Loading...
HomeMy WebLinkAboutContract 47702-A2 AMENDMENT No.2 (,tiaid ►th�vJ NO. TO CITY SECRETARY CONTRACT No. 47702 WHEREAS, the City of Fort Worth (CITY) and Stantec Consulting Services Inc. , (ENGINEER) made and entered into City Secretary Contract No. 47702, (the CONTRACT) which was authorized by M&C C-27656 on the 291h day of March, 2016 in the amount of $ 989, 477; and WHEREAS, the CONTRACT was subsequently revised by: Amendment 1. Amendment Number 1 in the amount of $228, 803 which was authorized by M&C #C-28425 on October 10, 2017 WHEREAS, the CONTRACT involves engineering services for the following project : VCWRF Liquid Biosolids Storage Tanks; and WHEREAS, it has become necessary to execute Amendment No. 2 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 July 11, 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 $361, 720. (See Attached Funding Breakdown Sheet, Page -3-) 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 $1,580, 000. 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 --� CFW Official Release 9/19/2017 (� Page 1 of 4 t EXECUTED and EFFECTIVE as of the date last written by a signatory, below. APPROVED: City of Fort Worth ENGINEER Sta tec Consulting Services Inc. Jay Chapa David Irvine Assistant City Manager Senior Vice President DATE: 'b DATE: APPROVAL RECOMMENDED: (�6 Id L Chris Harder, P.E. 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 . r Se Mir Contract Compliance Manager Ca FICIAL M EXCRO CITY,,;!`.C.TFii'2TARY City of Fort Worth Professional Services Agreement Amendment Template .W;;` 1 J,T CFW Official Release 9/19/2017 Page 2 of 4 APPROVED AS TO FORM AND LEGALITY: M&C: C— 2 C,!!75 Date:CK �( g Douglas W. Black Assistant City Attorney ATTEST: / OF O Mar J. K r S City Se ary e �XAS. CITY SECRETA FT.WORTH9 TX City of Fort Worth Professional Services Agreement Amendment Template CFW Official Release 9/19/2017 Page 3 of 4 Black, Doug From: Mir, Seiavash Sent: Monday, October 8, 2018 15:34 To: Black, Doug Subject: RE:Amendment 2 -Stantec Liquid Biosolids Tank Hi Mr. Black, Actual Proposal letter dated July 112018 is the scope of work and fee that we were negotiated with Stantec, I believe is referring to attachment A that is attached. regard From: Black, Doug Sent: Monday, October 08, 2018 1:24 PM To: Mir,Seiavash<Seiavash.Mir@fortworthtexas.gov> Subject:Amendment 2-Stantec Liquid Biosolids Tank Importance: High Mir—please send me a copy of the referenced July 11, 2018 proposal letter. Thanks, Doug Douglas W Black Senior Assistant City Attorney 200 Texas Street Fort Worth,Texas 76102 817-392-7615 Direct Dou .Black e,fortworthtexas.gov City of Fort Worth— Working together to build a strong community. FORT WORTH. RECIPIENTS- PLEASE CONTACT ME PRIOR TO FORWARDING MESSAGES DESIGNATED AS ATTORNEY-CLIENT COMMUNICATIONS. This e-mail and any files transmitted with it are confidential and are intended solely for the use of the individual or entity to which they are addressed. This communication may contain material protected by the attorney-client privilege. If you are not the intended recipient or the person responsible for delivering the e-mail to the intended recipient, be advised that you have received this e-mail in error and that any use,dissemination, forwarding,printing, or copying of this e-mail is strictly prohibited. If you have received this e-mail in error,please immediately notify Doug Black at the City of Fort Worth City Attorney's Office(817)392-7615. ATTACHMENT A DESIGN SERVICES FOR VCWRF LIQUID BIOSOLID STORAGE TANKS CRY PROJECT NO.:02669 ATTACHMENT A Scope for Engineering Design Related Services for WASTEWATER TREATMENT ENGINEERING SERVICES CONSTRUCTION PHASE SERVICES FOR VILLAGE CREEK WATER RECLAMATION FACILITY (VCWRF) LIQUID BIOSOLID STORAGE TANKS CITY PROJECT NO.: 02669 Contract Amendment No. 2 Task 8-Engineering Services during Construction Services to be provided by Stantec (ENGINEER) to the City of Fort Worth (COFW) under this Change Order include construction phase services in support of the above referenced Biosolids Storage tank based on the below scope of services. ENGINEER SCOPE OF SERVICES ENGINEER will perform construction phase services related to ENGINEER's disciplines design as indicated below. 1. Project Management 2. Construction Administration 3. Construction Change Order Review 4. Construction Observation 5. Startup, Commissioning, and Operation & Maintenance (O&M) Manuals 6. Construction Meetings 7. Conformance Documents 8. Special Inspection Services Key Assumptions • The project schedule assumes an eighteen (18) month construction duration for substantial completion and one(1) additional month for final completion.Additional construction duration beyond that indicated above will be considered additional services. • All construction documents will be issued in electronic format and managed through Buzzsaw, including submittals/shop drawings, RFIs, pay applications, change orders, testing reports, inspection reports, and meeting minutes. Contractor, COFW and ENGINEER will be expected to utilize Buzzsaw to upload/download documents in electronic format. Hard copies will not be required. • COFW will be responsible for providing construction inspection services. ENGINEER will coordinate with COFW inspector. ENGINEER will provide miscellaneous special inspection services not provided by COFW inspector on as needed basis. City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 1 of 7 ATTACHMENT A DESIGN SERVICES FOR VCWRF LIQUID BIOSOLID STORAGE TANKS CITY PROJECT NO.: 02669 1. Project Management 1.1. Technical Leadership and Management Support technical leadership and management to the team on ENGINEER performed tasks, to include: • Conform to PMP (Project Management Plan) project management system at the project level • Conform to document and data management at the project level • Conform to HSSE (Health, Safety, Security, and Environment) Plan at the project level • Conform to the Quality Plan • Track and report progress and status to the COFW Project Manager(PM) 1.2. Project Controls Support Project Controls services for the project on ENGINEER performed tasks, including invoices, schedule, and budget. 2. Construction Documents Review 2.1. Submittals/Shop Drawing Review ENGINEER will review shop drawings, diagrams, illustrations, catalog data, schedules and samples, the results of laboratory tests and inspections, and other data that Contractor is required to submit for conformance with the design concept of the Project and compliance with the provisions of the Contract Documents. Contractor will provide these documents to the ENGINEER in electronic format through Buzzsaw. ENGINEER will issue comments and recommendations concerning their completeness and compliance to the Contract Documents to the Contractor in electronic format through Buzzsaw. ENGINEER's level of effort is based on up to 160 submittals/shop drawings and up to (40)forty resubmittals making a total of up to 200 submittals/shop drawings. ENGINEER will process submittals/shop drawings within ten (10) working days of receipt from Contractor. Longer processing time may be required for more complex submittals/shop drawings. When longer review time is required, written notice will be provided to and a mutually acceptable date agreed with COFW and the Contractor. 2.2. Requests for Information (RFI) Review ENGINEER will review RFIs received from the Contractor for clarification of the Contract Documents. Contractor will provide these documents to the ENGINEER in electronic format through Buzzsaw. ENGINEER will issue responses and clarifications to the Contractor in electronic format through Buzzsaw. ENGINEER's level of effort is based on up to twenty(20) RFIs. ENGINEER will process RFIs within ten(10)working days of receipt from Contractor. Longer processing time may be required for more complex RFIs. When longer review time is required, written notice will be provided to and a mutually acceptable date agreed with COFW and the Contractor. City of Fort Worth,Texas Attachment A Page 2 of 7 ATTACHMENT A DESIGN SERVICES FOR VCWRF LIQUID BIOSOLID STORAGE TANKS CITY PROJECT NO.: 02669 2.3. Payment Application Review ENGINEER will review monthly payment applications from the Contractor. Contractor will provide these documents in electronic format through Buzzsaw. ENGINEER will issue comments and recommendation for payment to the COFW in electronic format through Busszaw based on completeness, compliance with approved Contractor's schedule of values, construction progress. In determining construction progress, ENGINEER will rely on observations made during site visits and on construction progress reports provided by COFW. ENGINEER's level of effort is based on up to eighteen (18) payment applications. ENGINEER will process payment applications within ten (10) days of receipt from the Contractor. Longer processing time may be required for more complex payment applications. When longer processing time is required, written notice will be provided to and a mutually acceptable date agreed with COFW and the Contractor. 3. Construction Change Order Review 3.1. Change Order Review, Evaluation, and Recommendation ENGINEER will review,evaluate, and provide recommendations regarding the validity, extent, and impact of changes proposed by the Contractor. Contractor will provide these documents in electronic format through Buzzsaw. ENGINEER will issue comments and recommendation to the COFW in electronic format through Busszaw. Up to five (5) Contractor requests for change orders are anticipated in this scope of work. ENGINEER will review, evaluate, and provide input into the validity, extent, and impact of changes proposed by the Owner. COFW will provide these documents in electronic format through Buzzsaw. ENGINEER will issue comments and recommendation to the COFW in electronic format through Busszaw. Up to two (2) Owner requests for change orders are anticipated in this scope of work. 4. Construction Observation 4.1. Project Site Visits ENGINEER will conduct project site visits to observe general construction progress for compliance with the Contract Drawings and Specifications, discuss construction progress and issues with COFW and Contractor, and report issues found to the COFW if needed. One (1) Engineer for up to two (2) hours per visit for up to two (2) monthly site visits are included in this scope, for a total of up to thirty-six(30) site visits. These site visits are not intended to provide exhaustive investigations or construction inspection. COFW will be responsible for providing construction inspection. 5. Startup, Commissioning, and O&M Manuals 5.1. Overview of System Testing, Start-Up & Commissioning City of Fort Worth,Texas Attachment A Page 3 of 7 ATTACHMENT A DESIGN SERVICES FOR VCWRF LIQUID BIOSOLID STORAGE TANKS CITY PROJECT NO.: 02669 ENGINEER will review startup, testing and commissioning plans prepared by the Contractor and observe the Contractor/Vendor field testing to confirm compliance with the specifications and preparation for startup. ENGINEER's fee includes up to three (3) ENGINEER staff for up to two (2) consecutive days for startup. ENGINEER will assist COFW with Factory Acceptance Test (FAT) or Manufacturing Witness Test. Up to three (3) ENGINEER staff will attend the tests. ENGINEER's fee includes up to three (3) ENGINEER staff for one (1) day of testing per equipment for up to four(4) equipment, including cost for travel. In performance of these services, ENGINEER will verify that field tests, equipment and systems start-up are conducted in the presence of appropriate Contractor personnel and that the Contractor maintains adequate records thereof. ENGINEER will observe, record, and report details relative to the test procedures and start-up. 5.2. Equipment O&M Manual Review ENGINEER will review draft vendor operation and maintenance (O&M) manuals that Contractors are required to submit in compliance with the provisions of the Contract Documents. Contractor will provide these documents to the ENGINEER in electronic format through Buzzsaw. ENGINEER will issue comments and recommendations concerning their completeness and compliance to the Contract Documents to the Contractor in electronic format through Buzzsaw. ENGINEER's level of effort is based on review of up to twenty (20) O&M manual submittals and up to five (5) re-submittals for a total of twenty-five (25) submittals. 6. Construction Meetings 6.1. Pre-Construction Conference ENGINEER will attend the pre-construction conference to be chaired by COFW's PM at the VCWRF. Three (3) ENGINEER representatives, including subs, will attend the meeting. ENGINEER will prepare the conference agenda and minutes with assistance from COFW. 6.2. Construction Progress Meetings and Calls Eighteen (18) construction progress meetings with a duration not exceeding two (2) hours and with two (2) ENGINEER staff in attendance are estimated for this scope of work. In addition, eighteen (18) one (1) hour conference calls with up to four (4) ENGINEER staff participating are also estimated for this scope. ENGINEER assumes construction meetings and conference calls are for the purposes of resolving conflicts related to submittal/shop drawing, RFI, design changes, payment applications, identifying and evaluating repair methods for non-conforming work, and evaluating any impacts that these issues may have on the project schedule. Construction meetings and conference calls are not intended to discuss or resolve Contractor's internal issues or conflicts with vendors or subcontractors. ENGINEER will prepare meeting/call agenda and minutes with assistance from COFW. City of Fort Worth,Texas Attachment A Page 4 of 7 ATTACHMENT A DESIGN SERVICES FOR VCWRF LIQUID BIOSOLID STORAGE TANKS CITY PROJECT NO.: 02669 6.3. Substantial Completion (Punch List) Meeting Once the Contractor provides ENGINEER with Contractor's written notice of having reached substantial completion, ENGINEER will participate in the substantial completion meeting in conjunction with COFW staff to walk the site, develop a punch list of items needing completion or correction, and forward the punch list to the Contractor. For the purposes of this Task, ENGINEER will provide up to five (5) engineers representing civil, mechanical, structural, electrical, and instrumentation and controls disciplines for one (1) day. 6.4. Final Completion (Close-Out) Meeting Once Contractor provides ENGINEER with Contractor's written letter indicating all punch list items have been properly addressed, ENGINEER will attend the final completion (close-out) meeting in conjunction with COFW staff to walk the site, check completion of punch list items, and provide a letter of concurrence and recommendation for final payment. ENGINEER will provide up to two (2) representatives for one (1) day. 7. Conformance Documents 7.1. Record Drawings ENGINEER will review the progress of development of the Contractor's Record Drawings quarterly throughout the course of construction. Upon completion of construction, ENGINEER will utilize the red-lined as-built drawings developed by the Contractor and COFW inspector to produce an end-of-project set of Record Drawings. ENGINEER will revise the contract drawings to show as-built conditions according to information furnished by the Contractor. ENGINEER will provide five (5) electronic copies and five(5)hardcopy sets to the COFW. The Record Drawings will be provided within one month after final completion. City of Fort Worth,Texas Attachment A Page 5 of 7 ATTACHMENT A DESIGN SERVICES FOR VCWRF LIQUID BIOSOLID STORAGE TANKS CITY PROJECT NO.: 02669 8. Gupta Support for Electrical and I&C ENGINEER will provide coordination efforts with subconsultants for construction phase services. ENGINEER's level of effort is based on 10% Markup for MWBE subconsultants and 5% Markup for non-MWBE subconsultants with some project management activities associated with invoicing and quality control review. ENGINEER will coordinate subconsultant as needed based on the Contract Documents and construction progress. 9. APAI Support for Mechanical Special Inspections Services ENGINEER will provide coordination efforts with subconsultants for construction phase services. ENGINEER's level of effort is based on 10% Markup for MWBE subconsultants and 5% Markup for non-MWBE subconsultants with some project management activities associated with invoicing and quality control review. ENGINEER will coordinate subconsultant as needed based on the Contract Documents and construction progress. 10. Dunham Engineering Support for Special Inspections ENGINEER will provide miscellaneous special inspection services not provided by COFW inspector on an as needed basis. ENGINEER's level of effort is based on up to one hundred (100) hours of inspection. ENGINEER will coordinate with COFW inspector to identify and schedule specific special inspection services needed based on the Contract Documents and construction progress. City of Fort Worth,Texas Attachment A Page 6 of 7 ATTACHMENT A DESIGN SERVICES FOR VCWRF LIQUID BIOSOLID STORAGE TANKS CITY PROJECT NO.: 02669 Services furnished by others The following tasks will be provided by others: • Permit fees and coordination with permitting agencies. • Additional onsite representation/resident inspection. • Construction inspection services provided by COFW inspector with exception of miscellaneous special inspections to be provided by third party inspector as described in Section 8. • Materials testing services. It is assumed the COFW and/or the Contractor will provide materials testing services. • Construction related tasks not specifically described herein. • Review of guarantees, warranties, bonds and certificates of inspection, and approvals. • Review of overall facility O&M Manual beyond the scope of this project. • Preparation of standard operating procedures or process narratives. It is assumed standard operating procedures and narratives will be provided in the O&M manuals provided by the Contractor for each equipment. Total ENGINEER fees for the ESDC component is estimated at$361,720.00. The breakdown of ENGINEER fees by task is as follows: Task VCWRF Liquid Biosolid Storage Tanks Stantec Fee Subconsultant Fee 1.00 Project Management $ 22,271.39 2.00 Construction Documents Review $ 73,605.61 3.00 Construction Change Order Review $ 14,736.25 4.00 Construction Observation $ 28,859.61 5.00 Startup, Commissioning,and O&M Manuals $ 24,209.05 6.00 Construction Meetings $ 63,962.07 7.00 Conformance Documents $ 14,536.55 8.00 Gupta Support for Electrical and 1&C $ 7,530.03 $ 67,083.00 9.00 APAI Support for Mechanical $ 2,382.78 $ 31,221.00 Dunham Engineering Support for Special 10.00 Inspections $ 1,321.73 $ 10,000.00 Subtotal $ 253,415.06 $ 108,304.00 Total (Rounded to Nearest Dollar) $ 361,720.00 City of Fort Worth,Texas Attachment A Page 7 of 7 � �� �-,� _ ■ .o ��� ;, �: � m ;; a4la§!!! ! 7# ■§#; / # ! §« #/r «F !K K ■ k| !»!!&/!§ . . ■ . � � .�! a! .■ . � ■. i � # # #t# ;� ■# ■ f K« )!i2){}{ as a 7 |k � ! ® ! � k ! -- | | ! { . _ ! � " ! | � - ' �. . � � ■ | /# ■ � K � § ■ - -§ t . � z;;., �!, s � ■■!!! !�/;�1 |. ■ ! | � City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 9/11/2018 -Ordinance No. 23372-09-2018 & Resolution No. 4975-09-2018 DATE: Tuesday, September 11, 2018 REFERENCE NO.: **C-28842 LOG NAME: 60VCWRF 5 MG LIQUID BIOSOILD STORAGE TANK SUBJECT: Authorize Execution of Amendment No. 2, in the amount of$361,720.00, to City Secretary Contract No. 47702 an Engineering Agreement with MWH Americas, Inc., n/k/a Stantec Consulting Services, Inc., for Construction Services, Authorize Execution of a Construction Contract with Crescent Constructors, Inc., in the Amount of$6,437,000.00 Each for the Construction of the 5 Million Gallon Liquid Biosolid Concrete Storage Tank Project at the Village Creek Water Reclamation Facility, Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt, Provide for Project Management and Staff Costs 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 Enterprise Fund Debt for the construction of the 5 Million Gallon (MG) Liquid Biosolid Concrete Storage Tank Project; 2. Adopt the attached Appropriation Ordinance increasing appropriations in the Commercial Paper Fund in amount of$7,352,720.00 for construction of the 5 MG Liquid Biosolid Concrete Storage Tank Project; 3. Authorize execution of a construction contract with Crescent Constructors, Inc., in the amount of $6,437,000.00 for construction of the 5 MG Liquid Biosolids Concrete Storage Tank Project at Village Creek Water Reclamation Facility (City Project No. CO2669) and provide for additional staff costs and contingencies; 4. Authorize execution of Amendment No. 2 to City Secretary Contract No. 47702, in the amount of $361,720.00, an Engineering Services Agreement with MWH Americas, Inc., n/k/a Stantec Consulting Services, Inc., for construction management services for the 5 MG Liquid Biosolids Concrete Storage Tank Project at Village Creek Water Reclamation Facility (City Project No. CO2669). DISCUSSION: The Village Creek Water Reclamation Facility(VCWRF) processes approximately 900,000 gallons of anaerobically digested sludge daily at the Sludge Only Landfill (SOL). The sludge is pumped from the VCWRF to the SOL and into two storage tanks which provide approximately 1.3 million gallons of storage capacity. The liquid sludge is pumped from the tanks to six belt presses where water is removed and Class AB biosolids are created. The biosolids are loaded onto trucks at the SOL and transported to Noticed Land Application Sites in seven counties around North Texas and then beneficially land-applied. In October 2014, the Texas Commission on Environmental Quality (TECQ) amended the existing http://apps.cfwnet.org/ecouncil/printrnc.asp?id=26049&print—true&DocType=Print 10/2/2018 regulations governing the land application of biosolids. TCEQ also implemented new criteria for long term storage of biosolids at land application sites. TCEQ prohibits the land application of biosolids during wet weather events. Several approaches to meet the new regulations have been considered, such as developing approved storage pads on TCEQ Noticed Land Application Sites. However, it was determined that the most reasonable solution was the construction of a storage tank at the SOL to contain the anaerobically digested liquid sludge until conditions are again suitable for land application. One 5 million gallon (MG) tank is needed to provide approximately 6 days of storage. The tank can also be used for emergency storage of liquid sludge in the event of power or equipment failure at the dewatering facility. On March 29, 2016 (M&C C-27656), the City Council authorized an Engineering Agreement with MWH Americas, Inc., n/k/a Stantec Consulting Services, Inc., (City Secretary Contract No. 47702) for preparation of plans and specifications for construction of a 5 million gallon liquid biosolids storage tank. On October 10, 2017 (M&C C-28425), Amendment No. 1 to City Secretary Contract No. 47702 was authorized in the amount of$228,803.00 to assess the sludge pipeline condition and to design the electrical and instrumentation component of the Ferric Chloride feed system. As part of this Amendment No. 2,the Engineer will perform construction phase services, including review and response to contractor requests for information (RFIs), review of contractor shop drawings and O&M manuals and periodic visits to the construction site to observe construction work and progress. This Project was Advertised on May 17, 2018 and May 24, 2018, in the Fort Worth Star-Telegram. On June 21, 2018. the following bids were received. BIDDER BID AMOUNT CONTRACT Crescent Constructors, Inc. $6,437,000.00 540 Calendar Days Eagle Construction, L.P. $6,754,000.00 Gracon Construction, Inc. $6,754,125.00 Archer Western, Construction, LLC $6,911,125.00 Felix Construction Company ]1$7,224,405.00 In addition to the contract cost$260,000.00 required for staff project management, inspection and $294,000.00 for project change order and contingency for a total Construction Cost of$6,697,000.00. 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 Statement, Staff anticipates presenting revenue-supported debt issuances to the City Council for consideration within the next three years. This debt must be issued http://apps.cfwnet.org/ecouncil/printmc.asp?id=26049&print—true&DocType=Print 10/2/2018 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 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. Construction is anticipated to commence in November 2018, with a contract time of 540 calendar days. The construction is estimated to be completed by end June 2020. M/WBE OFFICE: Crescent Constructors, Inc., is in compliance with the City's DBE Ordinance by committing to nine percent MBE participation and documenting good faith effort. Crescent Constructors, Inc. identified several subcontracting and supplier opportunities. However, the firms contacted in the areas identified did not respond or did not submit the lowest bids. The City's MBE goal on this project is 25 percent. M/WBE OFFICE: Stantec Engineering Services, Inc. is in compliance with the City's BDE Ordinance by committing to 17 percent SBE participation on this Amendment No. 2. The City's goal on this Amendment is 17 percent. This project will have no impact on the Water Department's annual operating budget when completed. This project is located in COUNCIL DISTRICT 5, but this facility serves all of the Fort Worth area. 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 Water&Sewer Commercial Paper Fund for the VCWRF Liquid Biosolids Concrete Storage Project. The Water and Sewer Commercial Paper Fund includes authority of$150,000,000 for the purpose of providing interim funding for Water and Sewer Capital Project. After this transfer, the balance will be $126,760,765.00 for future capital projects. Funding for the VCWRF Liquid Biosolids Concrete Storage Project, funding is as depicted below: Existing Additional FUND Appropriations Appropriations Project Total* Water & Sewer 2016 $2,510,000.00 $0.00 $2,510,000.00 Bond Fund 56005 Water& Sewer Commercial $0.00 $7,352,720.00 $7,352,720.00 Paper Fund 56016 Project Total ]F$2,510,000.0011$7,352,720.001 $9,862,720.00 *Rounded for presentation purposes. FUND IDENTIFIERS (FIDS): TO Fund Department ccoun Project JProgram ctivity Budget Reference# �mountl ID ID Year (Chartfield 2 FROM Fund Departmentccoun Project JProgram ctivity Budget Reference# mount ID ID Year (Chartfield 2) http://apps.cfwnet.org/ecouncil/printmc.asp?id=26049&print—true&DocType=Print 10/2/2018 Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Chris Harder (5020) Additional Information Contact: Seiavash Mir (8404) ATTACHMENTS 1. 60VCWRF 5 MG LIQUID BIOSOILD STORAGE TANK A018.docx (Public) 2. 60VCWRF 5 MG LIQUID BIOSOILD STORAGE TANK FID Table.pdf (CFW Internal) 3. 60VCWRF 5 MG LIQUID BIOSOILD STORAGE TANK MWBE Stantec.pdf (CFW Internal) 4. 60VCWRF 5MG LIQUID BIOSOILDS TANK REIMB RESOLUTION.docx (Public) 5. 7-12-18 - Crescent Constructors - Compliance Memo -VCWRF Liquid Biosolids.pdf (CFW Internal) 6. Crescent Constr Sam.pdf (CFW Internal) 7. Crescent Constructor Form 1295.pdf (Public) 8. LOCATION MAP.pdf (Public) 9. Stantec Consultant 1295.pdf (Public) 10. Stantec SAM.pdf (CFW Internal) http://apps.cfwnet.org/ecouncil/printmc.asp?id=26049&print=true&DocType=Print 10/2/2018 CERTIFICATE OF INTERESTED PARTIES FORM 1.295 1of1 Complete Nos.1-4 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. 2018-388724 Stantec Consulting Services Inc. Dallas,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 08/06/2018 being filed. City of Fort Worth Date Ackno edged: l 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. 47702 Village Creek Biosolids Project,Engineering and Construction Phase Services Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlfl7ng7 Intermediary Mustang Acquisitions Holdings Inc. Broomfield,CO United States X Stone,Jeff Broomfield,CO United States X Murray,Scott Lexington,KY United States X 5 Check only if there is NO Interested Party. o 6 UNSWORN DECLARATION ` �^ My name is L u `f% . �� and my date of birth is t 2 •� �' My address is 12-1-3-o- Oyelrc Kg 'Dr. �s�},� , 4402`t LAM (street) (City) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct Executed in + S Cotarty, State of ���a S on the T y of 201&. ( ) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www,ethics.state.tx.us Version V1.0.6711