Loading...
HomeMy WebLinkAboutContract 38976-A1AMENDMENT NO. 1 TO CITY SECRETARY CONTRACT N0. 3otyI u STATE OF TEXAS § § CITY SECRETARY CONTRACT NO, MI1 ' A I COUNTY OF TARRANT § WHEREAS, the City of Fort Worth {"City"} and Malcolm Pirnie. Inc. ("Engineer") made and entered into City Secretary Contract No. 38976 (the "Contract"} which was authorized by City Council via M&C C-23696 on July 28, 2009; and WHEREAS, the Contract involves engineering services for the following project: West Fork Interceptor and Village Creek Wastewater Treatment Plant Odor and Corrosion Control Improvements (City Project 01286) WHEREAS, it has become necessary to execute Amendment No. 1 to said Contract to increase the scope of services and/or the maximum fee. NOW THEREFORE, City and Engineer, acting herein by and through their duly authorized representatives, enter into the following agreement that amends the Contract: 1. Article I, of the Contract is amended to include the additional engineering services specified in the Engineer's proposal letter dated November 2, 2009 and attached hereto. The cost to City for the additional services to be performed by Engineer total $812,429.00. OFFICIAL RECORD CITY SECRETARY T. WORTH, TX 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 Cl" 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 $1.766,712.00. 3. All other provisions of the Contract which are not expressly amended herein shall remain in full force and effect. Texas. 1 EXECUTED on this the �iday of ��t'<t=r 5,2009, in Fort Worth, Tarrant County, (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) -2- ATTES artVHendrix City Secretary Authorization: Kw7ak%Ob-1 �4,11 is 105 APPROVED AS TO AND LEGALITY: Amy J. Raf�sey Assistant City Attorney Assistant City Manager APPROVAL RECOMMENDED: S. Frank Crumb, P.E., Director Water Department -3- ENGINEER: Ma lin o I zl�l Randall G. Mclntfyre, P.E. Vice President OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Solutions for Life Malcolm F'irnle, Inc. 777 Main Street, Suite 1250 Fort Worth TX 76102 T:817.877.9978 F:817.$85.8676 www.pirnie9 November 3, 2009 Madelene Rafalko, PE Sr. Professional Engineer Fort Worth Water Department 1000 Throckmorton Street Fort Worth, TX 76102 Re: Amendment Request No.1, City Secretary Contract No. 38976 West Fork Interceptor and Village Creek Wastewater Treatment Plant Odor and Corrosion Control Improvements City Project No. 01286 Dear Ms. Rafalko: Purpose The purpose of this letter is to request a contract amendment to the referenced project to provide additional interceptor inspection and condition evaluation of the 32 year old interceptor M-338, a 9&inch interceptor from the old Riverside Wastewater Treatment Plant (WWTP) to the Village Creek WWTP. This amendment will also include additional inspection equipment, data management and training for use by Fort Worth Staff to inspect other wastewater pipelines. Malcolm Pirnie will subcontract with Compliance EnviroSystems, LLC to implement a RedZone Robotics detailed inspection of the interceptor that includes the following measurements: sonar, laser, hydrogen sulfide, and visual inspection by CCTV and V-360 camera. This inspection information and as -built plan information will be utilized to determine the load carrying capacity of the interceptor and to predict the pipeline life expectancy, the interceptor rehabilitation costs and cost effectiveness of chemical addition. Malcolm Pirnie will subcontract with RedZone Robotics to provide inspection equipment, data management and training for Solo robotic inspection equipment. We will also subcontract with Ricochet Fuel Distributors for fuel used for the interceptor inspection. This amendment includes 0.6% MWBE participation and reduces the overall MWBE participation from 5% to 3%6 This contract amendment for $812,429 will increase the total contract value from $954,283 to $1,766,7i2. Background The Water Department developed an interceptor condition assessment program after several significant pipeline failures in 2007 and 2008 on various large diameter pipelines. As part of the larger program to assess the condition of the large diameter sanitary sewer mains in the system, the City of Fort Worth authorized an Engineering Agreement with Malcolm Pirnie, Inc., for the West Fork Interceptor and Village Creek Wastewater Treatment Plant Odor and Corrosion Control Improvements on July 28, 2009 (M&C C- 23696). This project provided for the inspection and evaluation of M-280, a 4&year old interceptor and the evaluation of odor control and odor treatment facilities. Madelene Rafa(ko, PE November 3, 2009 Page 2 As of today`s date, 70% of the M-280 interceptor has been inspected and various engineering tasks and evaluations have been initiated. The draft report to evaluate gas chlorine has also been submitted to the City. Project Description The following services will be provided by this contract amendment. M-338 Forensic Inspection and Evaluation The Village Creek Interceptor Pilot Study measured significant corrosion in interceptor M-280 and moderate corrosion in M-338. Given the varying corrosion patterns and condition of the M-280, the full length of the M-338 interceptor will be inspected utilizing RedZone Robotics equipment. The previous corrosion model created by Malcolm Pirnie will be updated with the measured data and a D-load calculation of the existing pipe conditions will determine the current failure potential and predict the future life expectancy of M-338 with and without chemical addition for odor and corrosion control. Malcolm Pirnie will determine the cost effectiveness of interceptor rehabilitation, and odor/corrosion control chemicals. Attachment A is a detailed Scope of Services that includes inspection and evaluation services that will be provided by Malcolm Pirnie, Attachment B is a proposed Compensation schedule for these services. Attachment D is a proposed Project Schedule and Attachment E is a project Location Map. Malcolm Pirnie appreciates the opportunity to provide these inspection and engineering evaluation services to the City of Fort Worth. Due to the specific nature of this project, we request a reduction o#the MWBE goal requirements for the overall project. Should you have any questions or require additional information, please feel free to contact us. Sincerely, MALCOLM PIRNIE, INC. Randy McIntyre, P.E. Senior Associate CC Andy Cronberg, Fort Worth Water Department Buster Fichera, Fort Worth Water Department Travis Andrews, Fort Worth Water Department File — 3181025 Al Attachment A City of Fort Worth West Fork Interceptor and Village Creek Wastewater Treatment Plant Odor &Corrosion Control Improvements SCOPE OF WORK SERVICES City Project No. 01286 Engineer and its subconsultanfs will provide a!I the labor, equipment, and material to provide the following scope of work services. 1. M-388 [nsoection &Evaluation i. Provide Subconsul#ant RedZane Robotics RESPONDER large diameter pipe inspection system, a trained operating crew, analyst, ant the necessary appurtenances to access and collect data for the various size diameter interceptor sewers utilizing LASER, Digital CCTV with pan -tilt -zoom, V-360 Virtual CCTV, and Gas Sensors above the flow line and SONAR sensor technology below the flow line. ii. The project will consist of 54,173-feet of M-338 that ranges in size from 72-inch to 96-inch. M-338 will be inspected during flow conditions. iii. The mains around the Village Creek Wastewater Treatment Plant will be inspected from Junction Box E.L. to Junction Box B Complex, from Junction Box B to Bar Screen Bldg 3 and Junction Box G will also be inspected for a total of 2,470-feet. These pipeline segments range in size from 72-inch to 96-inch. iv. Provide all necessary computer hardware and software to analyze and present the inspection data in a format easily understood for analysis. v. Responder Robotic System inspection will include mobilization and demobilization of the system and equipment, trained engineering technicians and deployment crew. All labor, equipment and material required to deploy the system using LASER, SONAR, CCTV, V-360 CCTV and GAS sensors to collect data within the designated pipe section. vi. Field inspection will include the part-time inspection, field coordination and field inspection evaluation by the Engineer. The Subconsultant wiq provide a robotic technician, a robotic engineer, deployment technicians and other field personnel as necessary for deployment and inspection. vii. All labor, equipment and material required to post process the inspection data including all set-up and software of the collected da#a. viii. Field reports will include notation of any unusual findings or conditions including those that might affect the accuracy of the inspection data for ail of the sensors used. ix. Engineer will evaluate, organize and summarize the field inspection data and prepare necessary exhibits to convey inspection findings. A-1 x. Field inspection data will be stored and delivered on DVD/CD format with a printed and bound hard copy. xi. The necessary computer software to view the inspection data will be provided. Subconsultant will provide software to allow a complete viewing of the collected 3D pipe model and sonar data. xii. Engineer will collect as -built M-338 information #rom the City of Fort Worth and prepare a spreadsheet program to evaluate the pipeline current D-loads and allowable D-loads given the pipe corrosion conditions. xiii. Engineer will prepare and update a concrete corrosion model to determine the pipeline corrosion rates. The modeled corrosion rates will be compared and verified to the measured corrosion conditions. xiv. Using information from the D-load program and corrosion model, Engineer will evaluate the measured corrosion patterns and future corrosion rates to identify the potential failure locations and dates. xv. Engineer will evaluate the costs for rehabilitation of M-338 using various rehabilitation techniques and materials. xvi. Engineer will determine the future costs far replacement of M-338 given the predicted useful life of the pipe segments. xvii. Engineer will evaluate the cost-ef#ectiveness of interceptor rehabilitation versus interceptor replacement. xviii. Engineer will prepare a recommendation of interceptor improvements and an implementation schedule far the rehabilitation /replacement. 2. Solo Inspection Equipment, Training and Data Management i. Provide SOLO Inspection Equipment through a subconsultant agreement with RedZone Robotics. ii. Lease a fleet of four (4) SOLO robots for small pipe inspection (8-inch to 12-inch) and software -as -a -service model, ICOM3 asset management software. Initial lease of SO1,O units will be for eight (8) week duration. The (ease may be extended for an additional eight (8) weeks at the option of the City of Fort Worth. iv. SOLO daily inspection capacity can range from 2,000-feet to 5,000 feet. Factors influencing daily inspection capacity include, but are not limited to, length of deployment runs, number of deployment runs per day, number of concurrent upstream/downstream runs executed in same manhole, competency of deployment technician and condition of pipes. A-2 v. Data will be reported on within 21 days of acceptance by RedZone and will result in a Data Report. RedZone will package all completed Data Reports on a weekly basis for shipment on that Friday. Data Reports will be processed in accordance to NASSCO PACP standards. vi. Fort Worth isself-insured and is responsible to RedZone for loss or damage of the SOLO units from negligent use or loss of a SOLO unit. A SOLO unit replacement cost is currently $45,000 and the typical cost for major equipment repairs is $9,000, vii. Fort Worth is responsible for Solo Deployments unless otherwise agreed to with RedZone. viii. Fort Worth will make available a fetter or rodder truck and operator, at its own cost, in the event a SOLO becomes lodged within a pipe. ix. Fort Worth will clean any pipes that need debris removed in order far the inspection to be completed. x. Fort Worth will provide GIS data on the sanitary sewer lines inspected. RedZone will use this data for mapping. xi. As part of the lease program, RedZone will provide the following services for no additionaE cost; (1) inspected footage fee (up to400,000/inearreet), (2) support deployment equipment, (3) on -site training, (4) virtual pan4ilt-zoom capabilities, (5) GIS Asset Management Package, (6) Query capabilities and risk management, (7) Work Order Management System, (8) Web -based access - no extra seat licensing. Responsibility of the Owner for project execution. i. Provide access to available system maps, construction plans, flow data, videotapes, maintenance history and previous inspection data. ii. Information on known problems, designs or conditions within the interceptors to be examined so that proper field procedures can be used, and necessary precautions can be taken during the inspection process to avoid loss of equipment. Access to the structures needed for deployment of equipment for interceptor inspection. Open any sealed or non-standard manholes /access plates, and reinstall and or reseal them as necessary after the inspection is complete. iv. Locate and expose such manholes or access locations that are not visible or accessible, or covered. v. Provide minimum of 24inches of access diameter for entry of Responder robotic system. This minimum access requirement may require the removal of manhole rings and lids. vi. Access roadways that can be traveled by large truck to the five deployment sites. vii. Clear and grade around the five deployment sites for access by the truck and equipment. A-3 Inspection Performance i. Where progress is delayed or halted beyond Engineer and Subconsultant's control by such causes as weather, access, traffic, wastewater flow, interceptor blockages, or other circumstances, will not be cause for inspection termination. ii. Certain interceptor construction, operating environments, and field conditions may limit, interfere, or prohibit Subconsultant from obtaining data or performing work. Some of these may be, but not limited to, surface access, manhole construction, manhole chamber construction, chamber to pipeline interface, vertical, or horizontal lay of the interceptor, blind bends, obstructions, debris, lateral connections, flow levels and velocity, transported materials, flow monitors, electrical interference, cables, or other structures or conditions. Inability to overcome these impediments will not be cause for inspection termination. iii. Temporary delays or start of work, or interim delays, sha[I not be cause for termination of contract. Engineer or Subconsultant will provide written notification of any schedule departures. A-4 Attachment B City of Fort Worth West Fork Interceptor and Village Creek Wastewater Treatment Plant Odor Corrosion Control Improvements COMPENSATION City Projsct No, 01268 MPI Personnel MPI Subtotals CES Ricochet RedZone MPI TOTALS Task # Task Items Inspection suppy SOLO SubconsWtant Mclntya CD Treio Ge za TOTAL SALARY PIC Plot E�neer support hiANHOURS COSTS EXPENSES SUBTOTAL Sorvc0$ SoMe" ImpectTon Fea Mark-up $215 $191 $115 $69 1A M•3381nspactkn Mnbrstaoon l DemoblizaiRm(LS) 0 0 0 0 0 $0 $0 40 $5,215 SO SO SO $59215 ' • . �i 0...,, ::: is ?i:-:: A.,... ::.::: ::_:�..::i:i<.":U=-:ia S0 � jit,' : 8?4;:5;_i; .•;j$Si15)5. ;:::.<$fl':[,3:- ..aAi•;::tA3387AphlOprroG3vata0l74d'yitgn.'::'it .Iii.:'... .,. ..::..Oi. :': _:;.,SO"::; 16 Responder Uril Delaoyment(M338.12Eachx 0 0 0 0 0 $0 s0 $0 $25,238 SO $0 so $25r238 $2,103) tC ReclZon Responder Inspeclion(M338 SLIMI.Fx 0 0 0 0 0 $0 $0 SO $348,332 $5,000 $0 $500 $353,332 .6.43) to Post Processsq of CCTV (M338, 54,173 LF x 50.65) 0 0 0 0 0 so SO s0 $29,795 so $0 s0 $29,795 1E Post Plocosskg of sonar Sensor(M338. 54,173 LF) 0 0 � 0 0 0 s0 SO SO $29,795 So SD $0 $29,795 $0,66) 1F Post Proceaekg of Temp 6 P&S(M338, 54,173 LF s 0 0 0 0 0 SO SO $0 S292795 $0 SO SO $29,795 $035) 1G Post Process'at9 of Lasee (M338, 64,173 UPx$1.66) 0 0 0 0 0 $0 $0 SO $73,134 SO $0 $D $736134 M33a• Compliance EmiroSystams(CES) Subeontn ctor Sublota $548,362 _ 1H Responder Unit 060ymen4(VCMVMa 4 Each 0 0 0 0 0 s0 so $0 59,100 SD £0 $0 59,/00 S2,275) 11 RedZone Responder lnsp%Wr(VCWWTP, 2,470 U 0 0 0 0 0 s0 $o $0 $164376 $0 SO $0 $16,376 xS6.63) 13 PoostProcesskpof CCTV(VCYVWTP, 2,470 LFx 0 0 0 0 0 s0 s0 s0 slow $0 so $0 Sipe 1K Post Processing of Sorer Sonsor(VCWNTP, Z470 0 0 0 0 0 $0 $0 s0 $1,606 s0 SO So $7,606 LF x40.65) 1L Post Ploeessing of Temp 81{S(VCWWTP, 2,470 LF 0 0 0 0 0 $0 $o SO $7,606 So s0 so 41,606 x S0.65) 1M Post Processing of taser(VCWWTP. 2.470 LFx 0 D 0 0 0 $0 $0 50 $34829 $0 $0 $0 $3,829 47.55) _ VCWWTP• Compliance Envirotlystams(CES) Subcontractor Subtota $34,123 IN CES SubconsuftarR Mark-up -6%(1A-iM) 0 0 0 0 0 SD s0 SD SO $0 s0 SO $28,746 1.1 Field Coordktalkmo Part•Tkna Inspection B Sehoo 1 20 0 60 0 80 S11,220 Sam $12,080 is $0 - $0 SO 5 oOM lei Inspection Ev"Von Report a 0 60 8 76 KIDS $684 $94850 $0 Sp SO s0 $91860 1.K OLcad Calculations for M•280 4 12 60 6 102 S12,808 $892 $13,700 so $0 $0 $0 S133700 t.l Conosion Model Update 0 4 40 0 44 SMW S414 $51800 $0 50 SO s0 $54800 1.M Cost Effective Evaluations and RehahRepacemenl 4 16 80 12 112 S133988 S884 S14,650 $0 50 $0 $0 $14,850 Recommendations Task 1 lnterceptorinapsction Evaluation $85,058 _ 2A 4 SOLO Inspector Unh3, 8 Weeks 0 0 0 0 0 $0 s0 $0 $0 $0' $49,9T5 s2,499 $62,474 (1) insps4tscifo stage fee, (2) supped deployment equipment (3) a Sita wairdng, (4) v'uWal parfbll- 2A-1, capeb3o0es,(5) GIB Asset Management Package.(6) 0 0 0 0 0 $0 SO $0 40 $0 Inoluced $D So Ouerycapabi&a and risk management (7) Wm% Order Marwgemerd System (8) Mk --based access rot sows seat licensing 4 SOLO IMPK11 n Unds -8 Md0orAl Weak, Opgo 28 (OpOon avalabla vAtNn one year of the batiMno of 0 0 0 0 0 SO So $0 $o $0 S49,975 SZ499 $52,474 Task2A) (1) Inspected /amage fee, (2) suppottdeptoyment equipment, (3) mrs8e wainkv. (4) virtual m tual panMt e 2810 capabi'Rss,(6) GIS AssetMarmoement Pwkege.(6) 0 0 0 0 0 SO $0 SO $0 s0 Incimed $0 S6 OuerywpabMs and risk mamgement (7) Wok Order Management SySbm (0) Web -based access w extra seat tkansing Addilkmal inspection Foowgo Fee Greater than 2C 400,000 Liner Feet (combiriaran of 2A 82a). 0 a 0 0 0 SO s0 so $0 s0 S406000 $2,000 $42,000 400,000 LFx$0.101 LF Task 2 Salo Inspection Equipment, TmInIng and Data Mam gemor I S145,948 Project Total SIMA29 DuducNlorik valkf ony0 ih)s proposalra pp'wad baf M28D ue Inci dad Iws',and-footapaf asrpl 400600 iF, inc)udadi.rvics dlogtagt pf 4o00a0 i:C.TotaEo 7A7• f�avo dt4,Job sif,. ... .. ,._ :.;'. :... ..: ` .. .. 2A7• oUl ofP pahn,•InapacLort, fT ak 2Aand2&-:: 28.1• Pfpa)isK (iwpectbn afT ak2Aam128 .• t3 Yr Prolecl Ricochet SS.000 B62 TOTAL MWSE $510OD 0,62 Afitachmem D - Projecfi SCHeulule City of Fort Worth West Fork Interceptor and Village Greek Wastewater Treatment Plant Odor and Corrosion Control Improvements City Project No. 01286 This PROJECT requires a Tier 3 schedu/e as defined herein and in fhe Citys Schedule Guidance Document. Dl. CONSULTING SERVICES SCHEDULE DEVELOPMENT: The CONSULTANT shall prepare schedules for consulting services that meet the requirements described in this specification, showing by Critical Path Method (CPM) the planned sequence and timing of the Work associated with the Agreement. All submittals shall be submitted in PDF format, and schedule files shall also be submitted in native file format (i.e. file formats associated with the scheduling software). The approved scheduling software systems for creating the schedule files are: -- Primavera (Version 6.i or later or approved by CITY) Primavera Contractor (Version 6.1 or later or approved by CITY) Primavera SureTrak (Version 3.x or later or approved by CITY) Microsoft Project (Version 2003/2007 or later or approved by CITY) D2. BASELINE CONSULTING SERVICES SCHEDULE: - Following notice -to -proceed, the CONSULTANT shall develop, submit and review the draft detailed baseline consulting services schedule with the CITY to demonstrate the CONSULTANT's understanding of the Agreement requirements and approach for performing the work. The CONSULTANT will prepare the final detailed baseline consulting services schedule based on CITY comments, if any, and submit to the CITY no later than the submittal of the first project invoice. The following guidelines shall be adhered to in preparing the baseline schedule, and as described in further detail in the CITY's Schedule Guidance Document. a. The scope shall be subdivided by work breakdown structure (WBS) representing the tasks, subtasks, and activities associated with delivering the work. b. The schedule shall accurately describe the major work activities, key milestones, and dependencies/relationships as appropriate to the work. c. The schedule should include appropriate meetings, review periods, critical decision points, including third party utility dependencies and reviewing agencies. D3. PROGRESS CONSULTING SERVICES SCHEDULE: The CONSULTANT shall prepare and submit monthly to the CITY for approval the updated schedule in accordance with D1 and D2 and the CITY's Schedule Guidance Document inclusive. As the Work progresses, the CONSULTANT shall enter into the schedule and record actual progress as described in the GITY's Schedule Guidance Document. The updated schedule submittal shall also include a concise schedule narrative that highlights the following, if appropriate and applicable: D_q • Changes in the critical path, • Expected schedule changes, • Potential delays, • Opportunities to expedite the schedule, Coordination issues the CITY should be aware of or can assist with, • Other schedule -related issues that the CONSULTANT wishes to communicate to the CITY. D4. PERFORMANCE ANQ CONSULTING SERVICES SCHEDULE: If the work accomplished falls behind that scheduled due to factors within the CONSULTANrs control, the CONSULTANT shall take such action as necessary to improve the progress of the Work. In addition, the CITY may require the CONSULTANT to submit a revised schedule demonstrating the proposed plan to make up the delay in schedule progress and to ensure completion of the Work within the allotted Agreement time. D5. SCHEDULE TIERS SPECIAL INSTRUCTIONS: The requirements for the schedule are determined based on the nature and needs of the project. The schedule tier for this project is stated at the top of this document. CONSULTANT shall submit each schedule relying on the CITY's current Schedule Guidance Document. D6. SCHEDULE SUBMITTAL AND PAYMENT: As stated in III A.(1). of the Agreement, CONSULTANT shall provide the information required by Attachment D. CONSUL I ANT's monthly invoices will not be accepted and processed for payment without monthly schedule updates that are submitted in the time and manner required by Attachment D and the CITY's current Schedule Guidance Document, D7. DRAFT SCHEDULE: The following is a draft project schedule for the project. The Consultant will prepare, submit and maintain a project schedule in accordance with the items above. Task Descri tion Start Date Working Da s End Date 1. M-338 Equipment Mobilization 1/11/2010 10 1/22/2010 2. M-338 Interceptor Investigation 1/25/2010 45 3/26/2010 3. Field Data Post Processing 3/29/2010 30 4/7/2010 4. Investigation Evaluation Report 4/10/2010 30 6/6/2010 5. D-Load Calculations for M-280 6/21/2010 10 7/2/2010 6. Corrosion Model Update 1 7/5/2010 20 1 7/30/2010 7. Cost Effective Evaluations and Rehab/Replacement Recommendations 8/2/2010 40 9/24/2010 D-2 (.) ti.ita•ua� nzs�=wi e>ez/sVo�=r-a in=c+s ^w --nz�c.P\wo�e�N=��'��u mam-us ��» ...: ..:. .rt.00�;s\e"o\�uiaicVaMc-�lHaan\•��=Y�\'�+�+wss�e+,\xuivi[J=fir-Haan\•�sc�\ �asscna\aa\co>ivtcVo.�e�\am\uaN\ ara:smc\Gc\extaic\�obrar\arT•�r�N\ �asro+»\t��\aw�aicV^M��\•=Pa\\ �+vsrorm\t'>\sc�iatN=�Acin\aa.�\�wc�\3ra_ Page 1 of 2 • ` • • COUNCIL ACTION: Approved on 12/15/2009 -Ord. No. 18983-12-2009 DATE: Tuesday, December 15, 2009 LOG NAME: 60WEST FORK MALCOLM PIRNIE AMEND 1 REFERENCE NO.: C-24007 SUBJECT: Authorize Amendment No. 1 in the Amount of $812,429.00 to City Secretary Contract No. 38976 with Malcolm Pirnie, Inc., for the West Fork Interceptor and Village Creek Wastewater Treatment Plant Odor and Corrosion Control Improvements and Adopt Appropriation Ordinance RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of $832,429.00 from the Water and Sewer Operating Fund to the Sewer Capital Projects Fund; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Sewer Capital Projects Fund in the amount of $832,429.00 from available funds; and 3. Authorize the City Manager to execute Amendment No. 1 in the Amount of $812,429.00 to City Secretary Contract No. 38976 with Malcolm Pirnie, Inc., for the West Fork Interceptor and Village Creek Wastewater Treatment Plant Odor and Corrosion Control improvements, thereby increasing the contract amount to $1,766,712.00. DISCUSSION: On July 28, 2009, (M&C C-23696) City Council authorized an Engineering Agreement in the amount of $954,283.00 with Malcolm Pirnie, Inc., for the inspection of a sanitary sewer interceptor and odor and corrosion control services for the interceptor and at Village Creek Wastewater Treatment Plant (VCWWTP). This proposed contract amendment will provide additional inspection services of a 96 inch interceptor from Gateway Park to the VCWWTP, the 96 and 72 inch interceptors in the VCWWTP levee and inspection services for up to 400,000 linear feet of 8 to 12 inch sanitary sewer mains at various locations throughout the City. Approximately 80 percent of the sanitary sewer flow into VCWWTP is transported through two 96 inch concrete interceptors running roughly along the West Fork of the Trinity River from the old Riverside Wastewater Treatment Plant (Gateway Park). These lines cross several major arterials and cross under the East Loop of Interstate Highway 820. One interceptor was installed in 1963 and the other in 1977. Both of these lines must be in service at all times to meet the sanitary sewer demands of the customers in the service area. The original contract provided a full scale inspection of M280, the older West Fork interceptor. This proposed contract amendment provides a full scale inspection of M338, the 1977 West Fork interceptor, to set a benchmark of the pipeline condition and to identify locations of potential critical failures. The inspection will be performed with the line in service and includes sonar, laser and television data. The laser scans will reveal the remaining pipe wall thickness, the sonar scans will map debris accumulated in the pipe and the television data provides visual information on the condition of the system. The proposed amendment also includes services to investigate the condition of two interceptors, one 96 http://apps.cfwnet.org/ecouncil/printmc.asp?id=12643&print=true&DocType=Print 12/16/2009 Page 2 of 2 inch and one 72 inch located in the VCWWTP levee. Two sections of the 96 inch pipeline failed in 2007 and required emergency repair. An attempt to inspect these lines previously failed due to debris in the line and failure of the pipe. Proposed services also include robotic equipment use for two eight week periods to remotely inspect 8 to 12 inch sanitary sewer mains at various locations throughout the City. About half of the sanitary sewer collection system is comprised of mains less than 12 inch. Equipment use and data management services for up to 400,000 linear feet of pipe are included. The equipment used to perform the sanitary sewer inspection work in this Contract Amendment is highly specialized and proprietary. In addition to contract costs $20,000.00 is included for staff support. This project is located in COUNCIL DISTRICTS 4 and 5. A waiver of the goal for M/WBE subcontracting requirements was requested by the Water Department and approved by the M/WBE Office because negligible M/WBE subcontracting opportunities exist. FISCAL INFORMATION /CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the current capital budget, as appropriated, of the Sewer Capital Projects Fund. FUND CENTERS: TO Fund/Account/Centers 1 & 2) P258 476045 7013001286ZZ 2)P258 531200 701300128630 2)P258 511010 701300128630 CERTIFICATIONS: FROM Fund/Account/Centers $832,429.00 1) PE45 538040 0709020 $832,429.00 � P258 531200 701300128630 $20,000.00 Submitted for City Man �er's Office bk Originating Department Head: Additional Information Contact: Fernando Costa (6122) S. Frank Crumb (8207) Madelene Rafalko (8215) ATTACHMENTS 1. 60WEST FORK MALCOLM PIRNIE AMEND 1 FAR.pdf (CFW Internal) 2. 60WEST FORK MALCOLM PIRNIE AMEND 1 MWBE WAIVER.pdf (CFW Internal) 3. 60WEST FORK MALCOLM PIRNIE AMEND 1 Ord.doc (Public) 4. 60WEST FORK MALCOLM PIRNIE MAP op rtrait�.�df (Public) 5. FAR-2 for M&C 60WEST FORK MALCOLM PIRNIE AMEND 1.pdf (CFW Internal) 6. Fund Availability_pdf (CFW Internal) $812,429.00 $812,429.00 http://apps. cfwnet.org/ecouncil/printmc.asp?id=12643 &print=true&DocType=Print 12/16/2009