Loading...
HomeMy WebLinkAboutContract 48128-CO3 6�d CITY SECRETARY r��� FORT WORTH® CONTRACT NO. Se'1�to`o c�tc�tsc City Of Fort Worth Change Order Request Fadlity tihMl Patrol Dlvlebn Facility City Sec No. 8128 Funding * 40ai00108-0000W2016 City Pro].No. 15-13 Cankador FPl Builders,LLC Change Oder/O Date: 9019/2018 City Project Mgr.lxfonso Maze Gly Inspector, Mike Mllem Phone 7)392-8274 Plane Number: 817 392-2297 Contract Time (CD) Original Contract MgWN----- — $8,052,500.00 336 Extras to $580,264.00 0 Credits to Dale ( 1,729.82) 0 Ponding Change Orders(In M&C Pracesa) $0.00 0 Contract Cost to Do $8,581,034.18 336 Amount of Proposed Change Order - (523,685.00i 0 Revised ContractAwmM--- $8,557,349.18 336 Original Funds Available for Change Orders $0.00 Remaining Funds Available for this CO-•• -- $030 Additional Funding(if necessary) - - $0.00 CHANGE ORDERS to DATE(INCLUDING THIS ONE)AS%OF ORIGINAL CONTRACT 6.12% MAX ALLOWABLE CONTRACT AbiOUNT(ORIGINAL CONTRACT COST+25%) $10,078,125,oa JUSTIFICATION(REASONS)FOR CHANGE ORDER Revised final calculation of contract amount.The design reknbursable costs were not expended dudng the project.This resulted In a deduction In the contract amount by$23,685.00.The final contract amount Is$8,557,349.19.A 6.12%Increase from the original contract amount of$8062,500.00. il is understood and agreed Bret the acceptance of dtis Change Order by the contractor consltutes an accord and satisfaction and represents payment In full(both time and money)for all costs arising out of,or Inclndental to the above Change Order. T ut. CLL /ISIS• ��'� ConiractoescoTpdrIyNaine Contractor Name Contractor Signature Date PMD ijispector Date Architecural Services Manager f Date 8��� / 3� v MD Supidntandent Daletat 1 Clty Attorn ey A OD ate PMD PI ! r Deter recto lPrope Mari ement De artmenteter c a0t i t ct Architect t ate A sislant CI Manager to M&C NumberAllFO Approved 1111 Contract Compliance Manager: IS signing I acknowledge that I am the r�Dro res ons] a OFFICIAL RECORD A r the monitoring and administration 0 ton ct, Brian R.Glass,AIA CITY SECRETARY ZPG01n1zJa1%".Q, suring all performance and report) a uItemen ;= r Architectural Services Manager FT.WORTHS TX onalsst. City Sarr�taryXAS ' CITY SECRETARY CONTRACT NO. 502 �" I AMENDMENT No.1 RECEIVED SEP -6 2018 TO CITY SECRETARY CONTRACT No. 50018 �d CITY QF FORT WORTH CITYSFCRrThWBE1WJW, the City of Fort Worth (CITY) and CH2M HILL ENGINEERS, INC, ENGINEER) made and entered into City Secretary Contract No. 50018, (the TRACT) which was authorized by M&C C-28475 on the 14th day of November, 2017 in the amount of $282, 822.00; and WHEREAS, the CONTRACT involves engineering services for the following project: Biosolids Master Plan Update; and WHEREAS, it has become necessary to execute Amendment No. 1 to the CONTRACT to include an increased scope of work and revised 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 of the CONTRACT is amended to include the additional engineering services specified in a proposal dated August 22, 2018, a copy of which is attached hereto and incorporated herein. The cost to City for the additional design services to be performed by Engineer totals $77,296. 00. (See Attached Letter Proposal, Page 5) 2. Article II of the CONTRACT is amended to provide for an increase in the 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 be an amount of $360,118. 00. 3. All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. City of Fort Worth Professional Services Agreement Amendment Template OFFICIAL RECORD CFW Official Release 9/19/2017 CITY SECRETARY Page 1 of 2 FT.WORTH,TX EXECUTED and EFFECTIVE as of the date last written by a signatory, below. APPROVED: City of Fort Worth ENGINEER CH2M HILL ENGINEERS, INC. Jesus J. Chapa Jifer Kassa, P.E. Assistant City Manager Vice President DATE: �! DATE: 7— Z ?(8 APPROVAL RECOMMENDED: Ot L Chris Harder Interim Director, Water Department Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Chris Harder Interim Water Director APPROVED AS TO FORM AND LEGALITY: M&C: 9MRk Date: Douglas W. Black Assistant City Attorney AT wo Ma y J. Kayser �. City Secretary City of Fort Worth J Professional Services Agreement Amendment Template * Q� OFFICIAL RECORD CFW Official Release 9/19/2017 mer,..? Page 2 or 2 CITY SECRETARY FT.WOIrr m,TX BS 1ACO JACOBS ZM-, 77,r:�a ,Sr o+l 1 7 735 5-,J0 +1 817 735 3i4P August 22,2018 Mr.Christopher Harder, P.E. Director Fort Worth Water Department City of Fort Worth,Texas 200 Texas Street Fort Worth,Texas 76102 Subject:Village Creek Water Reclamation Facility, Final Biosolids Master Plan and Implementation Support,Amendment No.1(City Secretary Contract No.50018,M&C C-28475) Dear Mr. Harder: Please find enclosed CH2M's proposal for Amendment No. 1 to the Subject project.Should you have any questions, please do not hesitate to contact me at 512-314-3180. Regards, CH2M &�� Matthew Berg, P.E. Project Manager ATTACHMENT A ENGINEERING SERVICES FOR VCWRF BIOSOLIDS MASTER PLAN AND IMPLEMENTATION SUPPORT CITY PROJECT NO.:<XXXX> ATTACHMENT A SCOPE OF SERVICES FOR VILLAGE CREEK WATER RECLAMATION FACILITY FINAL BIOSOLIDS MASTER PLAN AND IMPLEMENTATION SUPPORT CITY PROJECT NO.: <XXXX> AMENDMENT 1 The scope set forth herein defines the work to be performed by the ENGINEER in completing Amendment 1 related to the Village Creek Water Reclamation Facility (VCWRF) Final Biosolids Master Plan and Implementation Support Project (Project). Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. WORK TO BE PERFORMED Contract Number 50018 was executed by the CITY and ENGINEER on November 27, 2017. ENGINEER has performed services in support of the Biosolids Master Plan in accordance with the contract including the scope of services. Task 4, Additional Services, provides that the ENGINEER may perform additional services with specific direction from the CITY Project Manager on a task by task, time and materials basis. Based on a request from the CITY Project Manager, CI-12M prepared this Amendment for performance of additional services for modeling and preparation of a Wastewater Preliminary Engineering Report in accordance with Texas Water Development Board requirements identified in TWDB-0556. TASK 4.1. ADDITIONAL PROJECT MANAGEMENT. ENGINEER shall ensure efficient and effective use of ENGINEER's and CITY's time and resources. Managing the Consultant Project Team • Two additional meetings between CITY and ENGINEER to 1) Discuss key sections of the Draft Engineering Feasibility Report and 2) Obtain CITY feedback on the submitted Draft Engineering Feasiblity Report. • Task and allocate team resources to manage services related to this Amendment. Communications and Reporting • Update the Project Schedule to rebase the project to include this additional task; monthly updates are included in the original authorization. Task 4.1 ASSUMPTIONS • Two additional 2-hour team meetings with the CITY attended by up to 2 ENGINEERING team members. City of Fort Worth,Texas Attachment A PMO Release Date:04.09.2012 Page 1 of 6 ATTACHMENT A ENGINEERING SERVICES FOR VCWRF BIOSOLIDS MASTER PLAN AND IMPLEMENTATION SUPPORT CITY PROJECT NO.:<XXXX>-CHANGE ORDER • The rebased project schedule will be prepared in Microsoft Project and submitted with the monthly report. Task 4.1 DELIVERABLES • The updated schedule will be submitted with the typical monthly status report TASK 4.2. ADDITIONAL BIOSOLIDS MASTER PLAN SERVICES. ENGINEER will finalize the existing Draft Long-term Biosolids Master Plan (BMP) and perform additional work for the CITY as follows: 4.2.1 Additional Biosolids Projections/Modeling ENGINEER will provide Additional Engineering Services to update the existing GPS-X process model and biosolids projections for the Village Creek WRF. This is an extension of existing Task 2.4, Update Biosolids Projections, and it includes work and effort that was not intended in the original scope of work. Additional tasks include: 1) Review and analysis of historical plant influent parameters to update projected service population, flow projections, influent loads, and per capita influent to VCWRF. ENGINEER to analyze the data to select a representative time period for use in model calibration. The original scope intent was to use the 2014 BMP's annual average flow and load projections rather than update them for model development. 2) Review and analysis of historical data provided by the City to determine typical wastewater quality characteristics, changes to operating condition, and water quality parameters throughout the treatment process including primary clarification, aeration, secondary clarification, thickening, digestion, dewatering and other processes. The original scope intent was to update the model based only changes to operating conditions as provided by City staff without extensive analysis of historical data. 3) Develop up to three model calibration iterations for annual average conditions. ENGINEER to work with City staff to review and fine tune the calibration to increase its accuracy, and to better reflect anticipated future operating conditions. 4) Develop up three sets of model validation results, testing the calibrated model against historical data for different time periods including annual average and monthly average conditions. This will test the accuracy of the model calibration for various time periods and operating conditions as a QA/QC step with City staff. Identify refinements to the model and calibration to more accurately reflect anticipated operating parameters, and establish more confidence in the model's projection of solids quantities for future operating conditions. 5) Comparison of GPS-X modelled max-month flow and load projections with those projections developed using peaking factors. This will be a QA/QC step to establish confidence that the model reasonably agrees with historically observed peaks. Because the model is not accurate for Max-Week conditions, this verification will give more confidence in the reliability of Max-Week projections based solely on peaking factors. City of Fort Worth,Texas Attachment A PMO Release Date:04.09.2012 Page 2 of 6 ATTACHMENT A ENGINEERING SERVICES FOR VCWRF BIOSOLIDS MASTER PLAN AND IMPLEMENTATION SUPPORT CITY PROJECT NO.:<XXXX>-CHANGE ORDER Task 4.2.1 ASSUMPTIONS • No additional assumptions. Task 4.2.1 DELIVERABLES • The original project scope Task 2.4 includes a Technical Memorandum (TM) that describes the results of the modeling effort. As part of that TM, with this Amendment the TM will also describe the results of the historical data analyses, revised influent flow and load projections, selection of peaking factors, model validation results, and additional model assumptions made. Results will also be described in the Task 2.8 deliverable, Final Biosolids Master Plan Report, and in the Engineering Feasibility Report described below in Task 4.3. 4.2.2 Additional Alternative: MAD Followed by THP then MAD At the City's request, ENGINEER will provide Additional Engineering Services to evaluate one more technology alternative for comparison with those already included in the scope of work: Mesopilic Anaerobic Digestion (MAD)followed by Thermal Hydrolysis Pretreatment (THP) then Post-MAD, potentially followed by air drying. This is an extension of existing Task 2.6, Alternatives Evaluation, and it includes work and effort that was not in the original scope of work. Task 4.2.2 DELIVERABLES • Results of this analysis will be incorporated as an additional section into the existing Task 2.6 deliverable: TM 2. This will include a description of the technology, conceptual sizing, cost estimate, evaluation using the established non-cost scores, and comparison to other Alternatives. Results will also be described in the Task 2.8 deliverable, Final Biosolids Master Plan Report, and in the Engineering Feasibility Report described below in Task 4.3. TASK 4.3. ENGINEERING FEASIBILITY REPORT (EFR) The CITY desires to seek Texas Water Development Board (TWDB)funding for facility construction. TWDB requires that engineering analysis be documented and formatted in a prescribed manner as set forth in TWDB-0556, Guidance for the Preparation of Wastewater Engineering Feasibility Reports. ENGINEER will develop an Engineering Feasibility Report as set forth in TWDB-0556 based on the technical content contained in the initially scoped TM and "VCWRF Biosolids Master Plan Report" deliverables. Wastewater Engineering Feasibility Reports include some information in addition to that included in the scope of services for the Biosolids Management Plan Report. Effort over and above that originally anticipated include: • Additional details, maps and figures regarding facility siting • Broadened discussion of existing and forecast needs and operational issues • Integration into the report of water sources, ownership, and adequacy of water supply for the planning period which will be provided by the CITY City of Fort Worth,Texas Attachment A PMO Release Date:04.09.2012 Page 3 of 6 ATTACHMENT A ENGINEERING SERVICES FOR VCWRF BIOSOLIDS MASTER PLAN AND IMPLEMENTATION SUPPORT CITY PROJECT NO.:<XXXX>-CHANGE ORDER • Additional information related to the Intended Use Plan (IUP) which will be provided by the CITY • Identification of industrial discharges and characterization of wastewater discharges from industrial pretreatment dischargers which will be provided by the CITY • Certifications • Project Budget Form (TWDB-1201) Task 4.3 ASSUMPTIONS • The ENGINEER will conduct no additional engineering analysis to prepare the Engineering Feasibility Report beyond the original scope and this Amendment. • No alternative will be recommended in the Engineering Feasibility Report • The Engineering Feasibility Report will be in ADDITION to the deliverable ("VCWRF Biosolids Master Plan Report,") identified in Task 2.8 of the original scope of services. • The CITY will provide water sources, ownership, and adequacy of water supply and similar CITY-generated data required in the Engineering Feasibility Report. • The draft and final reports will be provided in .pdf format via file transfer site. • EFR will be prepared according to our best interpretation of existing TWDB requirements, and estimated level of effort does not include any additional requirements that may be imposed by TWDB review of Draft EFR • The Report is expected to have the following sections as established in TWDB- 0556: o Executive Summary o General Description o Alternatives ■ Flow/load projections ■ Cost Estimates • Non-Cost Score Evaluations ■ Benefit-Cost Comparison of Alternatives o Project Specific Requirements ■ Required TWDB content ■ Regulatory Review and Market Analysis (from original scope of services) o Alternative Methods for Project Delivery Alternatives Evaluation City of Fort Worth,Texas Attachment A PMO Release Date:04.09.2012 Page 4 of 6 ATTACHMENT A ENGINEERING SERVICES FOR VCWRF BIOSOLIDS MASTER PLAN AND IMPLEMENTATION SUPPORT CITY PROJECT NO.:<XXXX>-CHANGE ORDER o Cost of the Project o Project Schedule Task 4 DELIVERABLES SUMMARY 4.2.1 Additional content in TM describing the historical plant inflows, future flow and load projections, model calibration and validation, and updated model assumptions (additional content beyond originally scoped TM). Will also be incorporated into the Task 2.8 and Task 4.3 deliverables. 4.2.2 Evaluation of an additional biosolids technology alternative shall be incorporated into the Task 2.6 deliverable, TM 2, and into the Task 2.8 and Task 4.3 deliverables. 4.3 Draft and Final Engineering Feasibility Reports conforming with TWDB-0556. Draft will be reviewed by City, and TWDB if desired by City. TASK 4.4. CONTRACT SUPPORT Federally funded financial programs administered by TWDB include requirements such as complying with federal American/U.S. and prevailing wage monitoring and reporting. Standard City procurement and contracting documents will need to be modified to conform to TWDB funding requirements. Additional administration of both the contract between the CITY and the CONTRACTOR and the CITY and TWDB may be required. ENGINEER anticipates that additional effort will be required above that originally estimated in the scope of services approved on date. This Amendment does not include additional effort for such bid document modifications or contract administration services; an additional Amendment may be required. Budget Summary Task Cost 4.1 -Additional Project Management $10,210 4.2.1 -Biosolids Projections/Modeling $27,035 4.2.2-Additional Alternative: MAD Followed by THP then MAD $17,177 4.3-Engineering Feasibility Report $22,385 Expenses $ 489 Total $77,296 City of Fort Worth,Texas Attachment A PMO Release Date:04.09.2012 Page 5 of 6 ATTACHMENT ENGINEERING SERVICES FOR VCWRF BIOSOLIDS MASTER PLAN AND IMPLEMENTATION SUPPORT CITY PROJECT NO,aXXXX> Draft Schedule of Upcoming Tasks _ --- Duralum $lad FMeN PredeeeMaa Jliy 8 Augu12078 7(118 OPb8er 2018 NovbMer2016 D Task Name __.- -- I __.-ilisl9 2 6 f 3 t Ls!.9h�17z1tx�zd2�6�tdtahe�dzs�1 1 Fnal¢e Lang-Term Minter Plan _------ 712 deye Mon U6/18 Tue 1d3W18 2 2.1-Kickoff nxesn9 and wolkslxp 1 tleY Mon 1f8H8 Mon 1/8118 -......... 3 23-Data Ga srng 60 days Tue IMIS Mon 4018 2 I I ...... 4 21-8ioaolids Proj<caans 119days Tue 1/4118 Fn 622118 2 I I I I 5 2.6-Alremakv<s EvaWatbn 29 Jaya Man 625118 Th.82r1184 I 1 I I II I I I I 6 --TM2-AIkm08ves Evaluation Iday Fn 673/18 Fri 8731185 1 I _ II 1 I I I 7 TM i-B.W4.Prolecaons 15 days Man M18 Fn 52G18 6 II I I I 8 � NemaBva Ewluaaon WarkshoP Approvmat<Da2 itlaY Thu 823118 Thu 8231786F5.13 Bari 11 X8121 I I I 11 I 1 1 I 9 23-RWulatory ftevkw 15 days Mon B!&18 Fn B24186 11 1 I 11 I 1 I I 10 -2.5-Market AluYysR 15 tlaYs Arlon&6/a8 Fri WWI 86 I I I I I II I i 1 I 11 -_....Cay boated updak 12 W" M-616118 Tte&211166 1 1 I 1 I 11 I 1 I I II 1 I I 12 -4.3-Engireerr 9 Feasbo M R Won ZO days Mon&6118 Fd 87!11186 11 I 1 I II I I I 13 Ciy Subm6&on to TNDB 10 days IaIXa 9l3t 18 Fd 9/1/!1812 I 1 1 I I 11 I 1 1 I 1 14 -�27- Plan 15 days Wed 82'!18 Tun 9H 111811 I I 1 I I 11 I I I /S 2b-BMP R 11 1 1 1 epM 35 days wed 9n]it8 Tte t0130N8 1 I II I I 1 18 Draft Rq d 15d ye Wed9112;18 TIe 107118 71,10,97 11 1 ! 11 I I 11 I I I I T7 Cay R.- 10 days Wed 18'3118 Tue ton&18/6 I I I II 1 1 1 II I 1 I 18 Fins[Report 18 days Wed ICY17116 Tue 10MI817 I I I 1 1 II I I I 19 11 I 1 I II I I 20 ''�,,Ilrpkrnmtanan Buppor[ 60 day9 Wed 8'23/18 Tue 11rM 1n811 I I 11 I I I I 21 Conked Strategy Workshop,APPrmlanate Date 1 day Wed 911'X18 Wed 9/12M$14 1 U12 1 I i I I 1 1 1 I 22 j Draft RFP 60 days WW 823/18 T.11/13118. 1 I I 11 I ._ 11 I I I 23 GatAgreNYtnt 60dari.Wed 822/18 T.8-17/13x18 II I City of Fort Worth,Texas Attachment A PMO Release Daft:04.09.2012 Page 6 of 6