Loading...
HomeMy WebLinkAboutContract 31177 CITY SECRETARY CONTRACT NO. AMENDMENT NO. 7 STATE OF TEXAS § CITY SECRETARY CONTRACT NO. 20565 COUNTY OF TARRANT § WHEREAS, the City of Fort Worth (City) and Freese and Nichols, Inc. (Engineer) made and entered into City Secretary Contract No. 20565 (the Contract) which was authorized by the City Council by M&C C-14401 on the 26th day of July, 1994; and WHEREAS, the Contract involves engineering services for the following project: INTEGRATED WET WEATHER WASTEWATER MANAGEMENT PROGRAM WHEREAS, it has become necessary to execute Amendment No. 7 to said Contract to include an increased scope of work and revised maximum fee; NOW THEREFORE, City and Engineer, acting herein by and through their duly authorized representatives, enter into the following agreement which amends the Contract: 1. Article I, Section 1 of the Contract is amended to include the additional engineering services specified in M&C C-20430, adopted by the City Council on 7th day of December, 2004, and further amplified in a proposal letter dated July 21, 2004, copies of which are both attached hereto and incorporated herein. The cost to City for the additional services to be performed by Engineer is $2,566,618.00. 2. Article III of the Contract is amended to provide for an increase in the maximum fee to be paid to Engineer for all work and services performed under the Contract, as amended, so that the total fee paid by the City for all work and services shall not exceed the sum of$18,243,933.12. 3. Engineer acknowledges its commitment to obtain an additional 19% M/WBE participation for this amendment. The Engineer's commitment for the Contract remains unchanged. 4. All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. V"� �� Jdt S JS5�1�.Ji}�Ji' IA .,:, L . lbffl, 4s, Freese and Ni c h o ls, Inc. Engineers Environmental Scientists Architects 10814 Jollyville Road, Building 4,Suite 100 Austin, TX 78759 512 451-7955 512 451-7956 fax www.freese.com July 21, 2004 Mr. Richard Talley Regulatory/Environmental Coordinator Fort Worth Water Department 1000 Throckmorton Street Fort Worth, Texas 76102 RE: Proposal for Amendment No. 7 to Contract No. 20565, Integrated Wet Weather Wastewater Management Program Dear Mr. Talley: Freese and Nichols is pleased to present this proposal for continued support of the Integrated Wet Weather Wastewater Management Program, specifically the implementation of the Riverside Wastewater Treatment Plant (RWWTP) environmental closure plan. We propose to furnish the services based on the following scope of services. Task 1. —Desi2n Services for Response Action on Soccer Fields 1. Evaluate remedial alternatives for Sector 4 of the project site. Develop opinions of probable construction costs for feasible alternatives. 2. Prepare a preliminary design of selected remedial alternative. 3. Conduct a topographic survey of the site to gather data necessary for project design. 4. Prepare a response action plan (RAP) describing the selected remedial alternative in the format required by the Texas Risk Reduction Program (TRRP) and submit to the Texas Commission on Environmental Quality (TCEQ) for approval. 5. Prepare construction plans and specifications for the selected remedial alternative. 6. Assist the City with obtaining bids from contractors. 7. Prepare a drainage plan and storm water pollution prevention plan for remedial construction activities on the site. 8. Provide construction representation services to the City during remedial construction activities. A total of twelve site visits will be conducted during construction activities. WE Mr.Richard Talley July 21,2004 Page 2 of S 9. Conduct confirmation sampling required for the site following completion of construction activities. An allowance of$20,000 for laboratory costs is included in this contract modification to complete this task. 10. Attend up to six meetings with the City to discuss project design requirements and provide project updates. 11. Prepare a response action completion report (RACR) in the format required by TRRP and submit to the TCEQ for approval. Task 2 —Engineering Services for Removal and Disposal of Sludge From Digesters 1. Coordinate with the U.S. Environmental Protection Agency (EPA) and the TCEQ to dispose of sludge as part of the Digester No. 9 Pilot Test. 2. Provide on-site representation during Digester No. 9 Pilot Test. 3. Prepare a Digester No. 9 Pilot Test Summary Report for submittal to TCEQ and U.S. EPA. 4. Prepare construction plans and specifications for removal and disposal of sludge from remaining eight digesters at the site. 5. Assist the City with obtaining bids from contractors. 6. Collect samples from sludge in each digester with the assistance of the selected contractor. An allowance of $80,000 for laboratory is included in this contract modification to complete this task. 7. Provide construction representation services to the City during sludge removal and disposal activities. Freese and Nichols representatives will be onsite for a maximum of 60 days during construction activities related to this task. 8. Collect wipe samples from concrete digester surfaces following removal of sludge and cleaning of digesters. Samples will be analyzed for PCBs. An allowance $97,900 for laboratory costs is included in this contract modification to complete this task. 9. Attend up to six meetings with the City to discuss project design requirements and provide project updates. 10. Prepare a response action completion report (RACR) in the format required by TRRP and submit to the TCEQ for approval. Task 3 —Revise APAR In Response to Anticipated TCEQ Comments 1. Coordinate with the U.S. EPA and the TCEQ as part of their review of the AFAR. 2. Review TCEQ/U.S. EPA comments and prepare a work plan outlining additional investigation requirements necessary to finalize the APAR for the site. 3. Conduct additional sampling of soil, groundwater, surface water, sediments, or other environmental media necessary to satisfy TCEQ /U.S. EPA requirements. An allowance of$33,000 labor and $140,000 for laboratory analysis is included in this contract modification to complete this task. 4. Prepare a revised APAR addressing TCEQ comments and incorporating results of additional investigation efforts. FNI will submit a draft version of the report to the City for review prior to finalizing the document. 5. Install and develop six additional monitor wells at the site. 6. Install dedicated sampling pumps in each of 21 monitor wells at the spit Mr.Richard Talley July 21,2004 Page 3 of S 7. Conduct quarterly groundwater sampling at all monitor wells at the site for a period of three years. 8. Attend up to six meetings with the City to discuss project design requirements and provide project updates. Task 4—Lake Worth Master Plan Program Management 1. Provide program management assistance for implementation of regulatory, structural, and operation controls intended to improve water quality in Lake Worth and the portion of Trinity River Corridor located within the jurisdiction of the City of Fort Worth. These activities will be conducted to support the Lake Worth Master Plan (LWMP) that is under development (see December 14, 2002 Scope of Work developed by the City of Fort Worth and the U.S. Army Corps of Engineers [USACE]). Program management assistance will be provided for a period of three years. Assistance required includes: a. Attend monthly coordination meetings with USACE and other agencies/organizations involved in the project. (48 hours allowed for this task per year) b. Review draft reports, cost estimates, and other documents prepared by the USACE, other consultants, etc. and provide comments/recommendations to the City. Documents to be reviewed include those listed as deliverables in the Lake Worth Master Plan Scope of Work (December 14, 2002). (200 hours allowed for this task per year) c. Attend monthly meetings with City staff to discuss project progress, issues, and tasks to be completed. (48 hours allowed for this task per year) d. Prepare and deliver quarterly status briefings to the City on progress made by agencies and organizations participating in the project. 2. Provide other technical assistance necessary to the City to support this project. An allowance of 500 hours per year for technical support is included in this contract modification. Assistance may include preparation of cost estimates for implementation of various components of the LWMP, meetings and coordination with regulatory agencies such as TCEQ and USEPA, etc. Task 5—Design Services for Response Action in Former Lagoon Area 1. Evaluate remedial alternatives for Sector 2 of the project site. Develop opinions of probable construction costs for feasible alternatives. 2. Prepare a preliminary design of selected remedial alternative. 3. Conduct a topographic survey of the site to gather data necessary for project design. 4. Prepare a response action plan (RAP) describing the selected remedial alternative in the format required by the Texas Risk Reduction Program (TRRP) and submit to the Texas Commission on Environmental Quality(TCEQ) for approval. 5. Prepare construction plans and specifications for the selected remedial alternative. 6. Assist the City with obtaining bids from contractors. 7. Prepare a drainage plan and storm water pollution prevention plan for remedial construction activities on the site. la a:-nn Mr. Richard Talley July 21,2004 .Page 4 of S 8. Provide construction representation services to the City during remedial construction activities. A total of 30 site visits will be conducted during construction activities. 9. Conduct confirmation sampling required for the site following completion of construction activities. An allowance of$79,000 for laboratory costs is included in this contract modification to complete this task. 10. Attend up to six meetings with the City to discuss project design requirements and provide project updates. 11. Prepare a response action completion report (RACR) in the format required by TRRP and submit to the TCEQ for approval. Task 6 - Riverside Oxbow Development Program Management 1. Provide program management assistance related to planning and development of the Riverside Oxbow project. This project requires coordination between the City, the USACE, and other government agencies. Program management assistance will be provided for a period of three years. Assistance is anticipated to focus on planning for a variety of issues including utility line relocation, flood plain management and drainage issues, recreational opportunity issues, etc. Examples of assistance required may include: a. Attend monthly coordination meetings with U.S. Army Corps of Engineers and other agencies/organizations involved in the project. (48 hours allowed for this task per year) b. Attend monthly meetings with City staff to discuss project progress, issues, and tasks to be completed. (48 hours allowed for this task per year) 2. Coordinate with the USACE regarding calculation of site-specific cleanup levels for soils, groundwater, and other media in or near the former lagoons that will be acceptable for future land uses in the area. 3. Provide other technical assistance necessary to the City to support this project. An allowance of 420 hours per year for technical support is included in this contract modification. Assistance may include preparation of cost estimates for implementation of various project tasks, meetings and coordination with regulatory agencies such as TCEQ and USEPA, etc. rM CCL, Mr.Richard Talley July 21,2004 Page 5 of 5 We anticipate that the work for this project will be completed in 2007. A budget for each task is also included for your information. .Task E! Dds d tion Task 1 Engineering Services Related to Remedial Action at Soccer Fields $412,929 Task 2 Digester Sludge Removal and Disposal Assistance $375,657 Task 3 Revise APAR to address anticipated TCEQ comments. $543,682 Task 4 Lake Worth Master Plan Program Management Support Year 1 $150,127 Lake Worth Master Plan Program Management Support Year 2 $157,634 Lake Worth Master Plan Program Management Support Year 3 $165,515 Task 5 Engineering Services Related to Remedial Action at Former Sludge Lagoons $497,174 Task 6 Riverside Oxbow Program Management Support Year 1 $83,711 Riverside Oxbow Program Management Support Year 2 $87,897 Riverside Oxbow Program Management Support Year 3 $92,292 Total $2,566,618 Total FN Labor $1,816,772 Total FN Expenses $749,846 Total DBE Expense $523,617 Total DBE % 20.40% DBE Tasks Printing $51,525 Lab -Certes Environmental Labs $331,092 Drilling - Magnacore $95,000 Surveying -Brad Gorondonna &Assoc. $46,000 If you have any questions on the scope or budget, please feel free to contact me at 817- 735-7273. Very truly yours, Freese and Nichols, Inc. &AAN Barbara A. Nickerson Vice President [FTW94158C]TAProj Mngmt\Let-Talley-Amend No.Tdoc CI aQ p!� . 7Ir Lam"My�1G�TRI 1L4N 1 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 12/7/2004 DATE: Tuesday, December 07, 2004 LOG NAME: 60FREESE REFERENCE NO.: **C-20430 SUBJECT: Authorize Execution of Amendment No. 7 to the Engineering Agreement with Freese and Nichols, Inc. for Services Related to Integrated Wet Weather Wastewater Management Program and Cleanup of Riverside Wastewater Treatment Plant RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute Amendment No. 7 to City Secretary Contract No. 20565 with Freese and Nichols, Inc. for the Integrated Wet Weather Wastewater Management Program, increasing the amount of the agreement by $2,566,618 to a total fee not to exceed $18,243,933.12 for services rendered since 1994. DISCUSSION: The City Council authorized the execution of an engineering agreement on July 26, 1994 (M&C C- 14401),with Freese and Nichols, Inc. to provide engineering services to comply with a U.S. Environmental Protection Agency administrative order, which specified an eight-year compliance schedule to correct deficiencies in the wastewater collection system and eliminate sanitary sewer overflows. The agreement was subsequently amended (M&C's C-15589, C-15849, C-17274, C-18223 and C-18599) to address essential work necessary to respond to the order, extend the Small Contractor Development program and provide wastewater master planning services. In the late 1990's the City began studies to determine options for closure and reuse of the former Riverside Wastewater Treatment Plant located in Gateway Park, which treated the City's sewage from approximately 1920 until the plant ceased operation in 1979. Tests indicated the presence of Polychlorinated Biphenyls (PCBs) and heavy metals in relic structures and other portions of the site, including areas formerly used as sludge lagoons and the soccer fields in Gateway Park. The City enrolled the Riverside Wastewater Treatment Plant in the Texas Commission on Environmental Quality's Voluntary Cleanup Program in 2002, as a result of these findings. The City Council authorized the execution of Amendment No. 6 On July 30, 2002 (M&C C-19180), increasing the Freese and Nichols contract by $1,100,000 to address essential work necessary to coordinate cleanup of the Riverside Wastewater Treatment Plant. The scope of work included assisting the City with the enrollment of the site in the Texas Commission on Environmental Quality's Voluntary Cleanup Program, conducting laboratory analyses of sludge, soil and water samples; developing a work plan for evaluation and cleanup of the site; and submitting an Affected Property Assessment Report to Texas Commission on Environmental Quality's for approval in accordance with Voluntary Cleanup Program requirements. Approval of Amendment No. 7 to the agreement will allow Freese and Nichols, Inc. to continue their work in connection with evaluation and cleanup of the Riverside Wastewater Treatment Plant and to perform services in connection with the Lake Worth Master Plan and the Riverside Oxbow project. The contract amendment will provide for engineering services for the following phases: LoQname: 60FREESE PauP 1 of�. Phase I: Response action on cleanup and remediation of soccer fields in Gateway Park. Phase II: Removal and disposal of sludge in the Riverside Wastewater Treatment Plant digesters. Phase III: Finalization of Affected Property Assessment Report for the Riverside Wastewater Treatment Plant and follow-up laboratory analyses. Phase IV: Program management assistance for Lake Worth master plan for improvement of water quality in Lake Worth and the Trinity River Corridor. Following the feasibility study, Freese & Nichols, Inc. will assess the options available and identify the agencies to assist in the clean up effort of the Polychlorinated Biphenyls in Lake Worth, with the ultimate goal of being able to remove the ban on consumption of Lake Worth fish due to Polychlorinated Biphenyls contamination. Coordination will continue with the City, federal agencies, and other local interests while the preferred alternative for Polychlorinated Biphenyls remediation is developed and implemented. Phase V: Response action in former sludge lagoon area at the Riverside Wastewater Treatment Plant. Phase VI: Program management assistance for Riverside Oxbow project including planning for utility line relocation, flood plain management and drainage issues, and recreational opportunities. The project is located in COUNCIL DISTRICT 4. Freese & Nichols, Inc. is in compliance with the City's M/WBE Ordinance by committing to an additional 20% M/WBE participation on this Amendment No. 7. The City's goal on this amendment is 19%. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated of the Sewer Capital Projects Funds. TO Fund/Account/Centers FROM Fund/Account/C enters P173 531200 070173030002 $2.566.618.00 Submitted for City Manager's Office b1 Marc Ott (8476) Originating Department Head: S. Frank Crumb (Acting) (8207) Additional Information Contact: S. Frank Crumb (Acting) (8207) Lop-name: 60FREESE Page ? of