Loading...
HomeMy WebLinkAboutContract 26050-A3 CITY SECRETARYT �050 _ 3 CONTRACT NO. AMENDMENT NO. 3 STATE OF TEXAS § COUNTY OF TARRANT § WHEREAS, the City of Fort Worth (City) and Camp Dresser&McKee Inc., (Engineer) made and entered into City Secretary Contract No. 26050, (the Contract) which was authorized by the City Council by M&C C-18062 on the 61`day of June, of 2000; and WHEREAS,the Contract involves engineering services for the following project: Rolling Hills Water Treatment Plant—Facilities Upgrade and 40-MGD Expansion, Project Number PW77-060770510050. WHEREAS, it has become necessary to execute Amendment No. 3 to said Contract to include 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 of the Contract is amended to include the additional engineering services specified in the proposal letter dated July 12, 2011, a copy of which is attached hereto and incorporated herein. The cost for the additional professional services to be performed by the Engineer total $156,000.00. 2. Article II of the Contract is amended to provide for an increase in the maximum fee to be paid to the 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$5,544,839.00. OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX Page 1 of 1 0-1 1-1 1 PO4 : 4'7 IN All other provisions of the contract,which are not expressly amended herein, shall remain in full force and effect. EXECUTED on this 1 G''�" day of f)C--010,er 2011, in Fort Worth, Tarrant County, Texas. ATTEST: 00 �o %00 Marty Hendrix, Cit ecretary d V o004 �¢ o APPROVAL RECOMMENDED: °° ° �a nll 41 S. Frank Crumb, P.E. Pernando Costa Director, Water Department Assistant City Manager Camp Dresser& McKee Inc. ENGINEER By: J"A-'V��� Name: J. Dan Shannon, P.E. Vice President APPROVED AS TO FORM AND LEGALITY: w,+C C -'Z 5-1 5-y qt� q- (3 - 1 1 As istant City Attorney OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 2 of 2 CDM 777 Taylor Street,Suite#1050 Fort Worth,Texas 76102 tel: 817 332-8727 fax: 817 332-6870 July 12,2011 Ms. Farida S.Goderya,PH.D.,P.E. Fort Worth Water Department 1000 Throckmorton Street Fort Worth,Texas 76102 Subject: Rolling Hills Water Treatment Plant Facilities Upgrade and 40 MGD Expansion Project Project No. PW77-060770510050 Phase 5-Chemical Facilities Completion Project Dear Ms. Goderya: Attached is a revised engineering services proposal for the Rolling Hills WTP Facilities Upgrade and 40-MGD Expansion Project,Phase 5-Chemical Facilities Improvements. CDM requests additional engineering fees for the following items that the City has requested CDM to perform: • Additional design services not included in the original design scope of the project • Additional construction services related to a longer construction period and providing additional services during construction related to Construction Management. Please note that a significant portion of the work is to be performed by CDM subconsultant engineering firms Freese&Nichols,Inc.,Gupta&Associates,Inc.,and Vic Weir Consulting. We propose that this work be included as an amendment to our existing engineering services agreement for the project. Please contact me if you have any questions or comments. Sincerely, 4u�k"�� J. Dan Shannon,P.E. Project Manager Camp Dresser&McKee Inc. File: CO-1.0 consulting•engineering•construction•operations ENGINEERING SERVICES PROPOSAL (July 12,2011) ROLLING HILLS WATER TREATMENT PLANT FACILITIES UPGRADE AND 40 MGD EXPANSION PROJECT PHASE 5- CHEMICAL FACILITIES IMPROVEMENTS ADDITIONAL SERVICES PROJECT BACKGROUND The City of Fort Worth contracted with CDM in June 2000 for engineering services related to the expansion of and improvements to the Rolling Hills Water Treatment Plant. The design and construction phases of the project were separated into four packages: ■ Phase 1 -Ozonation Facilities ■ Phase 2-Backwash Supply ■ Phase 3-Plant Process Improvements ■ Phase 4-High Service Pump Station In October 2007,the contract was amended to complete the design of the chemical facilities which had been started during the Phase 3 project and provide limited services during construction of these facilities. The scope of the Phase 5-Chemical Facilities Improvements project was to include the following: ■ Constructing a new Chemical Building and chemical storage tank area within the existing dry chemical storage area located south of the existing Chemical Building. The chemical systems involved include,ferric sulfate,cationic polymer,sodium hydroxide, and fluosilicic acid. ■ Replacing the existing chemical storage tanks with new stainless steel storage tanks; ■ Installation of new chemical piping and connecting to existing chemical piping; ■ Demolition of existing items within the existing chemical storage and feed pump areas,including piping, supports,concrete pads,and electrical equipment,that will not be used. The design work was initially to include completion of the new chemical building and storage tank area,providing some demolition within the existing basement area,and modifications to the existing storage tank area. Since the start of this contract,the project scope has been modified to include the following: ■ Addition of a new electrical room in the top level of the existing chemical building; ■ Modification of the electrical equipment and facilities to feed the new chemical building facilities; ■ Addition of a fire alarm system for the chemical building; 1 of 7 7/12/2011 ■ Replacement of HVAC system for the existing chemical building basement area to feed both the existing basement and the new chemical building; ■ Addition of fire suppression system for the existing chemical building; ■ Relocation of existing clarifier mechanism drives and associated electrical and instrumentation and control modifications; ■ Removal of the existing remote terminal units and re-sizing the new PLC cabinets; ■ Additional modifications to the existing chemical building basement level including removal of the existing polymer room and facilities. ■ Modifications to the contract documents to reflect necessary changes per recently adopted building code and application for building permit. This additional work will require additional engineering effort to complete the design. The initial construction services phase of the project included for shop drawing review and attending monthly project meetings over a 12 month construction schedule. Another firm was to have served in the construction manager role. The City has requested CDM to provide additional services during construction to provide some of the construction management type services that the CM was to have provided. These services include conducting the monthly construction meetings,logging and distributing submittals,reviewing contractor pay applications,and assisting in preparation of change orders. In addition,with the increased complexity of the project, the construction schedule has been increased to 18 months and the number of shop drawings and other submittals will also increase. This proposal provides a scope of work and engineering fee for performing the additional work presented above. Below is the current scope of work updated with the additional tasks required to complete the requested work. The status of current work and additional work items are shown in bold italics. 2of7 7/12/2011 SCOPE OF WORK Project Tasks I. STUDY/PRE-DESIGN PHASE A. General Task A.1 Preliminary Meetings. Engineer will conduct a project Kickoff Meeting with City staff and Engineer's design team members to discuss project scope, schedule,and other project management issues. Engineer will meet with City and Development Department staff to review the project related to building permit requirements. Engineer has completed these tasks. Task A.2 Preliminary Design Report. Engineer will update the preliminary design report prepared as part of Phase 3 and submit to TCEQ for approval. This document is required prior to submittal of plans and specifications for review. Engineer has completed these tasks, except for updating figures to comply with final drawings. B. Process Evaluation Task B.1 Chemical Storage and Feed Evaluation. Engineer will reevaluate chemical pump and storage tank sizing based on recent plant process and operations. The use of existing ferric pumps will also be evaluated. Engineer has completed these tasks. 3of7 7/12/2011 II. DESIGN PHASE A. General Task A.1 General. Engineer will perform project management duties and will conduct two project update/review meetings. In addition to the two project meetings per contract, Engineer has conducted three additional project update meetings and site review meetings to discuss project changes and modifications from the original project scope. Engineer has also met additionally with fire department and building department officials to ensure design meets all code requirements. B. Plans and Specifications Task B.1 Chemical Facilities Plans and Specifications. Engineer will prepare complete contract documents(plans and specifications) for use in bidding and constructing the work. Engineer will use City's standard General Conditions section of specifications and modify as necessary in Supplementary Conditions to fit the project. Engineer will provide a 70% complete set of electrical and instrumentation and control drawings for review by City staff. A 100% complete set of documents for the entire project will be submitted for final review prior to bidding. Necessary modifications will be made prior to the advertisement for bid. Engineer will include the following additional items as part of the design: 1. Addition of a new electrical room in the top level of the existing chemical building; 2. Modification of the electrical equipment and facilities to feed the new chemical building facilities; 3. Addition of afire alarm system for the chemical building 4. Replacement of HVAC system for the existing chemical building basement area to feed both the existing basement and the new chemical building; 5. Addition of fire suppression system for the existing chemical building; 6. Relocation of existing clarifier mechanism drives and associated electrical and instrumentation and control modifications; 7. Removal of the existing remote terminal units and re-sizing the new PLC cabinets; 8. Additional modifications to the existing chemical building basement level including removal of the existing polymer 9. Modifications to the contract documents and specifications to include requirements for the recently adopted building code. 4 of 7 7/12/2011 Task B.2 Plan Review Submittals. Engineer will submit plans and specifications to the following agencies for review and approval: TCEQ,TDLR(ADA Requirements), Fort Worth Development Department. Engineer will complete this task upon completion of design. C. Cost Estimate Task CA Construction Cost Estimate. Engineer will prepare an opinion of probable project cost for the project. Engineer has completed this task. III. CONSTRUCTION PHASE A. General The City will not employ a separate Construction Manager(CM)for this project as originally planned. The City will provide in-house construction inspection and has requested that CDM provide some of the services that the CM would typically provide. Task A.1 Construction Progress Meetings. Engineer will attend monthly construction progress meetings with City,Construction Manager,and Contractor. Engineer will provide,on average,2 persons per meeting over a 12-month construction period. It is assumed the meeting will last about 4 hours. Engineer will conduct monthly construction progress meetings for the expanded 18- month construction schedule. Task A.2 Site Visits. Engineer will make periodic visits to the project site to observe the progress. Engineer will provide, on average,one visit per month over a 12-month period for 4 hours each. Engineer will provide additional site visits to cover an 18-month construction period. Task A.3 Project Management. Engineer will perform project management related duties throughout construction. Engineer will coordinate project work with the City's construction inspector. Engineer will also provide the following additional construction management type services: 5of7 7/12/2011 1. Conduct the monthly construction meetings, 2. Collect, log and distribute submittals, 3. Review contractor pay applications, 4. Assist in preparation of change orders B. Bidding Task B.1. Engineer will reproduce and distribute contract documents to prospective bidders and vendors and maintain a log of distribution. Engineer will provide 70 sets of half-size drawings and specifications for distribution. Twenty (20) of these sets will be designated for City use. Engineer will also provide 10 full size sets of drawings for distribution. Five of these sets will be for contractor use. Task B.2. Engineer will attend the pre-bid conference for the construction project and answer,by written addenda,contractors and suppliers'functional and technical questions during bidding phase. Engineer will conduct the pre-bid conference and prepare minutes of the conference for distribution. Task B.3. Engineer will provide clarifications and answer questions from prospective bidders and vendors during the bidding phase. If necessary,such clarifications will be included in addenda. Task BA. Engineer will attend bid opening,review bids,and assist with recommendations for contract awards. C. Submittal Review Task C.1. Engineer will perform technical and functional review of all shop drawings and other submittals. Because of the expanded scope of the project, additional shop drawing review will be required. Task C.2. Engineer will respond to all RFIs,as requested by the Construction Manager (CM). It is anticipated that the CM will respond to simple clarification type questions and will provide copies of responses to Engineer. Because of the expanded scope of the project, it is anticipated that additional RFIs will be required. Since there will not be an on-site CM to provide answers in the field, Engineer will be required to answer an additional number of RFIs. 6of7 7/12/2011 Task C.3. Engineer will review and comment on all Change Order requests and initiate Change Order requests when appropriate. Since there will not be a CM,Engineer will assist City in preparing the Change Orders. Task CA Engineer will log-in, track, and distribute submittals to the various disciplines and subconsultants. Since there will not be a CM, Engineer will serve as the clearinghouse for all submittals. D. Field Services Task D.1 Engineer will provide on-site services for two days to perform I&C system demonstration testing to check out the HMI / PLC programming. IV. O&M SERVICES A. Not Used B. O&M Manual Task B.5. Engineer will update the O&M Manual to incorporate modifications to the Chemical Facilities provided as part of this project. C. Record Drawings Task C.1. Engineer will prepare Record Drawings using Contractor's and City's Construction Manager's field plans as a basis for making changes. One set of mylar reproducible drawings will be provided to the City. V. SCHEDULE A. Engineer will perform the project using the attached schedule. The schedule is based on receiving a notice to proceed by September 1,2007. The schedule for completion is revised to reflect the time necessary to prepare the EID and associated work. It is assumed that a notice to proceed to the successful bidder will be provided in October 2011. Assuming an 18-month construction schedule, completion of the project would occur in April 2013. END OF PROPOSAL 7of7 7/12/2011 ROLLING HILLS WTP-CHEMICAL FACILITIES PROJECT-ADDITIONAL SERVICES Engineering Cost Development Table Phase/Task Proj.Prin. Proj.Mgr. Tech.Adv. Eng.6n Eng,4/5 Eng.2/3 Sr.Tech. Draft Admin OP ODC To Phase Task Description hrs hrs hrs hrs hrs hrs hrs hrs hrs $ $ $ DESIGN II A.1 Project Mana emenl/Meetin s 8 16 8 $200 $4,655 B.1 Plans and Specifications Civil/Process Mechanical 4 40 24 $200 $10.120 Structural $28,000 $29,400 Freese&Nichols ArchitecturalIHIZACIPlumbing 1 $10,000 $10,500 Vic Weir Consultants Electrical $10,000 $10M81�3 500 Gupta&Associates Instrumentation B Control 8 20 20 4 $100 B.2 Plan Review Submittals(Bldg.Permit and TDLR 8 24 20 4 $100 Subtotal 0 20 0 72 36 0 64 0 16 $48000 $600 CONSTRUCTION III A.1 Progress Meetings 24 24 6 $7,484 A.2 Site Visits 4 24 20 20 $9,504 A.3 Project Management 4 80 40 20 $200 $20,812 B.2 Pre-Bid Conference 4 4 $100 $1,562 C.14 Submittal Review/RFls/Chan a Orders CivillProcess Mechanical 4 60 40 4 80 $800 $18,832 structural $4,000 $4,200 Freese&Nichols ArchitacturallHVACIPlumbing $2,000 $2,100 Vic Weir Consultants _ Electrical $5,000 $5,250 Gupta&Associates Instrumentation&Control 16 16 16 $292 $6,657 $0 Subtotal. 0 16 0 144 164 76 4 0. 106 $11 000 $1 392 $76,402 Total 0 36 0, 216 200 76 68 0 122 69,000 1,992 156,000 RHWTP-Chemicals Additional Engineering Cost Development(07-12-2011).xis 7/12/2011 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 9/13/2011 DATE: Tuesday, September 13,2011 REFERENCE NO.: **C-25154 LOG NAME: 60ROLLING AMEND NO 3 SUBJECT: Authorize Execution of Amendment No. 3 in the Amount of$156,000.00 for a Revised Total Contract Amount of$5,544,839.00,to City Secretary Contract No. 26050, an Engineering Agreement with Camp Dresser and McKee,Inc.,for the Design of the Rolling Hills Water Treatment Plant Facilities Upgrade and 40—MGD Expansion Phase 5 —Chemical Facilities Improvements(COUNCIL DISTRICT 8) RECOMMENDATION: It is recommended that the City Council authorize execution of Amendment No.3 to an Engineering Agreement with Camp Dresser and McKee,Inc.,City Secretary Contract No. 26050 for the design of the Rolling Hills Water Treatment Plant Facilities Upgrade and 40—MGD Expansion Phase 5—Chemical Facilities Improvements,thereby increasing the amount of the contract by$156,000.00 to$5,544,839.00. DISCUSSION: On June 6,2000, (M&C C-18062)City Council authorized the execution of an Engineering Agreement with Camp Dresser and McKee,Inc., (CDM)in the amount of$4,598,833.00. Under this Agreement,CDM prepared construction plans and specifications for the upgrade of existing treatment facilities and the installation of new ozonation,backwash,filtration and high service pumping facilities to increase the plant capacity to 200 MGD from current 160 MGD at the Rolling Hills Water Treatment Plant(WTP).The design and construction phases of the project were separated into six packages:Phase 1 —Ozonation Facilities, Phase 2—Backwash Supply,Phase 3—Plant Process Improvements,Phase 4—High Service Pump Station, Phase 5 —Chemical Facilities Improvements and Phase 6—Flocculators Improvements.The first four packages are complete. On May 25,2004,(M&C C-20091)Amendment No. 1 in the amount of$555,006.00 was authorized by City Council for modifying the Phase 3 construction documents as well as to include several changes to ensure plant operational reliability. On October 30,2007, (M&C C-22492)Amendment No.2 in the amount of$235,000.00 was authorized by City Council to complete the design and prepare construction plans for the Rolling Hills WTP Phase 5 Chemical Facilities Improvements. This Amendment No. 3 includes the additional design improvements and construction phase services for the Rolling Hills WTP Phase 5 Chemical Facilities Improvements.The additional design services include an addition of a new electrical room in the existing building ground level, addition of a fire alarm system, replacement of HVAC system for existing building,relocation of existing clarifier mechanism drives and associated electrical and instrumentation controls work,modifications to the existing building basement, and modifications to meet the recently adopted building code.The additional construction phase services to include construction administration and resident representation as well as services related to a longer construction period. Camp Dresser&McKee,Inc., is in compliance with the City's M/WBE Ordinance by committing to an additional 10 percent M/WBE participation on this Amendment No.3.The City's goal on this amendment is 10 percent. This project serves the entire the City and is located in COUNCIL DISTRICT 8,MAPSCO 92S. FISCAL INFORMATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated,of the Commercial Paper Water Fund. FUND CENTERS: TO Fund/Account/Centers FROM Fund/Account/Centers PW77 531200 060770510050 $156,000.00 CERTIFICATIONS: Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: S.Frank Crumb (8207) Additional Information Contact: Farida S. Goderya (8214) ATTACHMENTS 1.60Rolline Amend no 3 Mapipdf 2.60Rollina Hills Amend No 3 --M&C BFT.pdf 3. 60Rolling Hills Engineering Cover Net!Balances#1.pdf 4. 60Rolling Hi- s Engineering Cover Neg Balances#2.pdf 5.MWBE Amend no 3 Compliance.pdf 6.PW77-531200-060770510050.doc