Loading...
HomeMy WebLinkAboutContract 49049-A1 CITY SECRETARY AMENDMENT No.O 1 CONTRACT NO. qD -A TO CITY SECRETARY CONTRACT No. 49049 WHEREAS, the City of Fort Worth (CITY) and CDM Smith, Inc, (ENGINEER) made and entered into City Secretary Contract No. 49049, (the CONTRACT) which was authorized by M&C C- 28213 on the 2nd day of May, 2017 in the amount of $ 1, 570, 965 . 00 ; and WHEREAS, the CONTRACT involves engineering services for the follow- ing project : VILLAGE CREEK WATER RECLAMATION FACILITY GRIT REMOVAVL PROCESS; 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 Attachments A, B & C dated August 24, 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 $885, 755. (See Attached Scope of Services, Fee Table and related Exhibits) 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 $2, 456, 720. 3 . All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect . c C7 N �Rr OFFICIAL RECORD CITY SECRETARY y U FT.WORTH,TX Cityof Fort Worth,Professional Services Agreement Amendment CFW Official Release 9/19/2017;Adapted September 2018 Page 1 of 2 EXECUTED and EFFECTIVE as of the date last written by a signatory, below. APPROVED: City of Fort Worth ENGINEER CDM Smith Inc. Jesus J. Chapa J. Danny Shannon, PE Assistant City Manager Senior Vice President DATE: .0-r-1 6 DATE: e 9Z-2 7 1129 APPROVAL RECOMMENDED: Ct t�(06 Christopher P. Harder, PE M&C: C-28857 Director, Water Department Date: September 18, 2018 1L45'-� ?al8'3f�l3Sy APPROVED AS TO FORM AND LEGALITY: Douglas Black Assistant City Attorney AT TE T: V:0 .................. M ry J. r := p City Secretary ACAS 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. 91 , Farida Goderya, PE Senior Project Manager OFFICIAL RECORD CITY SECRETARY FT.WORTHS TX City of Fort Worth,Professional Services Agreement Amendment CFW Official Release 9/19/2017;Adapted September 2018 Page 2 of 2 AMENDMENT 1-SOUTH FLOW PUMP STATION ATTACHMENT A DESIGN SERVICES FOR VCWRF GRIT REMOVAL PROCESS CITY PROJECT NO.:100075 AMENDMENT 1 ATTACHMENT A Scope for Engineering Design Related Services for Wastewater Treatment Plant Improvements DESIGN SERVICES FOR SOUTH FLOW PUMP STATION FOR THE VILLAGE CREEK WATER RECLAMATION FACILITY GRIT REMOVAL PROCESS PROJECT CITY PROJECT NO.: 100075 The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. PROJECT DEFINITION AND BACKGROUND As part of the Village Creek Water Reclamation Facility (VCWRF) Grit Removal Facility Project "the Project", the CITY has selected to construct a low lift pump station and force main to direct the Village Creek Basin (south) flow to the existing Headworks Facility to combine with the West Basin (west) flow ahead of the new grit removal facility. This Amendment 1 includes additional scope of work to complete Detailed Design of the low lift pump station and associated force main. This scope of work set forth herein assumes the following when developing level of effort. • Detailed design of influent pump station and force main will be a stand-alone bidding package from grit removal facility. • Construction phase services are not included as part of this scope and will be an amendment to this Contract. Services not included in this amendment include: • Preparing easement documents for force main improvements. • Environmental review for force main improvements. • No video or security monitoring for lift station area. • No AES programming or configuration services. These services shall be provided under separate contract amendment with construction phase services. City of Fort Worth,Texas CDM Smith Scope Amendment 1 Rev4 Attachment A 08/24/2018 Page 1 of 10 AMENDMENT 1-SOUTH FLOW PUMP STATION ATTACHMENTA DESIGN SERVICES FOR VCWRF GRIT REMOVAL FACILITY CRY PROJECT NO.:100015 WORK TO BE PERFORMED Phase II — Design Phase 2.1 Project Management 2.2 Project Meetings and Site Visits 2.3 Preliminary Design (30%) 2.4 Final Design (60%, 90%, 100%) 2.5 Bidding Assistance Phase II Detailed Design Scope The scope set forth herein for detailed design is for a low lift pump station and associated force main for the south flow and modifications to existing Bar Screen Building No. 3 and the Headworks Facility including the following: - 125 mgd low lift submersible pump station with rock catcher or bosker screen. No building enclosure for the pump station or screen area. - Collection and disposal of debris from the rock catcher or bosker screen. No building enclosure for the screen collection and disposal area. - Pre-engineered odor control system for screening and pump station improvements. - VCWRF levee modifications. - Coordinated electrical house for pump station improvements. - Approximately 1,800LF of 72-inch force main from new low lift pump station to Box F1. - Addition of 1 coarse screen and 1 fine screen and washer/compactor at the existing Headworks Facility. - Demolition of Bar Screen Building 3 including demolition of superstructure and removal of all equipment and associated electrical & instrumentation inside the screen building, modifications to screen channels to allow flow to pass through the structure, demolition of dumpster building and associated odor control system. - Associated site, electrical, and SCADA improvements. - VCWRF boundary survey for force main design. - Level B subsurface utility exploration (SUE) for pipeline and five Level A SUE points to locate the 96-inch pipeline. 2.1 Project Management ENGINEER will ensure efficient and effective use of ENGINEER's and CITY's time and resources. ENGINEER will perform additional project management duties related to managing the pump station and force main design throughout the Detailed Design Phase of the Project. ENGINEER will manage change, communicate effectively, coordinate internally and externally as needed, and proactively address issues with the CITY's Project Manager and others as necessary to make progress on the work. 2.1.1 General Project Management • Lead, manage and direct design team activities • Ensure quality control is practiced in performance of the work City of Fort Worth,Texas CDM Smith Scope Amendment 1 Rev4 Attachment A 08/24/2018 Page 2 of 10 AMENDMENT 1-SOUTH FLOW PUMP STATION ATTACHMENTA DESIGN SERVICES FOR VCWRF GRIT REMOVAL FACILITY CITY PROJECT NO.:100075 • Communicate internally among team members • Task and allocate team resources 2.1.2 Communications and Reporting • Conduct monthly project status meetings with the CITY. • Prepare and submit invoices and progress reports monthly in the format requested by the CITY. • Prepare and submit baseline Project design schedule initially, and Project design schedule updates with a schedule narrative monthly, as required in Attachment D to this Standard Agreement and according to the CITY of Fort Worth's Schedule Guidance Document. • Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at the end of the project. • Coordinate with permitting authorities, other agencies and entities as necessary for the design of the proposed improvements, and provide and obtain information needed to prepare the design. • With respect to coordination with permitting authorities, ENGINEER will communicate with permitting authorities such that their regulatory requirements are appropriately reflected in the designs. ENGINEER will work with regulatory authorities to obtain approval of the designs, and respond to their inquiries and comments, as part of the design scope. ASSUMPTIONS • Phase II Detailed Design Phase will be completed within 9 months from notice to proceed. DELIVERABLES • Meeting minutes • Monthly invoices, progress reports and schedule updates will be combined with grit removal facility design invoices and progress reports. • Correspondence with permitting authorities 2.2 Project Meetings and Site Visits 2.2.1 Progress Meetings Project progress meetings will be held during the course of the project with CITY staff to discuss aspects of the project presently underway, project schedule, and upcoming issues. These meetings will generally be about one hour in duration and are not intended to be formal presentations. The appropriate ENGINEER team members shall attend the meetings to discuss pertinent issues. Monthly progress meetings with the City are planned for this phase of the project. City of Fort Worth,Texas CDM Smith Scope Amendment 1 Rev4 Attachment A 08/24/2018 Page 3 of 10 AMENDMENT 1-SOUTH FLOW PUMP STATION ATTACHMENT A DESIGN SERVICES FOR VCWRF GRIT REMOVAL FACILITY CITY PROJECT NO.:100075 Design Team meetings will be held during the course of the project to discuss aspects of the project and coordinate with team members. These meetings will generally be about one hour in duration. Monthly design team meetings are planned for this phase of the project. 2.2.2 Site Visits ENGINEER will conduct site visits as needed to field verify existing conditions, investigate site conditions, etc. Personnel and Vehicle Identification: When conducting site visits to the project location, the ENGINEER or any of its SUBCONSULTANTS will carry readily visible information identifying the name of the company and the company representative. 2.3 Preliminary Design (30%) Preliminary design for a low lift pump station and force main will include the following items. • Capacity development and final design criteria • Force main route • Topographic and Boundary survey and subsurface utility exploration (SUE) • Geotechnical investigation for force main and pump station improvements • Geotechnical investigation for levee modifications • Pump station location and siting • Number, size, and type of proposed submersible pumps and pump station • Ease of operability and maintenance • Flow measurement evaluation • Pump station layout • Levee evaluation study and engineering analysis • Pre-engineered electrical building and electrical requirements • Pre-engineered odor control system • Bar Screen Building No. 3 demolition • Additional coarse and fine screening at Headworks Facility to increase screening capacity for South Flow • Access and utility requirements • Electrical power assessment and evaluation City of Fort Worth,Texas CDM Smith Scope Amendment 1 Rev4 Attachment A 08/24/2018 Page 4 of 10 AMENDMENT 1-SOUTH FLOW PUMP STATION ATTACHMENTA DESIGN SERVICES FOR VCWRF GRIT REMOVAL FACILITY CITY PROJECT NO.:100075 • Feasibility to interface to Ovation SCADA and control philosophy • Opinion of probable construction cost 2.3.1 Hydraulics Design ENGINEER will update the hydraulic model to reflect the preliminary design developed for the low lift pump station and force main improvements. The updated model will be utilized to develop a hydraulic profile from Box F1 to the proposed pump station. The results of the hydraulic plant model will be applied to the collection system model to assess the hydraulic impact of the proposed design to the collection system upstream of the plant. The updated collection system model will be utilized to develop a hydraulic profile from the proposed pump station to the manhole #7206 (adjacent to Lake Arlington Dam). ENGINEER will develop a brief write up documenting the hydraulic analysis to be included in the Preliminary Design Report. 2.3.2 Surveying and SUE ENGINEER will perform topographic and improvements survey of visible improvements for the area proposed for the pump station and force main. A boundary survey around the plant site is needed to verify the City of Fort Worth VCWRF property line, specifically for the area proposed for the force main alignment. ENGINEER will perform utility designating services (level "B") electromagnetic investigation for the force main and search for lines that parallel or cross the proposed force main alignment 20-ft each side of the proposed path. ENGINEER will perform five quality level A (test hole) excavations on the 96-inch pipeline at locations to be determined by the client. ENGINEER will excavate test holes as requested using minimal intrusive excavation methods and determine depth of the existing utility. 2.3.3 Geotechnical Investigation ENGINEER will perform geotechnical investigation for the low lift pump station, levee modifications, and force main. The preliminary investigation includes drilling up to 6 borings to explore the subsurface conditions; evaluating the pertinent engineering properties of the subsurface materials; addressing groundwater levels related to groundwater dewatering; and providing preliminary recommendations regarding the proposed improvements. ENGINEER will review existing geotechnical information available for the VCWRF levee system in the vicinity of the proposed improvements. ENGINEER will perform engineering analysis to evaluate the subsurface conditions of the levee system in the vicinity of the proposed improvements, as they relate to evaluation of the existing levees and design and construction of the proposed levee modifications. At a minimum, the analysis are anticipated to include slope stability, seepage and settlement. City of Fort Worth,Texas CDM Smith Scope Amendment 1 Rev4 Attachment A 08/24/2018 Page 5 of 10 AMENDMENT 1-SOUTH FLOW PUMP STATION ATTACHMENT A DESIGN SERVICES FOR VCWRF GRIT REMOVAL FACILITY CITY PROJECT NO.:100075 ENGINEER will prepare draft and final Geotechnical Reports summarizing subsurface investigation, analyses performed, and engineering recommendations developed as part of the evaluation for design and construction of the proposed improvements. Geotechnical report will be prepared for use in the City's levee recertification program, where it will also include a review of the FEMA-certification requirements listed in Section 44 CFR 65.10. DELIVERABLES • Draft and Final Geotechnical Investigation Reports • Final Geotechnical Investigation Report will be uploaded to the designated project folder in Buzzsaw 2.3.4 Preliminary Design Report (30%) ENGINEER will prepare Preliminary Design Report (PDR) establishing design criteria and 30% conceptual level design and cost for the low lift pump station and force main as part of the grit removal facilities improvements. Preliminary Design Report deliverable will include proposed site plans, proposed piping layouts, process flow diagrams, hydraulic profiles, process mechanical and instrumentation diagrams (PMIDs), electrical one-line diagrams. Drawing format will be in 3D platform. Major equipment specifications and construction sequencing and major tie-in list will be delivered for the Preliminary Design 2.3.5 Opinion of Probable Construction Cost Engineer will prepare opinions of probable project cost based upon 30% complete design documents. DELIVERABLES • 10 hard copies of Draft and Final PDR • Final PDR will be uploaded to the designated project folder in Buzzsaw 2.4 Final Design (60% and 90%) Upon approval of the PDR, ENGINEER will prepare final design plans and specifications as follows: 2.4.1 Final Plans and Specifications Draft Final plans and specifications will be submitted to CITY per the approved Project Schedule. Drawing format will be 3D platform. ENGINEER will provide CITY ten (10) sets of review documents at 60% and 90% completion level. 2.4.2 Opinion of Probable Construction Cost The ENGINEER will submit a final design opinion of probable construction cost with both the 60% and 90% design packages. City of Fort Worth,Texas CDM Smith Scope Amendment 1 Rev4 Attachment A 08/24/2018 Page 6 of 10 AMENDMENT 1-SOUTH FLOW PUMP STATION ATTACHMENT A DESIGN SERVICES FOR VCWRF GRIT REMOVAL FACILITY CITY PROJECT NO.:100075 The ENGINEER will submit a final opinion of probable construction cost for the project. ASSUMPTIONS • ENGINEER will not proceed with Final Design activities without written approval by the CITY of the Preliminary Design Report • The CITY's front end and technical specifications will be used. ENGINEER will supplement the technical specifications if needed. • Preliminary sheet count for the project is 103 sheets. ENGINEER will provide update on estimated preliminary sheet and specification list throughout the project. DELIVERABLES • 10 hard copies of plans and specifications will be provided for each deliverable. • Final Plans and Specifications will be uploaded to designated project folder in Buzzsaw. 2.4.3 Prepare Bid Documents Upon approval of 90% design plans and specifications, ENGINEER will prepare final construction documents for bidding purposes. ENGINEER will provide five sets of 100% sealed documents to CITY for final review. These documents will also be submitted to TCEQ for review/approval. ENGINEER will update plans and specifications with any final comments prior to bidding. Preliminary Sheet List Sheet No. Description General 1 Cover Sheet 2 Index to Drawings 3 General Legend and Location Map 4 Legend and Abbreviations 1 5 Legend and Abbreviations 11 6 Key Plan 7 Process Flow Diagram 1 8 Process Flow Diagram 11 9 Hydraulic Profile I VC Lift Station to MH 37206 10 Hydraulic Profile 11 (Lift Station to Box F1) Civil 11 Forcemain General Notes 12 Forcemain Site Plan and Control Points 13 Forcemain Overall Ma 14 Forcemain Plan & Profile STA 10+00 to STA 14+50 15 Forcemain Plan & Profile STA 14+50 to STA 19+00 16 Forcemain Plan & Profile STA 19+00 to STA 23+50 17 Forcemain Plan & Profile STA 23+50 to END City of Fort Worth,Texas CDM Smith Scope Amendment 1 Rev4 Attachment A 08/24/2018 Page 7 of 10 AMENDMENT 1-SOUTH FLOW PUMP STATION ATTACHMENTA DESIGN SERVICES FOR VCWRF GRIT REMOVAL FACILITY CITY PROJECT NO.:100075 18 Forcemain Connection Details 19 Forcemain Miscellaneous Details 1 20 Forcemain Miscellaneous Details II 21 Levee Modifications Plan 22 Levee Modifications Section 23 Lift Station Existing Partial Site Plan 24 Lift Station Modified Partial Site Plan 25 Lift Station Yard Piping Plan 1 26 Lift Station Yard Piping Plan II 27 Lift Station Yard Piping Profile 1 28 Lift Station Yard Piping Profile II 29 Lift Station Paving, Grading, and Drainage Enlarged Plan 30 Lift Station Civil Standard Details 1 31 Lift Station Civil Standard Details II 32 Lift Station Civil Standard Details III 33 Lift Station Civil Standard Details IV Demolition 34 Demolition Plan Box C Area 35 Demolition Plan Box F1 Area 36 Demolition Upper Plan BS 3 37 Demolition Lower Plan BS 3 38 Demolition Section BS 3 39 Demolition Electrical Plan BS 3 Structural 40 Lift Station Lower Plan 41 Lift Station Sectional Plan 42 Lift Station Upper Plan 43 Lift Station Overall Sections 44 Lift Station Sections and Details 1 45 Lift Station Sections and Details II 46 Lift Station Sections and Details III 47 Lift Station Sections and Details IV 48 Lift Station Sections and Details V 49 Rock Catcher/Bosker Screen Area Plan 50 Rock Catcher/Bosker Screen Area Sections and Details 51 Lift Station Electrical Building Foundation Plan 52 Lift Station Electrical Building Details 1 53 Lift Station Electrical Building Details II 54 Lift Station Odor Control Foundation Plan 55 Lift Station Odor Control Sections and Details 56 Lift Station Odor Control Details 57 Pier Schedule and Details 58 Beam Schedule and Details 59 BS 3 Modifications to Upper Plan 60 BS 3 Modifications to Lower Plan 61 Structural Standard Details 1 62 Structural Standard Details II City of Fort Worth,Texas CDM Smith Scope Amendment 1 Rev4 Attachment A 08/24/2018 Page 8 of 10 AMENDMENT 1-SOUTH FLOW PUMP STATION ATTACHMENTA DESIGN SERVICES FOR VCWRF GRIT REMOVAL FACILITY CITY PROJECT NO.:100075 63 Structural Standard Details III 64 Structural Standard Details IV 65 Structural Standard Details V 66 Structural Standard Details VI 67 Structural Standard Details VII Mechanical 68 Lift Station Lower Plan 69 Lift Station Upper Plan 70 Lift Station Sections 71 Lift Station Sections and Details 72 Lift Station Sections and Details 73 Headworks Facility Plan 74 Headworks Facility Section 75 Mechanical Standard Details 1 76 Mechanical Standard Details II 77 Mechanical Standard Details III 78 Mechanical Standard Details IV Odor Control 79 Lift Station Odor Control Plan 80 Lift Station Odor Control Sections 81 Lift Station Odor Control Sections and Details 82 Lift Station Odor Control Sections and Details Electrical 83 Lift Station Area Classification Plan 84 Lift Station Electrical Site Plan 85 Lift Station One-Line Diagram 1 86 Lift Station One-Line Diagram II 87 Lift Station Electrical Plan 88 Lift Station Electrical Building Electrical Plan 89 Lift Station Odor Control Plan 90 Schematics I 91 Schematics II 92 Riser Diagram 1 93 Standard Electrical Details 1 94 Standard Electrical Details II 95 Standard Electrical Details III 96 Standard Electrical Details IV Instrumentation 97 System Architecture 98 Lift Station PMID 1 99 Lift Station PMID II 100 Standard Instrumentation Details I 101 Standard Instrumentation Details II 102 Standard Instrumentation Details III 103 Standard Instrumentation Details IV 2.5 Bidding Assistance City of Fort Worth,Texas CDM Smith Scope Amendment 1 Rev4 Attachment A 08/24/2018 Page 9 of 10 AMENDMENT 1-SOUTH FLOW PUMP STATION ATTACHMENT A DESIGN SERVICES FOR VCWRF GRIT REMOVAL FACILITY CITY PROJECT NO.:100075 2.5.1 Pre-Bid Meeting ENGINEER will conduct pre-bid meeting. 2.5.2 Clarifications/Addenda ENGINEER will provide necessary interpretations and clarifications of contract documents from bidders during the bidding phase. If necessary, such clarifications will be included in Addenda. 2.5.3 Bid Opening/Recommendation of Award Engineer will attend Bid Opening and review bids for recommendation of award of construction contract. 2.5.4 Conformed Documents ENGINEER will prepare conformed documents for the construction project, incorporating addenda items into the plans and specifications, and provide ten sets of half-size plans and specifications and five sets of full size plans for use by the CITY and Contractor during construction. City of Fort Worth,Texas CDM Smith Scope Amendment 1 Rev4 Attachment A 08/24/2018 Page 10 of 10 SF Ijlli ! t ' I11 ilfll i ! € I i 1" I`- I I— Z` $! 1 m i1 t i -I ' llie! 11 VIII 1i : IiIils i E .I»i$ia IF.o Iii xAi s o ml'. biY je i'. lio; ie ! 1 ,Yi�,�i• Y� iRi =Y is, ;"S€ iRIR' ; t ; iistti iR; `rn It ie 1 i fe of ; gi i al io{ e 1 W � c s•m ' � � � i i � ' i ; i ' ion 0 le 21 i I Ig; iY lvi =mw 0EWn o= Y i I IA`s! ;Y ! IR! i et I I f W z 1 Z LL FSi I W 1 i • Yr RiO� ; c 1 1 i t et 1 m�W � ; let ei I 1 ; S I • i I I I Io 4 to 1.1 1 i �• � � ! i i e RiiD �elgiR�� j�; �Si ISiR R` �R! ig. W {{ I IS g' IRIm.AS iR iee; e. i I IIsi ; i i i ' I i i Pi ,s ; l' I �=a i t AMENDMENT 1 —VCWRF SOUTH FLOW PUMP STATION ATTACHMENT B COMPENSATION Design Services for Village Creek Water Reclamation Facility Grit Removal Process Project City Project No. 100075 Time and Materials with Multiplier Project I. Compensation A. The ENGINEER shall be compensated for personnel time, non-labor expenses, and subcontract expenses in performing services enumerated in Attachment A as follows: i. Personnel Time. Personnel time shall be compensated based upon hours worked directly in performing the PROJECT multiplied by Direct Salaries multiplied by a factor of 3.2. Direct Salaries are the amount of wages or salaries paid ENGINEER's employees for work directly performed on the PROJECT, exclusive of all payroll- related taxes, payments, premiums, and benefits. ii. Non-Labor Expenses. Non-labor expenses shall be reimbursed as Direct Expenses at invoice or internal office cost. Direct Expenses (non-labor) include, but are not limited to, mileage, travel and lodging expenses, mail, supplies, printing and reproduction services, other direct expenses associated with delivery of the work; plus applicable sales, use, value added, business transfer, gross receipts, or other similar taxes. iii. Subcontract Expenses. Subcontract expenses and outside services shall be reimbursed at cost to ENGINEER plus a markup of ten percent (10%). iv. Budgets. ENGINEER will make reasonable efforts to complete the work within the budget and will keep the City informed of progress toward that end so that the budget or work effort can be adjusted if found necessary. ENGINEER is not obligated to incur costs beyond the indicated budgets, as may be adjusted, nor is the City obligated to pay ENGINEER beyond these limits. If ENGINEER projects, in the course of providing the necessary services, that the PROJECT cost presented in Article 2 of this Agreement will be exceeded, whether by change in scope of the project, increased costs or other conditions, the ENGINEER shall immediately report such fact to the City and, if so instructed by the City, shall suspend all work hereunder. When any budget has been increased, ENGINEER's excess costs expended prior to such increase will be allowable to the same extent as if such costs had been incurred after the approved increase. City of Fort Worth,Texas Attachment 8 PMO Official Release Date:8.09.2012 Page 1 of 4 B-1 AMENDMENT 1 —VCWRF SOUTH FLOW PUMP STATION ATTACHMENT B COMPENSATION B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. II. Method of Payment A. The ENGINEER shall be paid by the City based upon an invoice created on the basis of statements prepared from the books and records of account of the ENGINEER, based on the actual hours and costs expended by the ENGINEER in performing the work. B. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. C. ENGINEER shall prepare and submit invoices in the format and including content as presented in Exhibit B-1. D. Payment of invoices will be subject to certification by the City that such work has been performed. III. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Water Department monthly progress reports and schedules in the format required by the City. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 2 of 4 B-2 AMENDMENT 1 —VCWRF SOUTH FLOW PUMP STATION ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility Fee Amount Prime Consultant CDM Smith Inc. Project Management/ Design $582,025 66% Proposed MBE/SBE Sub-Consultants JQ Infrastructure Structural Design $81,000 9% Alliance Geotechnical Geotechnical Investigation $22,429 3% Group Non-MBE/SBE Consultants Freese & Nichols Hydraulic Modeling $151,698 17% CP&Y Surveying/SUE $48,603 5% TOTAL $885,755 100% Project Number & Name Total Fee T_-MBE/SBE Fee MBE/SBE 100075-VCWRF Grit Removal Process $885,7551 $103,429 12% City MBE/SBE Goal = 11% Consultant Committed Goal = 12 % City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 3 of 4 B-3 kcc § E2 = 2 I0 J / ] ) f { �� \ \ k L a.0 CO � � ! § � c t � § § § ECL / / k ) a \ � JE' 'Docm , e 2 \ � IL 8 \ } k \ a q9 - - _ o e [ k ■ r § � ) ( 7 _ _ 22 \ ) § k ) CO § sp ! 7 ] i6ff % { § 0 LL J J % Cl) u ) § E ■ C ■ t - E c> © o 7 ƒ 'aa �/ / CL LL } « I m k r � � \ \ kEtC, C ƒ / 0 0 o ) � 0, o \ oo { CL a § § Q u4CL � � / m ! ! J # ! ! R� ►I � s N N^ , 2 ► ' y O e f '^I 0 N _ n co 2 W ❑ _ U H U W Ir EL N ❑ �� 01 2 �p Z W a tit U € Q N 0 0 O o a LL LL a m u1 10 M M M N N N N N N N N N N N N N N N N m n H M M 01 01 01 01 01 01 01 01 N N N \ N N H \ H N OI H p1 N N N N m N N 01 N N N N \ \ \ O m \ O N \ O \ \ N \ m N \ m m o1 N \ 01 v4 N \ N 01 N l0 \ m u1 \ M n v m N N N \ \ N \ O \ \ �'•� N Y1 N \ m N N N N '� N N 01 N N N \ \ \ \ C1 N \ 01 .-1 Y1 O \ \ \ \ \ N \ \ \ \ \ N \ \ \ N N N N N N N N N N N N N \ w 1p n n m m N N N N eT O O Mo m m n a*o -*-o m m m m m rn m m m m m m .N N M N \ \ \ \Ol \N \N \NW \ M n m 0 O O\ 7 \ lN O \ON \OMN \ON1N N u1 O '•1 N N N m .ti N N N N N .i W O W W W W W O W W W W W W O W W W W W W W W W W W W > > 0 12 �n A Y A N NN �nJY Y > > 3 v v o ry 3 3 m 3 o ry 3 3 3 w 10 3 3 3 3 3 3 3 3 3 0 O -0 N N M N N N N m N N N -cr N N N N N N W C W > p O Cc O W O` _ O V O W U W U 1O V o. r M X A. N d ~ A d A d � 2 m v Z a « c -Z O W W aa ., '_' o q p c 3 c > 00 a o 3 n c 0 3 n a o 3 m o o v o N .e E " '6 U0 ° v ou " c u E z a d c d N v 3 v m O a c > 3 0 c c c v 3 c c c y 3 m _p c N c f 3i o d m f s > o c - o 0 cc > c 1O c o s m 0 O s c .c o o L t'i m W m e T-i m W c Ti m W m n W -0 y o u cc A >, c u ¢ m n ` oc m a t u s a O 2 N > m 2 E W t'i Y m y w •E 2 o v c u u v o o c t ¢ v c o Y -z- 'p Y 2 1 a H V ` V1 l7 a O V H V c 10 u H u m m u H V V m O u t H Z d m W d IL m j O m � C wig IN L - 3 p !y p1 W L p 5}yp�}3 yyLpy7� =e G �, � 8 is •�� ILI da ap I O x P 1 COO LL c? 00 C JU V E Cr. CD ■i�!'a'- .,S iia:- - Y 0 (� Lo r■dig I. ill f •Y"F}'!4 - I i� _, 1h I �F s ti i II a' Q � w Uz � $ O , City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 9/18/2018 -Resolution No.4982-09-2018 and Ordinance No. 23402-09-2018 DATE: Tuesday, September 18,2018 REFERENCE NO.: C-28857 LOG NAME: 60VCWRF GRIT REMOVAL-AMEND 01 SOUTH INFLUENT LS SUBJECT: Authorize Execution of Amendment No. 1 to City Secretary Contract No. 49049 with CDM Smith,Inc., in the Amount of$885,755.00 for the Process Evaluation and Engineering Design of the Grit Removal Process for the Influent Flows at the Village Creek Water Reclamation Facility and Provide for Additional Project Costs for a Revised Contract Amount in the amount of $1,035,755.00,Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt and Adopt Appropriation Ordinance (COUNCIL DISTRICT 5) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt for the Grit Removal Facility Project; 2. Adopt the attached Appropriation Ordinance increasing estimated receipts and appropriations in the Water and Sewer Commercial Paper Fund in the amount of$1,035,755.00 and reduce unallocated funds by the same amount; and 3. Authorize execution of Amendment No. 1 to City Secretary Contract No. 49049 with CDM Smith,Inc., in the amount of$885,755.00 for the process evaluation and engineering design of Grit Removal Facility for the Influent Flows at the Village Creek Water Reclamation Facility (CPN 100075). DISCUSSION: The City of Fort Worth owns and operates the Village Creek Water Reclamation Facility(VCWRF), a 166 million gallons per day(MGD)plant, comprised of primary, secondary and tertiary treatment,chlorine disinfection and de-chlorination. The 2-hour peak flow is rated at 369 MGD. ✓"` �" ^o, The VCWRF produces anaerobically digested biosolids,which is further processed at the Biosolids Dewatering and Processing Facility, located two miles north of VCWRF main plant. IA in On May 2, 2017,(M&C C-28213)the City Council authorized an engineering agreement with CDM Smith,Inc., (CSC No.49049)to evaluate and design the grit removal process at the VCWRF. As part of this contract, a hydraulic evaluation was performed to determine the optimum wastewater flow conveyance configuration for the overall plant(west and south)inflows. Based on this evaluation,the recommendation is to construct a low head lift station and force main to direct the Village Creek Basin(south)flow to the existing headworks and screening facility,where it will be combined and consolidated with the West Fork Basin(west)flow,upstream of the proposed grit removal facility. This Amendment No. 1 includes the additional scope and fee to complete the detailed design, including plans and specifications,for this new South Influent Lift Station and associated force main. CDM Smith,Inc., is proposing to perform the necessary design engineering work for the VCWRF South Influent Lift Station for a fee not to exceed$885,755.00. In addition to the contract amount, $150,000.00 is required for project management and associated Water Department staff time. These additional Engineering Services are anticipated to commence in November 2018,with a contract time of 12 months,it is estimated to be complete by December 2019. The construction of this South Influent Lift Station is anticipated to start in April 2020,with an estimated construction time of 18 months. The total amount for the Grit Removal Facility project is anticipated to be$30M. This project will have no impact on the Water Department's annual operating budget when completed. This project is anticipated to be included in a future revenue bond issue for the Water and Sewer Fund.Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the Callable Commercial Paper Program(CP)will be used to provide interim financing for this project until debt is issued. To the extent resources other than the Water and Sewer portfolio are used to provide interim financing,the Water and Sewer Fund will be charged interest that is equivalent to the overall rate of return being earned by the City portfolio (currently approximately one-percent annually). Should the City's portfolio not support the liquidity needed to provide an interim short term financing source,another funding source will be required,which could mean issuance of securities under the CP Program or earlier issuance of Water and Sewer revenue bonds than is currently planned. Once debt associated with this project is sold,bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached Reimbursement Resolution. The City Council adopted the Water Department's Fiscal Year 2018-2022 Five-Year Capital Improvement Plan on September 26,2017.This City Council adopted plan includes this specific project,with funding identified through the CP program to be reimbursed with future revenue bonds. In accordance with the provisions of the Financial Management Policy Statements, Staff anticipates presenting revenue-supported debt issuances to the City Council for consideration within the next three years. This debt must be issued within approximately three years to provide reimbursement for these expenses. If that does not occur,the costs will no longer be reimbursable by issuing tax-exempt debt and the funding source will have to be made whole through other budgetary methods.Adoption of this resolution does not obligate the City to sell bonds,but preserves the ability to reimburse the City from tax-exempt bond proceeds. M/WBE OFFICE -CDM Smith,Inc., is in compliance with the City's BDE Ordinance by committing to an additional 12 percent SBE participation on this Amendment No. 1. This project serves the entire City and is located in COUNCIL DISTRICT 5. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the Water and Sewer Commercial Paper Fund for the VCWRF Grit Removal Facility Project. The Water and Sewer Commercial Paper Fund includes authority of the $150,000,000.00 for the purpose of providing interim funding for Water and Sewer Capital Projects. After this transfer, the balance will be $115,045,010.00. Funding for the VCWRF Grit Removal Facility Project is depicted below: FUND Existing Fddlitional Project ppropriations ropriations Total* 2017A Water & Sewer Bond $1,870,965 $0.00 $1,870,965.00 Fund 56011 Water& Sewer Commercial $0.00 $1,035,755.00 $1,035,755.00 Paper Fund 56016 Project $1,870,965.00 $1,035,755.00 $2,906,720.00 Total * Numbers rounded for presentation purposes. FUND IDENTIFIERS(FIDs): TO Department Account Project Program Activity Budget Reference# Amount Fund ID ID Year (Chartfield 2) FSM Department Project Program Activity Budget Reference# Amount Fund ID Account ID Year (Chartfield 2) CERTIFICATIONS: Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Chris Harder (5020) Additional Information Contact: Farida Goderya (8214) ATTACHMENTS 1. 60GRIT REMOVAL FACILITY PROJECT FID Table.pdf (CFw Internal) 2. 60GRITREMOVALFACILITY-AMENDI-REIMB RESOLUTION.docx (Public) 3. 60VCWRF GRIT REMOVAL-AMEND 01 SOUTH INFLUENT LS 56016 A018Rev.docx (Public) 4. CDM Smith Amend 01 VC Grit Removal Compliance Memo.12df (CFw lnternal) 5. Form 1295-CDM Smith-Au 2g 018.pdf (Public) 6. SAM SearchResults for CDM Smith-Au 2,g 018.pdf (CFw internal) 7. VCWRF-Grit Removal Process.j2df (Pubtic) 5 CERTIFICATE OF INTERESTED PARTIES I FORM 1295 lofl Complete Nos.l-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2018-394354 CDM Smith, INC Fort Worth,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 08/20/2018 being filed. City of Fort Worth,Texas Date Ackno, ledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. City Project No. 100075 Amendment 1-South Flow Pump Station for the Village Creek Water Reclamation Facility(VCWRF)Grit Removal Process Project Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary Walters, Gae Boston, MA United States X Tunnicliffe, Peter Boston, MA United States X Stevenson, Howard H. Boston, MA United States X Down,James Boston, MA United States X Desmaris,Thierry Boston, MA United States X Wall,Timothy Boston, MA United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is ��A YW'� / L"UQ� � , and my data of birth is / My address is 12'1 —7TZS-t �J (street) (city) (state) (zip code) (country) �I I declare under penalty of perjury that the foregoing is true and correct. Executed in ( G�l���'vr County, State of � on the day of �� �r'�,20 ? (year) Signature of allthorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx,us Version V1.0.6711