package. Drawings will include process and instrumentation diagrams as well as site layouts. The drawings are intended to provide suppliers with information concerning the environment in which their equipment will be placed and the role that the equipment will play in the overall treatment process. 1.5. Pre-selection Bidding Assistance 1.5.1. Assist the Partners during advertisement for equipment proposals. Respond to requests for information and prepare addendum items. 1.5.2. Attend pre-bid meeting and proposal evaluation meeting with the Partners. 1.5.3. Perform proposal reviews for conformance to the specifications and contract documents. 1.5.4. Prepare proposal review summary memorandum and selection recommendation letters for each equipment item. Meetings: Pre-selection Workshop 1— Task Kickoff and Package definition; Pre-selection Workshop 2 — Front Ends; Pre-selection Workshop 3 — Draft Pre-selection Document Review, Pre-selection Pre-bid meeting, Pre-selection Package Bid Opening. 2 TASK 2. TOPOGRAPHIC SURVEYS Prepare a topographic survey, which will be used to complete the design of the site plan. The topographic survey will be based on an on-the-ground survey and will be produced at a one (1)- foot interval. A point cloud survey will be conducted of existing facilities that require modification. The results will be incorporated in the engineering construction plans. Using the survey information, prepare an existing conditions site map to identify above ground features and utilities that will play a part in the design of the project. TASK 3. FIELD GEOTECHNICAL SURVEYS Perform field investigations/testing to determine the existing site conditions and proper methods of demolition and construction. Provide geotechnical investigation services to characterize the subsurface soils for the areas affected by the Project. The results shall be formalized in a report and sealed by a registered professional engineer. Submit an electronic copy of the report to PARTNERS PROJECT MANAGER. The Geotechnical Data Report supplied by the Geotechnical sub-consultant will be reviewed and evaluated. 3 ADDENDUM TO EXHIBIT C Work Schedule Attached Behind This Page ATTACHMENT C SUPPLEMENTAL AMENDMENT SCHEDULE BRUSHY CREEK EAST WWTP EXPANSION Aug-18 Sep-18 Oct-18 Nov-18 Dec-18 Task 1 2 3 4 5 1 2 3 4 1 2 31 4 1 2 3 4 5 1 2 3 4 1.1 Identify Equipment for pre-selection 1.2 Pre-Selection front end documents 1.3 Pre-Selection specifications 1.4 Pre-Selection drawings 1.5 Pre-Selection bidding assistance 2.1 Topographic survey 3.1 Geotechnical survey ADDENDUM TO EXHIBIT D Fee Schedule Total Total Other Task Labor Hours Loaded Labor Cost Direct Costs Subconsultants' TOTALS Task 1: Equipment Pre-Selection 1,950 $ 307,000 $ 3,000 $ 50,000 $ 360,000 Task 2: Topographic Survey 90 $ 15,000 $ 2,500 $ 60,000 $ 77,500 Task 3: Geotechnical Survey 50 $ 10,000 $ 2,500 $ 50,000 $ 62,500 LUMP SUM TOTAL: 2,090 $ 332,000 1 $ 8,000 $ 160,0001 $ 500,000 L Subconsultant fees will be reconciled in the Design/Bidding Phase.