Loading...
CM-2020-289 - 10/16/2020STATE OF TEXAS § COUNTY OF WILLIAMSON § SUPPLEMENTAL CONTRACT NO. 1 TO CONTRACT FOR ENGINEERING SERVICES FIRM: AECOM ("Engineer") ADDRESS: 9400 Amberglen Boulevard Building E, Austin, TX 78729 PROJECT: Lake Creek Pump Station Emergency Chlorine Scrubber 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 AECOM, hereinafter called the "Engineer". WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the "Contract", on the 9th day of July, 2020 for the Lake Creek Pump Station Emergency Chlorine Scrubber Project in the amount of $67,413.00; 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 $40,540.00 to a total of $107,953.00; 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 $40,540.00 the maximum amount payable under the Contract for a total of $107,953.00, 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.06116 0199.202018; 00456605 84275 020�P-2. AECOM By; ,�s...,.. I�0 1,.. iJ . l ustft to I04 i2D26 Date Supplemental Contract Rev.06/16 0199.202018;00456605 84275 CITY OF MOUND ROCK By: Laurie Hadle , ity Man er Date Supplemental Contract 0199.202018;00456605 APP O ED AS TO ORM: Stephan L. Sheets, City Attorney Rev.06/16 84275 ADDENDUM TO EXHIBIT B Engineering Services PROJECT BACKGROUND The Lake Creek Pump Station is one of several drinking water facilities owned and operated by the City of Round Rock. The Lake Creek site was the original and primary groundwater well site providing drinking water to the City of Round Rock until the installation of the surface water treatment facility. The Lake Creek Pump Station continues to provide groundwater for drinking water purposes to the City. The facility has a design capacity of 10 Million Gallons per Day (MGD) but it's daily flows generally remain between 1 and 2 MGD. The Lake Creek Pump Station utilizes chlorine gas for disinfection of the groundwater, applied at the inlet to the existing ground storage tank, followed by ammonia to produce chloramines for distribution system protection. While the Lake Creek Pump Station was initially located in a remote area of the city, expanding populations and redevelopment in the downtown area has resulted in continuous encroachment on the pump station. As more facilities have been added near the pump station, including residential development there is a concern about the impact of an accidental chlorine spill at the pump station. AECOM was contacted to assist the City of Round Rock in designing an emergency chlorine gas scrubber to protect the operations staff and surrounding neighborhoods in the event of a chlorine spill. :2001X4911 *To] 012 d IQ 11 Chlorine gas is currently housed within a wooden framed structure on the Lake Creek Pump Station site. Chlorine gas was originally stored and distributed in an open sided, covered shed that was eventually enclosed to form the current facility. Chlorine gas is stored in 150-lb cylinders within the structure. There are two banks of five cylinders each, one on-line and the other on standby, that are controlled by an automatic switching valve. Cylinder scales monitor the amount of chlorine within each 150-lb container and trigger the automatic switchover when the level in the on-line bank reaches its specified set -point. Spare cylinders are stored in the structure, separate from the on-line cylinder banks. When one bank is empty and the automatic switchover occurs, the empty cylinders are replaced with the full spares and reconnected. The existing structure also includes the chlorinators and vacuum venturis that provide the set dosages to the inlet of the on -site groundwater tank and a chlorine leak detector. The initial phase of the emergency scrubber addition project included a brief analysis of the Uniform Fire Code (UFC) requirements for facilities housing chlorine gas. As a result of this analysis and additional coordination with the Round Rock Fire Marshall, it was concluded that the existing building will need to be replaced with a facility that meets the current UFC requirements, in addition to providing the emergency chlorine scrubber. In addition to the installation of an emergency chlorine gas scrubber, AECOM has been asked to amend the existing scope of work to include replacement of the existing building and design upgrades to the existing chlorine gas distribution system. BASIS OF DESIGN The following revised assumptions have been made when developing the scope of work for this project. 1. The chlorine leak detector is functioning and has the necessary output controls to integrate with a new chlorine gas scrubber. 2. The Motor Control Center (MCC) providing power to the existing facility is anticipated to have adequate spare size and load capacity to connect the proposed emergency scrubber equipment. 3. No significant upgrades to the existing I&C system /network are anticipated, other than the transfer of the required signal from the pump station to the City's top- end control system. 4. Existing survey and geotechnical information will be made available to the design team so no new information will be collected. SCOPE OF WORK The following scope of work amends the previous scope and defines specific tasks associated with the requested services of this Project. For clarity in reviewing the amended scope, items from the original scope of work that have already been completed will remain listed. Items from the original scope that will not be completed have been crossed out, and additional scope items have been added in red text. Task 1; Project Management Attend and conduct a project kick-off meeting with the Owner and other appropriate parties to review the scope of the work, identify issues and challenges, and establish the expectations for the project. 2. Attend routine progress meetings with Owner and other appropriate parties to review the progress of the design phases. This task is based on the assumption that two (2) progress meetings will occur. Each meeting will be attended in person, requiring approximately 2 hours per meeting. Meeting minutes will be produced and distributed to the appropriate parties. a. Amendment 1 will require additional progress meetings. The additional task is based on the assumption that four (4) additional progress meeting will occur (total of 6 meetings). 3. Prepare and submit monthly invoices and progress reports. The monthly reports will support the monthly billings. Progress Reports shall include a summary description of the tasks completed as of the progress report date and will be submitted with invoices on a monthly basis. This task is based on the assumption that monthly reports will be provided for the duration of the project, with each report requiring approximately 2 hours. a. Amendment 1 will require additional monthly invoices and progress reports due to the extension of the contract time. While the scope of the task remains consistent, it will be carried out for a longer duration, and that increase has been included in the revised fee. Task 2; Basis of Design 1. Collect and review available, existing data for the disinfection system, the existing building housing the chlorine gas system, any underground piping and conduit, the existing electrical and instrumentation infrastructure, any survey information, and any geotechnical information. Items to review include existing record drawings, operation and maintenance manuals, instrumentation and control information, control narratives, survey information, previous planning studies, available geotechnical investigations, etc. Identify any additional information which may be needed as a result of this review. 2. Calculate the potential release rate of chlorine gas from the existing 1501b cylinders, taking into account the number of cylinders on-line, on -standby, and in storage. 3. Coordinate regulatory requirements, including the need for an internal sprinkler system inside the existing building. 4. Conduct a conference call with the Owner and operations staff to determine the level of automation required in the event of a chlorine spill. Present options for automation alternatives and identify improvement alternatives required to provide the desired level of automation. 5. Determine the anticipated size of the emergency chlorine gas scrubber needed to contain a chlorine gas spill within the building. Identify up to three types of chlorine gas scrubbers that could be used to contain and evacuate the spill and identify a cost for each type. 6. Determine the location of the emergency scrubber using the existing facility site plan, taking care to avoid impacts to existing structures, underground facilities, and limiting operator access. Provide two alternative locations for the scrubber and identify necessary improvements associated with each location. Determine the required structural foundation and/or containment area required to house the emergency scrubber. Evaluation will be based on the available geotechnical information; no new geotechnical data will be collected. Determine the improvements to the existing building required to accommodate the new emergency scrubber, including structural improvements to the building to support the necessary ventilation modifications. Amendment 1 will require additional structural design for the demolition of the existing building and design of a proposed building. The following tasks are added to the original scope of work: a. Review the existing foundation plan and geotechnical data and determine the permissible soil loading conditions. Confirm the existing building foundation meets the loading conditions and previous geotechnical recommendations. It is anticipated the existing foundation meets these requirements, but additional foundation work will be required due to an expanded floor plan and the addition of CMU block walls and metal roof. b. Identify the components of the existing building that will be demolished, and the sequence of construction for demolition to minimize the down time of the station. c. Coordinate with Owner to outline the concept for the new building construction, confirm the floor plan, add a bathroom to the new building, confirm the location of the existing waterline and associated backflow prevention, and define the wastewater line from the new bathroom. It is anticipated the new building will utilize CMU block walls and house the same facilities as the current building. d. Confirm and review floodplain elevations to ensure proposed building is outside of the FEMA 100-yr floodplain. 8. Determine the available electrical and I&C infrastructure to provide power and controls to the proposed emergency scrubber. Amendment 1 increases the scope of the electrical and I&C engineering to provide improvements to accommodate the new building and the addition of automatic valving and building safety system. a. Coordinate with the mechanical designers to determine the additional electrical and I&C needs for the new building and chlorine gas feed system. Using the data collected on the existing system determine the adequacy of the existing system to accommodate the new facility. It is anticipated additional breaker capacity will be required and a conceptual one -line diagram developed, specific to those new needs. b. The updated building safety systems will require additional I&C components for monitoring, control, and reporting. Coordinate with the mechanical designers to determine the additional monitoring, control, and reporting needs. c. Develop a conceptual Process Control Summary Table to summarize the monitoring and control concepts for the new chlorine gas feed system, building monitoring system, and scrubber system. 9. Develop a Basis of Design Memo that identifies the proposed alternatives for the scrubber type, the location on the Lake Creek Pump Station site, the required structural, HVAC, electrical, I&C, and any relocation of existing facilities, and includes an estimate of construction cost for the proposed improvements. Amendment 1 will add to the Basis of Design Memo to cover the demolition of the existing building, the salvage of any existing chlorine feed equipment, and the construction of the new building and updated chlorine gas feed system. a. Review the existing chlorine gas feed system and determine the upgrades to the valving and gas feed systems. It is anticipated that new excess flow control valves will be added to the chlorine cylinders; a new backflow preventer, a fire sprinkler system, and smoke detection equipment added; a new HVAC system will be required; the new building floor plan will be revised; and a bathroom will be added. b. Based on the 2015 UFC, identify and include building safety upgrades to meet the requirements, and coordinate with the Round Rock Fire Marshall to confirm. c. Develop preliminary building floor plans incorporating the new requirements. The building is anticipated to be split face CMU walls with a metal roof. d. Update the Draft Basis of Design Memo to add the improvements to the foundation, building structure, mechanical system, chlorine gas feed and storage, and electrical and I&C system in addition to the previous analysis of the emergency scrubber system improvements. 10. Conduct review meeting with Owner to review and receive comments on the Basis of Design Memorandum. Address comments, update memo, and provide a final copy to the Owner. Task 3: Final Design Task 3: Final Design Amendment 1 1. Develop the final design of the new chlorine gas feed system, building, and emergency scrubber system. Final design tasks include: a. Complete the mechanical floor plan of the new chlorine gas feed system, including the locations of the cylinders, valving, piping, chlorinators and injectors, laboratory, and bathroom. b. Complete sizing of the Emergency Chlorine Scrubber c. Complete civil design, locating the scrubber, adding the required area to the new building, re-routing any interfering underground facilities, routing the new water supply line to the sprinkler system, routing the new wastewater service, and detailing the new restroom facility. d. Complete the coordination and design of the new fire sprinkler system, including the main sprinkler feed, main valves, and performance specification for the distribution piping and sprinklers within the building. e. Complete structural design of the new building foundation, walls and roof; scrubber foundation, any necessary containment; and miscellaneous yard support structures f. Complete HVAC design to evacuate the spill and provide appropriate ventilation during normal operations. g. Complete electrical design to connect to the existing 480Volt MCC and route new conduit and wire to the new building and to the proposed scrubber. The existing 120volt system will be utilized from the existing electrical building, but the existing 120volt breaker system will be replaced with a new system within the new building. Light switches, convenience receptacles, and other miscellaneous electrical facilities will be added to the new building. h. Complete instrumentation and control design to transmit the requested signals to the Owner's top -end control system via telemetry. i. Develop the sequence of construction to demolish the existing building and components and install the new building and components within the same footprint. It is understood that the entire pump station can be taken out of service for a maximum of 6 months to facilitate the demolition and re -construction within the existing footprint. 2. Develop the 90% Plans showing the proposed improvements required to install the associated civil, structural, electrical, and I&C facilities noted above. 3. Develop the 90% Contract Documents and Technical Specifications for the proposed improvements required to install the associated civil, structural, electrical, and I&C facilities noted above. It is understood the Owner's Contract Documents will be used for this project, employing a traditional bid/build arrangement. Also, appropriate Owner technical specifications will be 11 utilized when appropriate and available. It is anticipated that a performance style specification will be developed for the fire sprinkler system, and that the bidding contractor would ultimately design the sprinkler facilities within the new building as part of their scope of supply. 4. Develop the 90% Estimate of Probable Construction Cost. 5. Submit the 90% Plans, Contract Documents, Technical Specifications, and Estimate of Probable Construction Cost to the Owner for review and comment. 6. Conduct a 90% review meeting to obtain, discuss, and address the comments on the review package. 7. Based on Owner comments, update and finalize the 100% Plans, Contract Documents, Technical Specifications, and EOPCC and submit a signed and sealed package to Owner for permit approval and bid purposes. It is understood the permitting review will be conducted by Owner staff associated with the previous reviews, and that the final plans will be used for both permitting and bidding purposes. Task 4: Bid Phase Services Assist the Owner in advertising the project for Bid. It is understood the Owner utilizes an electronic bid system, CiviCast USA and that all bid documents will be provided to Owner for upload to the site in electronic, Adobe Acrobat (.pdf) format. 2. Attend a pre -bid conference and provide support to the Owner in describing the project and attending a pre -bid site visit with potential contractors. 3. Respond to questions during Bid phase and provide addenda to clarify responses, as needed. I is anticipated email response to questions will be provided to Owner for upload to the electronic bidding site, and that one (1) addendum will be required. Amendment 1 will require additional coordination during bid phase due to the added engineering disciplines and increased project scope: a. Respond to additional questions during Bid Phase. However, only one (1) addendum continues to be anticipated. Assist the Owner in reviewing, evaluating, and scoring the submitted bids. It is anticipated the contract award will be issued to the lowest cost, acceptable bidding contractor. Prepare conformed construction Plans, Contract Documents, and Technical Specifications, incorporating all addenda and issue to selected construction contractor. Task 5: Construction Phase Services Prepare for, attend, and conduct a pre -construction conference to discuss the general and specific requirements of the construction contract. Produce meeting minutes for pre -construction conference and distribute to all attendees. Provide general contract administration support during construction phase, including communication with the Owner and Contractor. This support will include the preparation, maintenance, and distribution of an RFI log and Shop Drawing Log. This service will be provided on an average of 1 hours per week for the 4 month duration of the construction project. Amendment 1 will require additional construction time. This scope item has been updated to reflect the additional construction complexity and schedule: a. Provide general contract administration support as noted above, an average of 1 hour per week for an additional 2 months construction duration. In addition, it is anticipated equipment procurement will be a separate phase of construction lasting 2 months as well. The resulting construction schedule from NTP to completion is therefore estimated at 8 months. 3. Attend and conduct monthly progress meetings on -site. This proposal is based on conducting a total of 2 progress meetings for the duration of the construction contract. This service will include the preparation of the meeting agenda and meeting summary minutes. Two (2) hours per 61 meeting for two people are allocated for this task. Amendment 1 will require additional progress meetings. a. Attend and conduct two (2) additional progress meetings, providing the same service as noted above. 4. Perform routine site visits by design personnel to review the progress of work performed by the construction Contractor. This service will be provided based on an average of one (1) man-hour per monthly site visit, conducted following the monthly progress meeting. During these site visits, the Engineer will observe the progress and quality of the executed work, and will determine, in general, if the work is proceeding in accordance with the Contract Documents. In performing this service, the Engineer will not be required to make exhaustive or continuous on -site inspections to check the quality or quantity of the work or material; he/she will not be responsible for the techniques of construction or the safety precautions incident thereto; and he/she will not be responsible nor liable in any degree for the Contractor's failure to perform the construction work in accordance with the Contract Documents. During these visits to the construction site, and on the basis of the Engineer's on -site observations, he/she will keep the Owner informed of the extent of the progress of the work, and advise the Owner of material and substantial defects and deficiencies in the work of the Contractors which are discovered by the Engineer or otherwise brought to the Engineer's attention during the course of construction. Amendment 1 will require additional site visits. a. Attend and conduct two (2) additional site visits, providing the same services as noted above. 5. Review samples, catalog data, schedules, shop drawings, laboratory, shop and mill tests of materials and equipment, and other data which the Contractor is required to submit. The review of these submittals will include incorporation of review comments from the Owner. This proposal is based on a total of 10 submittals, with an average of 1.5 submissions per submittal, and requiring about three (3) hours reviewing and processing each submittal. Amendment 1 will require additional shop drawings due to the added facilities. a. Review an additional five (5) submittals, with an average of 1.5 submissions per submittal. Assist the Owner in issuing necessary clarifications and interpretations of the Contract Documents as appropriate to the orderly completion of the Contractor's work. Such clarifications and interpretations will be consistent with the intent of, and reasonable inferred from, the Contract Documents. The budget is based on responding to five (5) Requests for Information (RFIs), with each requiring four (4) hours to resolve. Amendment 1 will require additional RFIs as a result of the added facilities. a. Review and issue the necessary clarifications for an additional three (3) RFIs. Participate in the startup and commissioning of the emergency chlorine gas scrubber and associated HVAC equipment, confirming the operation and control of the system is consistent with the design intent, and functions to the acceptance of the Owner. This proposal is based on an anticipated 1-day operational test. On -site witnessing of start-up and commissioning is anticipated to result in a 6-hour test for the proposed emergency system. Amendment 1 will have additional chlorine gas feed equipment eligible for startup and commissioning. However, it is assumed the additional mechanical equipment can be started up at the same time as the scrubber unit. Check and review Operation and Maintenance manuals submitted by the Contractor. This proposal is based on a total of two (2) submittals, with an average of 1.5 submissions per submittal, each requiring four (4) hours to review. Following review, the completed Project O&M Manual will be assembled by the Contractor and submitted to the Owner. Amendment 1 will require additional O&M manuals due to the added facilities. a. Review and additional two (2) O&M manuals, with an average of 1.5 submissions per manual. 9. Conduct with the Owner a substantial completion review of the project and prepare a preliminary punch list of items not in compliance with the Contract Documents. 10. Prepare Record Drawings at the completion to construction. Incorporate as -built information received from the Contractor's red -lined markups and the Owner's on -site representative into the Record Drawings and submit to the Owner for review. Provide on .pdf version of the final Record Drawings. Amendment 1 will require additional Record Drawings as a result of the added facilities. a. Prepare additional Record Drawings, incorporating as -built information as noted above. SPECIAL SERVICES The Scope of Services and the budget presented herein do not include the following special services. At such time that it is determined that these services may be required; AECOM will obtain authorization from the City of Round Rock prior to performing any work. 1. Travel and subsistence required of AECOM and authorized by the Owner to points other than local governmental agencies, consultants and project site. 2. Filing, review, permit inspection and other fees assessed by the city, County or State. 3. Expert witness testimony concerning the project or any of its elements. 4. Permitting services, including but not limited to the completion of any permit application for any regulatory agency. 5. Televising, dismantling, or otherwise examining the underground piping/conduit infrastructure to perform a condition assessment. 6. On -site Resident Project Representative Services 7. Construction phase survey control staking, confirmation of benchmarks, or verifications. Performance of any topographic, boundary survey or property boundary research. 8. Construction phase geotechnical or materials testing services. AECOM understands the Owner will contract directly with a licensed testing laboratory when services are needed. 9. Preparation of and processing change orders to the construction contract as determined by the Owner. 10. Review and recommendation of Contractors applications for payment and the accompanying data and schedules. 11. Warranty Phase Services after construction is complete. DELIVERABLES The following deliverables will be submitted within each phase of the work defined below. 1. Monthly Progress Reports and meeting minutes 2. Basis of Design Memorandum 3. Progress sets (90%/100%) of the Plans, Contract Documents, Technical Specifications, and EOPCC 4. Bid evaluation recommendation 5. Record Drawings COMPENSATION Compensation for the above Scope of Services is to be on a Time & Materials basis with payment made monthly based on actual hours worked and in accordance with the fee schedule established in Exhibit 1. 7 The project cost of the scope of work has been calculated and is defined in the attached Exhibit No. 1 and summarized below. The resulting additional compensation requested for the scope of work is $40,540 and will not be exceeded without prior written authorization from the City of Round Rock. Total Compensation Requested: $107,953 Less Original Authorization: 67 413 Amendment No. 1 Compensation: $40,540 ADDENDUM TO EXHIBIT C Work Schedule It is anticipated that the scope of work for the new Chlorine Building and Emergency Scrubber (Tasks 1, 2, and 3) including preliminary engineering and final design will be completed within six (6) months of the authorization to proceed. Bid Phase (Task 4) is estimated to take 2 months from 15' advertisement to signed construction contract. Task 5, construction phase services will be performed in parallel with the construction contract and will be completed within 8 months of the Contractor's Notice -To -Proceed. It is estimated that two months will be required to obtain the new equipment and have it on -site ready for construction when the station is shutdown. If station shutdown occurs beginning in October, then the NTP for the construction contract should occur in August. The resulting 15' advertisement then would be June of 2021. ADDENDUM TO EXHIBIT D Fee Schedule CITY OF ROUND ROCK LAKE CREEK PUMP STATION: EMERGENCY CHLORINE SCRUBBER Amendment No. 1 AECOM Technical Services, Inc. Labor Classification Principal Project Manager I Sr. Enginee EIT CADTech I Admin Billing Rat $ 280 1 $ 225 $ 190 $ 90 $ 125 $ 85 LABOR ESTIMATE Task Principal Project Manager I Sr. Engineeq EIT CADTech Admin TOTAL TASK 1: PROJECT MANAGEMENT 1 Attend Project Kickoff meeting 2 Attend routine progress meetings (2x) a Additional routine progress meeting (4x) 4 4 3 Prepare and submit monthly invoices 8 8 1 a Prepare additional monthly invoices 6 6 1 TASK 2: BASIS OF DESIGN 1 Collect and review available, existing data 1 2 Calculate potential release rate of chlorine gas 1 1 3 Coordinate with regulatory agencies 1 4 Determine level of automation desired 1 1 5 Determine the size of emergency scrubber 1 6 Determine the location of emergency scrubber 7 Determine the structural foundation and containment area required; review structural modifications to the building 1 2 8 11 a Additional preliminary structural design b Demolition plan and Sequence of Construction Concept 1 2 c Confirm the building concept 1 2 811 d Confirm floodplain elevations 1 2 8 Determine the available electrical and I&C requirements 1 a Additional electrical and I&C concept design for added mechanical 8 8 1 b Additional electrical and I&C concept design for added building safety 8 8 1 c Process Control Summary Table 1 1 2 9 Develop Basis of Design Memo 1 1 2 18 6 4 3 a Add to the memo the additional mechanical components 1 6 b Add to the memo the additional building safety components 1 1 6 2 1 c Develop preliminary floor plans and coordinate with Fire 1 d Update the Draft Basis of Design Memo 1 1 8 2 1 1 10 Conduct review meeting and address comments TASK 3: FINAL DESIGN 1 Develop Final design of the complete system 2 5 50 76 0 0 13 a Complete the mechanical Floor plan for the new system 2 4 16 22 b Complete the sizing of scrubber 2 4 c Complete civil design 1 4 16 21 d Complete fire sprinkler design and coordination 2 6 e Complete structural design 1 8 16 25 f ' Complete HVAC design 1 4 4 g Complete electrical design 1 1 16 8 26 h Complete I&C design 8 4 12 i 2 Develop Sequence of Construction �������������------------ Develop the 90% Plars —�---- 1 1 ---- 1 2 —_-- 12 2 --------------------- 16 64 9 3 Develop 90 % Contract Docs and Tech Specs 1 1 4 16 8 3 4 Develop 90 % EOPCC 5 Submit 90% Package 6 lConcluctreview meeting and address comments 2 2 1 7 Submit 100 % Bid Package 1 1 2 8 8 2 TASK 4: BID PHASE SERVICES 1 Assist the Owner in advertising project for bid 1 2 Attend Pre -bid conference and site visit 3 Respond to questions; Issue 1 addendum 1 4 4 4 1 a Respond to additional question 1 4 Assist owner in reviewing received bids 1 1 1 5 Prepare conformed construction documents 1 4 4 2 11 TASKS: CONSTRUCTION PHASE SERVICES 1 Prepare for and attend Pre -construction conference 2 Provide general contract admin services 1 2 13 1 a Provide additional contract admin services 1 3 Attend and conduct monthly progress meetings a Attend and conduct additional monthly progress meetings 4 Perform monthly site visit a Attend and conduct additional monthly site visits 5 Review samples, shop drawings, etc. (10'1.5) 2 8 35 4 a Review additional samples, shop drawings, etc. (5'1.5) 1 8 14 2 6 Review and respond to RFIs (5x) 5 5 10 2 a Review additional RFIs (3x) 1 2 9 1 7 Participate in startup and commissioning 8 Review 0&M manuals (2'1.5) 1 3 8 1 a Review additional O&M Manuals (2'1.5) 1 3 8 1 9 Conduct substantial completion inspection and punchlist 4 1 10 Produce project Record Drawings 1 4 8 20 3 a Prepare additional record drawings 1 1 4 10 1 TOTAL HOURS 14 1 70 198 341 126 47 796 TOTAL LABOR COST $3,780 $15,750 $37,620 $30,690 E15,750 $3,995 $107,58 OTHER DIRECT COSTS ITEM UNITS CITY. RATE U AL MULT TOTAL Printing Courier LS 1 $250 $250 1.05 $ 263 EACH 1 0 1 Total $368 TOTAL FEE ESTIMATE $107,953 LESS ORIGINAL AUTHORIZATION -$67,413 AMENDMENT NO1 COMPENSATION $40,540 ROUND ROCK TEXAS City of Round Rock Agenda Item Summary Agenda Number: Title: Consider executing Supplemental Contract No. 1 with AECOM for the Lake Creek Pump Station Emergency Chlorine Scrubber Project. Type: City Manager Item Governing Body: City Manager Approval Agenda Date: 10/16/2020 Dept Director: Michael Thane, Utilities and Environmental Services Director Cost: $40,540.00 Indexes: Self -Financed Water Construction Attachments: SC No. 1 Department: Utilities and Environmental Services Text of Legislative File CM-2020-289 The City operates a potable groundwater well site located south of downtown. This site, referred to as the Lake Creek well site and pump station, uses chlorine gas in its treatment process. The chlorine gas is stored and utilized inside of a chlorine building located on -site. A recent risk assessment identified the lack of a chlorine scrubber system as a potential risk. This scrubber system is activated when a chlorine leak is detected inside the chlorine building. To mitigate this risk, the City entered into a contract with AECOM for $67,413. This contract provides the engineering services necessary to add a chlorine scrubber system at the Lake Creek well site. After assessing the building and current fire code requirements, it was determined that the chlorine building will require extensive improvements to bring the building into compliance with the current code. Due to the existing building's age and condition, the Utilities & Environmental Services (U&ES) Department recommends replacing the building with one that meets current fire codes. This will ensure a safe environment for our employees and the surrounding residence. To incorporate the design, bid, and construction phase services for a new chlorine building, the U&ES Department requests approval of Supplemental Agreement No. 1 (SA No. 1) for an City of Round Rock Page 1 of 2 Agenda Item Summary Continued (CM•2020-289) additional $40,540. SA No. 1 will increase the total engineering contract to $107,953. Cost: $40,540 Source of Funds: Self -Financed Water Construction City of Round Rock Page 2 of 2