Loading...
HomeMy WebLinkAboutContract 37547-A3 (2)AMENDMENT NO. 3 STATE OF TEXAS § COUNTY OF TARRANT § cmr sEcREraRr cormRncT No. s - R3 � M&c z 4 365' WHEREAS, the City of Fort Worth (City) and Alan Plummer Associates, Inc. (Engineer) made and entered into City Secretary Contract No. 37547 (the Contract) which was authorized by the City Council by M&C C-22998 on the 26th day of August, 2008; and WHEREAS, the Contract involves engineering services for the following project: Village Creek Reclaimed Water Delivery System Design WHEREAS, it has become necessary to execute Amendment No. 3 to said Contract to include an increased scope of work and revised maximum fee; NOW THEREFORE, City and Engineer, acting herein by and through their duly authorized representatives, enter into the following agreement, which amends the Contract: 1. Article I of the Contract is amended to include the additional engineering services specified in Attachment A dated June 23, 2010, a copy of which is attached hereto and incorporated herein. The cost to City for the additional services to be performed by Engineer total $352,600.13C 2. Article II of the Contract is amended to provide for an increase in the maximum fee to be paid to Engineer for all work and services performed under the Contract, as amended, so that the total fee paid by the City for all work and services shall not exceed the sum of $2,916,959,c '% 3. All other provisions of the contract, which are not expressly amended herein, shall remain in full force and effect. ��F�ICIAL RECOR© OiTY SECRETARY FT. WORTH, TX f:\busdev\proposalslproposais_2010\2010-129-00_fw_reusedisinfection\fvwc_reclaimedwateruv_amendment3_ver3.doCx 1 EXECUTED on this the I day of T.. 2010, in Fort Worth, Tarrant County, Texas, CJ ATTEST: City Secretary Contra late APROVED AS TO FORM AND LEGALITY By: CITY OF FORT WORTH Fernando Costa Assistant City Manager APPROVED I " + �l /0000 W(t uv^n�j V S. Frank Crumb, P.E. Director, Water Department ALAN PLUMMER ASSOCIATES, INC. Engineer President OFFICIAL RECORD' CITY SECRETARY FT. WORTH, TX f:\busdev\proposalslproposals_2010\2010-129-00_fw reusedisinfection\fwvc_reclaimedwateruv amendment3_Ver3.dOCx 2 • r r� . - �► -, ^ r i s r r r t; t The following is a clarification of the tasks that the ENGINEER will perform under ATTACHMENT A. The project includes the modification of the in -plant water system pump station, the construction of an above ground in -channel type ultraviolet disinfection system, the construction of piping from the modified pump station to the ultraviolet disinfection system, the construction of piping from the ultraviolet disinfection system to the reclaimed water pump station, the modification of the reclaimed water pump station, and a high turbidity water diversion pipeline. A. DETAILED DESIGN PHASE 1. The ENGINEER will prepare detailed plans, technical specifications, contract documents, designs and layouts of improvements to be constructed. The design documents will developed in separate documents as follows: a. UV Disinfection Equipment Pre -Purchase Bid Documents including technical specifications, mechanical, electrical and instrumentation drawings, and contract documents, for the pre -purchase of a UV Disinfection equipment including a steel tank, UV lamps, control panel and control devices, and power supply. b. Yard Piping and Reclaimed Water Pump Station Modifications in a Proposed Contract Modification (PCM) Document to be included in the Reclaimed Water Pump Station project. PCM package to include detailed design drawings and technical specifications required that are not in the Reclaimed Water Pump Station contract documents. c. Reclaimed Water Supply Pump Pre -Purchase Bid Documents including technical specifications, mechanical drawings and contract documents for the City to pre- purchase and install the UV disinfection supply pumps. d. Reclaimed Water Improvements Electrical and Instrumentation Documents including technical specifications, electrical and instrumentation drawings, and contract documents for installation of the electrical and instrumentation portion of the project. 2. The ENGINEER will advise the CITY with respect to the making of all subsurface investigations, including borings, test pits, soil resistively surveys, and other subsurface explorations. 3. The ENGINEER will furnish the CITY, when requested, the engineering data necessary for CITY's submittal of applications for routine permits required by local, state, and federal authorities. Preparation of detailed applications and supporting documents for government grants or loans, site specific 4044 permits, storm water permits, or f:\busdev\proposalslproposals_2010\2010-129-00_fw_reusedisinfection\fwvc_reclaimedwateruv amendment3_ver3.doCX 3 environmental and/or archeological surveys will be provided as SPECIAL SERVICES, if required. 4, The ENGINEER will furnish such information necessary to utility companies whose facilities may be affected or services may be required for the project. 50 The PROJECT shall consist of the following improvements: a. Replace two (2) existing 100 horsepower service water pumps with two (2) vertical turbine pumps with VFDs. b. Modify the service water pump station header and piping to accommodate the new pumps. The two replacement pumps shall have a dedicated header and pipeline to the new ultraviolet disinfection system. C, A new above ground, in -channel type ultraviolet disinfection structure to treat a maximum flow of 18 MGD to Type 1 effluent quality with a first phase of ultraviolet disinfection equipment adequate for 6-10 MGD. d. Modify the reclaimed water pump station structure to accommodate the ultraviolet disinfection system effluent piping. e. A new gravity pipeline from the ultraviolet disinfection system to the reuse pump station. f. A high turbidity diversion pipe connection from the discharge pipeline to the filter effluent collection box. The intent of this pipeline is to divert water with a high turbidity around the ultraviolet disinfection system and into the filter effluent collection box for disinfection in the chlorine contact basins. g. Necessary electrical and instrumentation systems for new and modified facilities described herein. h. Operation and control descriptions for the modifications and improvements. i, Modifications to the existing SCADA/HMI System. 6. The ENGINEER will provide updated opinions of cost for budget purposes and prepare a detailed statement of final opinion of probable construction cost. The ENGINEER's projection of construction costs will be based on materials and labor prices prevailing at the time of preparation, without consideration of inflationary increases in cost. The ENGINEER does not warrant the accuracy of the opinion of probable construction cost. 7. The ENGINEER will make arrangements for one (1) full day of site visits in the metropleX to observe operating installations for proposed equipment. Attendees shall include CITY personnel and two (2) ENGINEER personnel, 8. The ENGINEER will prepare a Final Design Report. 9. The ENGINEER will hold and conduct the following meetings: a. A project kick-off meeting b. Two meetings with equipment manufacturers and plant staff. c. Three project review meetings as follows: 1) UV Pre -purchase documents review. 2) 50% review meeting, and 3) 90% review meeting with the CITY. 10, The ENGINEER will conduct two (2) in-house Quality Control (QC) reviews. The ENGINEER's QC review team shall consist of senior staff members. 11. The ENGINEER shall furnish up to eight (8) sets of interim plans (half-size), specifications, and contract documents at the 50 percent, and final completion points. (This number of sets of documents includes sets to be transmitted to the Texas Water Development Board.) Upon completion, ENGINEER will furnish ten (10) full-sized sets and five (5) half -sized sets. f:lbusdev\proposals\proposals_2010\2010-129-00_fw_reusedisinfection\fwvc_reclaimedwateruv_amendment3_ver3.dOCX 4 12. Submit plans, specifications, and contract documents to applicable regulatory agencies for approval. 13. Process routine reports required by Texas Water Development Board during design phase of PROJECT. 14. The ENGINEER will assist the CITY in the preparation of formal contract documents for the construction AGREEMENT. 15. Revisions to the plans, specifications, or bid proposal made after approval by the CITY will be made as SPECIAL SERVICES. C. ADVERTISEMENT FOR PRE -PURCHASE OF EQUIPMENT 1. The ENGINEER will provide bidding assistance for pre -purchase of the UV disinfection equipment and the two reclaimed water supply pumps. 2. The ENGINEER with assist the CITY in securing bids, issuing notice to bidders, and notifying construction news publications of the Project. The notice to bidders will be furnished to the CITY for publication in the local news media. The cost for publication shall be paid by the CITY. 3, The ENGINEER will distribute bidding documents to the manufacturers listed in the specifications and to manufacturers who request a set of the documents. 4. The ENGINEER will respond to questions and prepare addenda, as required. 5. The ENGINEER will assist the CITY in opening, tabulation, and analysis of the bids received and furnish recommendations on the award of the contract or the appropriate actions to be taken by the CITY. The bid tabulations shall be submitted to the CITY in hard copy and electronic format. 6. The ENGINEER will assist the CITY in preparation of formal contract documents for equipment pre -purchase. D. CONSTRUCTION PHASE SERVICES 1. Proposed Contract Modification to Reclaimed Water Pump Station project aI Additional assistance for this item is provided under Special Services A. 2. Pre -purchased Equipment and Electrical and Instrumentation Assistance a. Assist the CITY in conducting a pre -construction conference for the electrical work. b. The ENGINEER will make available for construction of up to ten (10) sets of Drawings, Specifications, and Contract Documents for this Project to the CITY for distribution to the general contractor and the City personnel. c. The ENGINEER shall make monthly visits (maximum of 6 months) to the construction site to become familiar with the progress and quality of the construction work and determine if the results of the construction are in accordance with the drawings and the specifications. If the ENGINEER is asked to visit the site more frequently, the ENGINEER shall be entitled to additional compensation based upon personnel time plus expenses as s part of Additional Services. The ENGINEER shall not be required to make full time daily on -site observations to check the quality or quantity of the construction work. The ENGINEER shall not be responsible for the construction performance, programs, or for any safety precautions utilized in connection with the construction work. The ENGINEER shall not be responsible for the CONTRACTOR's failure to execute the work in accordance with the construction contract. However, if the ENGINEER observes conditions not in conformance with the construction contract documents, ENGINEER shall have the authority to recommend rejection f:\busdev\proposals\proposals_2010\2010-129-00_fw_reusedisinfection\fwvc_reclaimedwateruv_amendment3_Ver3.docX 5 of work which does not conform to the construction contract documents whenever, in his opinion, ENGINEER considers it necessary or advisable to insure the proper implementation of the intent of the construction contract documents in accordance with generally accepted engineering practices. The ENGINEER shall have the authority to require special inspection or testing of any work in accordance with the provisions of the construction contract documents whether or not such work is then fabricated, installed, or completed. The ENGINEER shall notify the CITY, in writing, of any actions taken under this paragraph. d. Respond to Request for Information — The ENGINEER will provide necessary interpretations and clarifications of Contract Documents and respond to Requests for Information (RFI) specifically related to those portions of the Contract Documents designed by the ENGINEER. The ENGINEER will respond to a maximum of ten (10) RFIs. e. Evaluations of Contract Modifications — The ENGINEER will review and evaluate five (5) Contract Modification Requests (CMRs), Field Orders, and/or Change Orders (COs) as prepared and requested by the CONTRACTOR. The ENGINEER will advise and consult with CITY, issue instructions to the CITY as requested by the CITY, prepare routine change orders as required, and keep the CITY informed of the progress of the work as required by the construction contract documents. f. Review samples, catalog data, schedules, shop drawings, laboratory, shop and mill test reports or material and equipment and other data, which the CONTRACTOR submits. This review is for the benefit of the CITY and covers only general compliance with the information given by the construction contract documents. It does not relieve the contractor of any responsibility such as dimensions to be confirmed and correlated at the job site, appropriate safety measures to protect workers and the public, or the necessity to construct a complete and workable facility in accordance with the construction contract documents. h. The ENGINEER shall be, in the first instance, the interpreter of the requirements of the construction contract documents and the impartial judge of the performance thereunder by both the CITY and the CONTRACTOR. At the written request of the CITY, the ENGINEER will be required to make certain interpretations of the contract documents. These interpretations shall be in the form of written recommendations and conclusions sent to the appointed representative of the CITY. i. The ENGINEER shall not be responsible for the acts or omissions of the Contactors, or any Subcontractors, or any of the Contractor's or Subcontractor's agents or employees, or any other persons performing any of the work on the Project, except those employees, agents, and Subconsultants of the ENGINEER. j. The ENGINEER will attend the submittal and final construction walkthrough and will assist in itemizing deficiency items and making recommendation of final acceptance. Assist representatives of the CITY with the final inspection of the Project for conformance with the design concept of the Project and compliance with the construction contract documents, and approve, in writing, final payment to the Contractor. k. The ENGINEER will prepare record data drawings. Drawings will be delivered on a CD-ROM in Adobe PDF format as well as one set of 22" x 34" Mylars. One f:lbusdev\proposals\proposals_2010\2010-129-00_fw_reusedisinfection\fwvc_reclaimedwateruv_amendment3_Ver3.dOCX 6 "redline" set will be received from Contractor by CITY, reviewed by CITY for completeness, provided to the ENGINEER, and will provide the basis for ENGINEER's preparation of the record drawing set. Special Services are those services known to be required for completion of the project that the CITY agrees are to be furnished by the ENGINEER or by a subconsultant. The services are not included in the scope of work of Basic Services or the amount of compensation for Basic Services. The Special Services for this Project are described as follows. A. CONSTRUCTION MANAGEMENT SERVICES 1. The ENGINEER will provide project management activities based on the construction of the project being performed as part of the Reclaimed Water Pump Station project construction contract, with completion and start-up as part of that project. The project management activities consist of the following: Item Description Maximum Quantity 1 Monthly Invoices 0 2 Quality Assurance/Quality Control 0 3 Review Contractor Pay Requests 0 4 Shop Drawing: Verify submittal w/field installation and maintain log 2 5 Monthly Progress Report 0 6 RFIs — Review and transmit and maintain log 3 7 Change Orders — Review for substance and maintain log 1 8 Construction Kick -Off Meeting/Mobilization Coordination 1 9 Construction Coordination Meetings 4 2. The Construction Manager assigned by the ENGINEER will request necessary interpretations and clarifications of Contract Documents in form of RFIs. The Construction Manager will: a. Review change order requests and requests necessary clarifications to evaluate and determine the reasonability of cost. b. Transmit RFIs. c. Maintain RFI and Change Order logs. d. Make recommendations to the CITY as to acceptability of the work. 3. Construction Management will consist of activities related to the observation of construction progress. Inspection activities will be performed by the ENGINEER to assist f:\busdev\proposals\proposals_2010\2010-129-00_fw_reusedisinfection\fwvc_reclaimedwateruv_amendment3_Ver3.dOCX 7 4. the CITY in determining that construction is processing Documents. Construction observation will be on a in accordance with the Contract part-time basis involving a pre- determined maximum number of site trips, with observations according during specific construction phases or after specific portions of the work are compete. Construction Management will include the following activities during the specific phases: PHASE 1 —Site Work Item Construction Inspection Maximum Number of Trips 1 Construction Staking — Observe Layout 1 2 Welding — Observation of welding construction 5 3 Duct Bank Installation — Inspect bank size and blocking 2 4 Transformer connection 2 5 Pipe Testing — Witness test 1 PHASE 2 —Foundation Maximum Number of Item Construction Inspection Trips 1 Form work — Inspect reinforcement, ties for equipment pads, and supports 5 2 Concrete Pour — witness pour, test cylinder collection, and slump test 5 PHASE 3 —Structural Item Construction Inspection Maximum Number of Trips 1 Pipe Supports 4 2 Witness Grouting of seams 2 ::3: Witness Torque testing on structural steel 1 f:\busdev\proposals\proposals_201012010-129-00_fw_reusedisinfection\fwvc_reclaimedwateruv amendment3_ver3.docx 8 PHASE 4 — Mechanical, Electrical, and Instrumentation Item Construction Inspection Maximum Number of Trips 1 Pump Installation 4 2 Pipe and Fitting Installation 4 3 Instrumentation Installation 2 4 MCC Installation and Testing 3 5 HMI Installation and Startup 2 PHASE 5 —Site Work: Drives, Walks Item Construction Inspection Maximum Number of Trips 1 Bollard Installation 1 2 Walkways 1 3 Final Grading and Seeding 0 4 Painting and Coating 2 5 Witness Base Density Test 2 6 Witness Cylinder, Slump, Temp, Air Ent., (for 6 pours) 2 PHASE 6 —Demolition Item Construction Inspection Maximum Number of Trips 1 Coordinate isolation and demolition 2 f:\busdev\proposals\proposals_2010\2010-129-00_fw_reusedisinfection\fwvc_reclaimedwateruv_amendment3_ver3.dOCx 9 PHASE 7 — Project Completion Item Construction Inspection Maximum Number of Trips 1 Pipe testing 1 2 Start Up Testing 2 3 Substantial Completion Inspection 1 4 Develop Punch List 1 5 Facility Demonstration and Final Inspection 1 6 Review As -Built drawings/Close-Out Documentation 1 B. SITE SURVEYING FOR DESIGN 1. Provide surveying ser'VICeS t0 obtain ail field information needed fGr d^cSlgn of the PROJECT including topographic survey, staking of boring locations, and property boundary surveys. Provide horizontal and vertical locations of existing improvements and physical features including fences, property lines, roads, bridges, drainage structures, existing utilities, and railroads reasonably expected to be affected by PROJECT. Provide general locations for large trees, brush, and wooded areas. 2. Provide survey notes with clear location descriptions of benchmarks and horizontal control points. 3. Construction staking, if desired by the CITY, with be provided as a SPECIAL SERVICE. C. GEOTECHNICAL INVESTIGATION 1. Provide for and coordinate geotechnical investigation required for design of PROJECT. 2, Drill, classify, and perform pertinent tests on soils at one (i) location (average boring depth twenty (20) vertical feet) at a location for the proposed UV disinfection unit. If number of borings required or if average boring depth exceeds these values, additional compensation may be requested as a SPECIAL SERVICE, 3. CITY will arrange for and provide access to private property necessary for soil borings. If reasonable access is not available to selected sites, or if tracked or other special vehicles are needed for site access, additional compensation may be requested as a SPECIAL SERVICE, 4. Provide five (5) copies of geotechnical investigation summary report for CITY's records. D. POST CONSTRUCTION SERVICES 1. Preparation of Operations and Maintenance Manual a. Prepare and Operation and Maintenance Manual section for the facilities constructed in this Project to be included in the O&M manual for the Reclaimed Water Pump Station. Deliver O&M Manuals in both electronic format (Adobe PDF) and as bound copies. ENGINEER will deliver three (3) draft copies for f:lbusdevlproposals\proposals_2010\2010-129-00_fw_reusedisinfection\fwvc_reclaimedwateruv_amendment3 ver3.docx 10 review and comment by CITY. upon receipt of CITY's comments, three (3) final bound copies will be delivered, as well as a CD-ROM. b. Specific services to be performed by the ENGINEER will be to prepare the manual in the format as follows: (1) Prepare and submit to CITY a facility Operation and Maintenance Manual which will include a description of the facilities for this Project and recommendations for operation. The following topics will be included: (a) Introduction. Brief statement of manual purpose; description of unit processes and flow path; summary of standards which must be met, table of design criteria. (b) Operation Considerations. Discussions of process operation, flow paths, hydraulics, control variables and process efficiency for the treatment facilities with process schematics and hydraulic profiles. (c) Facilities Description, Operation and Control of Facilities. Discussion of the operation and purpose of facilities constructed in this Project. Process control and equipment adjustments for the plant facilities will be included. (d) Description and Operation of Auxiliary Facilities. Discussion of auxiliary systems, including all major process equipment constructed under this Project. (e) Electrical System and Control Systems. Detailed description of the electrical and control systems constructed under this Proiect. (f) Maintenance. Nameplate data for each major piece of equipment, list of the manufacturer's recommended spare parts, and schedule of equipment manufacturer's preventative maintenance activities for each major process equipment item constructed under this Project. (g) Personnel. Outline recommended manpower requirements and staffing for operation of the facility. Coordinate with existing staff. (h) Laboratory Controls. Include specific information on sampling and testing for monitoring and control of the facility. Include references to laboratory testing procedures. (i) Records and Reports. Including sample report and report forms to comply with state reporting requirements and for monitoring and assessing the plant performance. Q) Safety and Emergency Planning. Provide a guide for developing a program for emergency situations. Provide an overview of hazards at the plant and precautions that should be taken to minimize accidents. (k) Appendices. A glossary of treatment terms and abbreviations used pertinent to this facility. (2) O&M Manuals will be delivered in both electronic format and as bound copies. ENGINEER will deliver three draft copies for review and comment by CITY. upon receipt of CITY's comments, three final copies will be delivered, as well as an electronic version. f:\busdev\proposals\proposals_2010\2010-129-00_fw_reusedisinfection\fwvc_reclaimedwateruv amendment3_ver3.docx 11 The O&M Manual will address all process facilities constructed under this Project. The electronic O&M Manual will feature text, photographs, PDF drawings, and an image database. Operating in a Microsoft Windows 2000 environment, the system will provide access to all equipment O&M manual data. This specifically includes computerization of O&M Manual text, drawings, process schematics, related photographs, and creation of an image database with letter -sized image pages of scanned images addressing facilities constructed under this Project. The information will be manipulated electronically to create a multimedia document complete with hyperiinks, photographs, and drawings and scanned image database viewing capability. Concurrent with the production of the O&M Manual in electronic format, initial and final draft/demonstrations will be delivered to the CITY for review and comment. Along with delivery of the final draft O&M Manual, one (1) day of training will be provided to familiarize plant staff in use and maintenance of the electronic O&M Manual. No hardware will be supplied as part of the O&M Manual. 2. Start-up Assistance a. The ENGINEER will provide a maximum of 16 man-hours of on -site startup assistance. ENGINEER will visit the site during startup to verify the system is operating as intended and to discuss any operating issues with the CITY and Contractor. v E. ADDITIONAL ARCHELOGICAL INVESTIGATION AT CALLOWAY CEMETERY ROAD The Texas Historical Commission required intensive archaeological excavation along Calloway Cemetery Road to confirm that no graves would be uncovered or disturbed by the pipeline construction. This investigation was required to meet TWDB Tier III and ARRA Funding requirements. The excavation was included in the construction contract, but this inspection and evaluation by the archeologist was not. F. ADDITIONAL EASEMENT ACOUITISION AND DFW AIRPORT ASSISTANCE 1. The ENGINEER will assist the OWNER in coordination with the contractor, developer (Hulfines-Viridian Development), and City of Fort Worth T/PW Right -of -Way & Easement department in obtaining and acquiring the necessary easement in a timely matter to prevent the Part 2 contract from being delayed. 2. The ENGINEER will coordinate with City of Fort Worth T/PVV Right -of -Way &Easement department and representatives from Dallas/Fort Worth (D/FW) International Airport to obtain access for the contractor to perform the construction on D/FW International Airport property. This work will also include coordination of the connection point between the end of the Part 3 contract and D/FW Airport Reclaimed Water project. f:\busdev\proposals\proposals_201012010-129-00_fw_reusedisinfection\fwvc_reclaimedwateruv_amendment3_ver3.dOCx 12 Additional Services to be formed by the ENGINEER, if authorized by the CITY, which are not included in the above -described Basic Services, may include, but are not limited by the following. No allowance has been set aside for Additional Services, 1. Preparing applications and supporting documents for government grants, loans, or planning advances and providing data for detailed applications. 2. Providing additional copies of plans, specifications, and contract documents. 3. Preparing environmental surveys, archeological surveys, impact assessments or statements, storm water discharge permits, and 404 permit applications, except as specifically included in the Basic Services. 4. Appearing before regulatory agencies or courts as an expert witness in any litigation with third parties other than condemnation proceedings arising from the development or construction of the Project, including the preparation of engineering data and reports for assistance to the CITY. 5. Investigations involving detailed consideration of operation, maintenance and overhead expenses, and the preparation of rate schedules, earnings and expense statements, feasibility studies, appraisals, evaluations, assessment schedules, and material audits for inventories required for certifications by force account performed by the CITY. 6. Attending additional meetings as requested by the CITY. 7. Preparation or acquisition of easements, if required. 8. Detail design micro-hydroturbine system. 9. Any other additional services that may be required by the CITY for completion of the Project and are not included in the Basic Services. f:\busdevlproposals\proposals_201o\2010-129-o0_fiv_reusedisinfectionlfwvc_reclaimedwateruv_amendment3_ver3.docx 13 wIr riarkival RECLAIMEDILLAGE CREEK • �_• �. x APAI SUBS TOTAL BASIC SERVICES A. Detailed Design Phase $98,950 $832200 $182,161 B. Advertise Bid Phase $7,781 $2,000 $9,781 C. Construction Phase Services $33,768 $18,250 $52,018 Subtotal $140,499 $1035450 $243,960 SPECIAL SERVICES A. Construction Management $2,129 $42,580 $44,709 Services B. Site Survey for Design $250 $51000 $5,250 C. Geotechnical Investigation $400 $8,000 $82400 D. Post -Construction Phase $11,635 $3,000 $14,635 E. Additional Archaeological $33143 $26,510 $29,653 Investigation F. Additional Easement $5,993 $5,993 Acquisition and DFW Airport Assistance Subtotal $235550 $859090 $108,640 TOTAL $164,049 $188,540 $352,600 f:\busdev\proposals\proposals_2010\2010-129-00_fw_reusedisinfectionlfwvc_reclaimedwateruv_amendment3 Ver3.dOCX 14 �E Subc®nsultants 1. CP&Y, Inc. 2. Spooner and Associates 3. AR Consultants 4. Geotechnical Consultant 5. Printing - •• 30ST SUMMARY Pump Station, Elec and Instr $149,030 42 Surveying $5,000 1 Archeological Investigation $26,510 7.5 $8,000 2.2 $10,000 2.8 f:\busdevlproposals\proposals_2010\2010-129-00_fw_reusedisinfection\fwvc_reclaimedwateruv_amendment3_Ver3.dOCX 15 � .. City ear' Foy Worth A10 G EiIFTA P CE OF F R E V 10 US �1PANBE C 0 kif ft011 T N iIENT F0R1PO {for ase yr;t CNA C?Rili RS or Ar�iE � tit �i a S 131 ea er gs an 55tFI o �e Con?pfeted #sy v€ty PFefee: f�Tanager Amendment (for Professional Services Agreement) Project Larne: City Protect Number Village Creek Reclaim Delivery System! - Water Quality 00213 Improvements City Project Manager Consugtant: Farida S. Goderya, PhD, PE Alan Plummer & Associates, Inc. Citys iUiNVBE Prefect Goat: 25 in FJriginat Arnounf cf Agreement: $�,805,486.D0 Accepted �IWBE Camrnitmant: aft �/o Total of Previous !amendments: $7531$73,00 Date of I ast M WBE Report: 6� 2q 0 Amount for tills Amendment: $352,600000 Amendment #: 3 Revised Amount of Agreement: $219161959.00 Date: 6124/2010 4 i_ar<oc�age �o Ise irrs¢rfe� in ttCe ��� ��� fit�ris ac�i✓eerirenf Alan Plummer & Associates, Inc. agrees to maintain its initial M1WBE ccimmiterent of 38% that it made on the original agreeirent and extend and maim .ain that same MrVtrB ccmirbt rent of 3°k to, all prior amendments up to and Inclusive of this amendment No. 3. Therefore Alan P€umrner & f Associates, Inc. remains in ccjrpiiance w4th the City's MIWBi✓ Ordinance and attests to its it commitment by its signature on the Acceptance of Previous MMBE ComrnHment form executed I� by an authorized representative os trs company. o �e CornTMieted bar ttre Ftepresentafiive cat �s?e �csnsw6wa,t # a` Cletus R. Martin Associate � � ��=�h �, ,.; � {,f`� iifo Printed Sign nature r itle Authorized Signaiu, e/rDaie Martin Alan P1urnmer &Associates, Inc. ComaName ny 1320 S. University Dr., Suite 300 Adcaress i ort V1�orth, 76107 Cletus R. Contact Name (tf different) cmarfin@epalenv.corn �-malt aG�dreSS 8 ; 7-$06-9 `rDD City/SfatelZp Fl�one nur:;ber 29% as of Current Level of M/WBE Participation G/291201 D Data $ i 7-87D-2536 Fax Numbe7 C,k:y l ro,Livl 1i'l�n4tg4r CJaC rezYiu w 4L! LriL vjo:[\ aVsVvial4lJ Y'Zi:n : siil -k\mGnitlllGi`.i considers it the same cr s,-ni(ar tc work in the original Agreement, and recommends that tl�e Consultant have the option, to retain and confirm its existing 1Vi1WBE com ritment. =arida S. Goderya, PhD, PE City Protect Manager City Project Manadel Signature Date, >1,4iWs>= Sign; Gurrent Leve"s of f' ' Date ` It��si= Participation JAM E6 L ALTS7AE7TER, PE STEPH EN J. GOONAN, PE JOHN N. WANTONI. DE PE PEGGY W.GLASS,PhD DAY11) A. GUDALVPE REX H,HUNL PE BETTY LJORDAN, PE £LIEN T McDONALE)InD, PE JOHM R. MINAHAN, PE TIMOTHY I. NOAC K. PE 31Q-042-20 less, Texas 76039 Eastern. YUIAH CRACXLEY, PE Village Creek Reclauned 11 ater Delivery .. 1. LANkrUCKEkPE Water Quality improvements Design, Bid and Construction Servic •1 14- I I •1 •OWN• ! •• ! ! • ' Please sign below so that this "Letter of Intent" can be forwarded to the City for reeord purposes. We look forward to working with you On this project. Sir�eerelY, Martin,latus P. P.E. Managerroject CRMlvlw IJ20 SOUTH UNIVERSITY ORPrE sulrE 340 f ORT WORTH.TEX?5 7b107 PHONE et .W.1700 mETRO 817.870,2$44 FAX 8 V.A701536 w apilem.com TRPE Finn No. 13 JAM ES L ALTSTAETTER, PE 318-042-20 STEPHEN) COONAN, PE JOHN M.D'ANTONI, DUE June une 29, 2010 PEGGY W. GLASS, PhD DAVIO A. GUDAL. PE REX H. HUNT PE Mr, Michael Graves, P.E. SEMLJORDAN,PE Project Manager ELLEN L MCDONALD, PhD, PE Chiang, Patel & Yerby, Inc. JOHNR_M!NAHAN,PE 15100 Trinity Boulevard,, Suite 200 TIMOTHY) NOACK,PE Fort Worth, Texas 76155 ALAN H. PLUMM ER, J R , PE, BCEE WILLIAM C. RACKLEY, PE Re: City of Fort Worth ALANRTUCKER,PE Village Creek Eastern Declaimed Water Delivery System Water Quality Improvements Design, Bid and Construction Services Contract Amendment Into. 3 —Letter of Intent 1720 SOUTH UNIVERSITY DRIVE SUITE 700 FORT WORTH,TEXAS 76101 PHONE 817,806.1700 METRO 817.8702515 FAX 817.870,2536 w .zpi+emcom TBPE Firm No. ] i�TiTijcTr'.+f-L31 Please sign below so t1�at tfliis "Letter of Intent" cast be forwarded to the City for record purposes. We look forward to working Vith you on this project. Sincerely, Cletus R. Martin, P.E. Project Manager Enclosure cc: Dr. Farida Goderya, P,E., City of Fort Worth Water I�epartdnent ACKNOWLEDGED: 1�In Michael Graves, P.E. Chiang, Patel & Yerby, Inc, 0 DATE: Tuesday, July 27, 2010 REFERENCE NO.: **C-24365 LOG NAME: 60VC RECLAIM AMEND3 — WQ UV DISINFECTION SUB.TECT: Authorize Amendment No. 3 in the Amount of $352,600.00 to City Secretary Contract No. 37547 with Alan Plummer Associates, Inc., for the Design of the Village Creek Reclaimed Water Delivery System (COUNCIL DISTRICT 5) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute Amendment No. 3 in the amount of $352,600.00 to City Secretary Contract No. 37547 with Alan Plummer Associates, Inc., for the design of the Village Creek Reclaimed Water Delivery System thereby increasing the Contract cost to $2,9167959.00. DISCUSSION: On August 26, 2008, (M&C C-22998) the City Council authorized the execution of an Engineering Agreement in the amount of $1,803,466,00 with Alan Plummer Associates, Inc., for the design of the Village Creek Reclaimed Water Delivery System consisting of a reclaimed water pump station at the Village Creek Wastewater Treatment Plant (VCWWTP) and a reclaimed water main from the VCWWTP site to the DFW Airport and a connecting reclaimed water main to the City of Arlington. Also included was assistance in easement preparation and acquisition and preparation of a reclaimed water rate analysis to establish reclaimed water rates, assist in development of a Reclaimed Water Contract and assist in permitting and regulatory compliance. Amendment No.l, approved on January 26, 2010 in the amount of $570,000.00, (M&C C=24046) included redesign work for required realignments, an addition of a surge tank at the pump station, assistance in the Texas Water Development Board (TWDB) Drinking Water State Revolving Fund —American Reinvestment and Recovery Act (DWSRF/ARRA) of 2009, application process and construction phase services including technical support for all four construction projects (Reclaim Pump Station, Water Distribution Main Parts 1 and 4, Part 2 and Part 3), and construction administration with part—time resident inspection for the pump station project. Amendment No. 2, approved on May 11, 2010 in the amount of $188,873.00, (M&C C-24218), include additional submittal review for all four construction projects. It includes a full time field administrative technician to provide support for preparation and maintaining of TWDB DWSRF/ARRA documentation and certification, as needed for the Davis —Bacon Act and the Buy American requirements from the ARRA. This will prevent the City from losing a part or all of its DWSRF-ARRA funding. This Amendment No. 3 is required to maintain a continuous delivery of Type I Reclaim water, which will allow Reclaim water use for industrial users as well as initially identified irrigation users. This Amendment No. 3 will include the design modification of the it plant water system pump station, an addition of above ground in —channel type ultraviolet disinfection system, piping from the modified pump station to the ultraviolet disinfection system, piping from the ultraviolet disinfection system to the reclaimed water pump station, modification of the reclaimed water pump station, and a high turbidity water diversion pipeline. In addition to the Engineering Amendment No. 3 costs, additional $30,000.00 is required for staff time. Alan Plummer Associates, Inc., agrees to maintain its initial M/WBE commitment of 38 percent that it made on the original agreement and extend and maintain that same M/WBE commitment of 38 percent to all prior amendments up to and inclusive of this Amendment No. 3. Therefore Alan Plummer Associates, Inc. remaink in compliance with the City's M/WBE Ordinance and attests to its commitment by its signature on the Acceptance of Previous M/WBE Commitment form executed by an authorized representative of its company. This project serves the eastern and northern parts of the City and is located in COUNCIL DISTRICT 5. FISCAL INFORMATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Sewer Capital Project Fund. FUND CENTERS: TO Fund/Account/Centers FROM Fund/Account/Centers P275 531200 701300021330 $352.600.0 CERTIFICATIONS: Submitted for City Manager's Office by. Fernando Costa (6122) Originating_Department Head: S. Frank Crumb (8207) Additional Information Contact: Farida Goderya (8214) ATTACHMENTS 1. 00213 Amend 3—APAI Acceptance of Previous MWBE Commitment.ndf 2. 60VC Reclaim —Amend 3 WO UV EXHIBIT 6 29 2010.pdf 3. 60VC Reclaim Amen d3 — WO UV Disinfection FAR.pdf 4. AccountingInfo.pdf 5. VC Reclaim System Layout.pdf