Loading...
HomeMy WebLinkAboutContract 58487-A1CSC No. 58487-A1 AMENDMENT No . 1 To CITY SECRETARY CONTRACT No. 58487 WHEREAS, the City of Fort Worth (CITY) and Pl'tn=er Associates, Inc., (ENGINEER) made and entered into City Secretary Contract No. 58487, (the CONTRACT) which was authorized by M&C 22-0892 on the Wtl day of November, 2022 in the amount of $1,'773,698.00; and WHEREAS, the CONTRACT involves engineering services for the following project: .Marys Creek Water Reclamation. Facill ty; and WHEREAS, it has become necessary to execute Amendment No. 1 to the CONTRACT to include an increased scope of work and revised fee. NOW THEREFORE, CITY and ENGINEER, acting herein by and through their duly authorized representatives, enter into the following agreement, which amends the CONTRACT: 1. Article I of the CONTRACT is amended to i.nclttide the additional engineering services specified in proposal attached hereto and incorporated herein,. The post to City for the additional design services to be performed by Engineer totals $5,057,498.00. 2. Article TT 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 $6,831,196.00. 3. All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX rity of 11ort Wcrth, Texae [Mary'a Crook 7tator Raciamation Facilityl Prot Services Agroamt;nt Amendment Tomplaln IC012341 Revision Uar.ar No,7eftbe[ 23, 2D21 Pass: 1 of EXECUTED and EFFECTIVE as of the date subscribed by the City's designated Assistant City Manager. APPROVED: City of Fort Worth a Dana Burghdoff (Oct 2023 0 : CDT) Dana Burghdoff Assistant City Manager DATE: Oct 6, 2023 APPROVAL RECOMMENDED: C&4� 4� HArder Christopher Harder (Oct 4, 2023 16:28 CDT) Christopher Harder, P. E. Director, Water Department Contract Compliance Manager: ENGINEER Plummer Associates, Inc. te&,,,. Ellen McDonald, P.E. Principal 9/29/2023 DATE: 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. Suzanne Abbe, P.E. Project Manager APPROVED AS TO FORM AND LEGALITY: I DBlack (Oct5, 202314:26 CDT) Douglas W. Black Sr. Assistant City Attorney ATTEST: Jannette Goodall City Secretary 4.00vonpU pF FOR T ��d ��� !e o 000�Lo9�dd osd Oa�� nFXp?o4p M&C: 23-0828 Date: 9/26/2023 Form 1295: 2023-1049849 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth, Texas [Mary's Creek Water Reclamation Facility] Prof Services Agreement Amendment Template [CO1239] Revision Date: November 23, 2021 Page 2 of 2 iIV k .,i PLUMMER 0318-084-01 July 26, 2023 Ms. Suzanne Abbe, P.E. Senior Engineer, Capital Project Delivery - Facilities City of Fort Worth Water Department 200 Texas Street Fort Worth, Texas 76102 Re: Amendment 1 Mary's Creek Water Reclamation Facility -- Detailed Design City Project No. 103648 Dear Ms. Abbe: On behalf of Plummer Associates, I am pleased to submit Amendment 1 for additional services to City project number 103648. Amendment 1 includes the scope and effort for the 30% design and equipment preselection for the Mary's Creek Water Reclamation Facility. Tasks in the amendment include support for the Texas Water Development Board funding application, 30% design of the plant site and individual treatment units, equipment preselection for the membrane, screens and grit removal equipment, UV disinfection equipment, site coordination with offsite utilities, a survey of well sites and stream cross - sections, coordination with state and local agencies for necessary approvals, development of OPCCs, quality review of the design, and additional workshops and meetings. With this amendment, Plummer is adding teaming partners Signature Automations for controls and security, JQ Infrastructure for civil site design, and CCA Landscape Architects. All three additional teaming partners qualify as business equity (MIWBE) firms. A summary of the proposed budget for this amendment Is as follows: 1.0 Design Management $ 233.899 2.0 Meetings $ 514.052 3,0 TWDB Funding Application $ 50,637 4.0 30% Design $3,027,260 8.0 Equipment Preselection $ 572,456 9.0 Site Coordination $ 45,160 10.0 Survey and Subsurface Utility Services $ 44,542 11.0 State and Local Approvals $ 116,459 12.0 OPCC $ 83,330 13.0 Quality Review $ 187,811 15.0 Special Services $ 72.483 TOTAL PROPOSED AMENDMENT NO. 1 $5,057,498 The additional business equity included in this amendment is $1,134,457, or 22% of the amendment total. 1320 South Unlverslty Drive, Suite 300 Fan Worth, Texas 75107 Phone 817,506.1700 Fax 917.870.2536 rlummer.wm TOPE Firm No, 13 Ms. Suzanne Abbe Page 2 July 26, 2023 Original Contract Amount: $ 1,773,698.00 Ame ndme nt No. 1 Amount: $ 5,057,498.00 Total Contract Cost To Date: $ 6,831,196.00 I appreciate your review of this information. If you have any questions, please call me at (817) 919-2779. Sincerely, PLUMMER ASSOCIATES, INC. Joshua P. Frisinger, P.E. Texas No. 97545 Project Manager JPF/ Https://apaienv.sharepomt.com/sites/2005-125-OOMCWRF-Internal/Shared Documents/Internal/01 Contracts/1-1 Client/Detailed Design (0318- 084-02)/2023-07-24 Final to City/Amendment No. 1 Let tei.doD ATTACHMENT Al DESIGN SERVICES FOR MARY'S CREEK WRF DETAILED DESIGN CITY PROJECT No.: C01239 (411412023) ATTACHMENT Al Scooe for Enaineerina Design Related Services for Water and/or Sanitary Sewer Improvements DESIGN SERVICES FOR MARY'S CREEK WRF DETAILED DESIGN CITY PROJECT NO.: C01239 The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. The purpose of this Agreement is as follows: Perform preliminary and detailed design and bid phases services for the 10 MG Mary's Creek Water Reclamation Facility (MCWRF). Prepare 30 percent construction drawings, technical specifications, and front end bid documents for the treatment units and support facilities needed to meet the discharge limits in the TPDES permit. Prepare preselection documents for preselecting the MBR system and other major equipment items. Provide conformed for construction contract documents. Prepare preliminary and final plat, incorporating roadway across site from City's thoroughfare plan. Perform a detailed site survey. Coordinate with City's transportation and public works departments. Work with City and County for maintenance and possible upgrading of roads to plant. Coordinate plugging of two existing water wells and septic tank closure with TCEQ. Coordinate with US Army Corps of Engineers and Tarrant County for permitting outfall and for work in the floodplain. Coordinate with Oncor to bring power to the plant site. Work with state and local agencies for approval required for project completion. Coordinate with TWDB for funding requirements. MCWRF will be designed to meet current TCEQ 217 rules for wastewater and current TCEQ 210 rules for reclaimed water. It is known that the TCEQ is working on updates to the 217 rules. ENGINEER will proactively seek out changes and incorporate anticipated rule updates into the design. Design is based on treatment limits listed in current TPDES permit and as further modified by the agreement with Tarrant Regional Water District. Coordinate with prior studies and evaluations and incorporate the community livability criteria documented in the Site Selection criteria. WORK TO BE PERFORMED Task 1. Design Management Task 2. Meetings and Workshops Task 3. TWDB Funding Application Task 4. 30% Design (Preliminary Design) Task 5. 60% Design (Not Included) Task 6. 90% Design (Not Included) Task 7. 100% Design (Not Included) City of Fort Worth, Texas Atlachment A PMO Release Date, 07.23.2012 Page 1 of 33 ATTACHMENT Al DESIGN SERVICES FOR IAARY'S CREEK WRF PROCESS DETAUD DESIGN CITY PROJECT NO.t C01239 Task 8. Equipment Preselection Task 9. Site Coordination Task 10. Survey and Platting Task 11, State and Local Approvals Task 12. OPCC Task 13. Quality Review Task 14. Bid Phase Services (Not Included) Task 15. Construction Phase Services (Not Included) LIST OF ASSUMPTIONS The following assumptions were used when developing the scope of services and estimating the compensation to ENGINEER. These assumptions are in addition to the scope and additional services set forth in the scope of work. 1. The current TPDES permit will be renewed upon expiration (renewal excluded from scope), and before the completion of construction of the new plant, with the same permit limits included in the current permit. 2. ENGINEER will meet with code officials as detailed in the scope to identify and review code requirements and to assist the City in obtaining necessary permits. Necessary permits include: a. City of Fort Worth and Tarrant County compliant drainage permit b. Tarrant County or City of Fort Worth Floodplain Development permit c. Tarrant County driveway permit d. Tarrant County fire access permit 3. The design will be based on federal, state, and local codes and standards. ENGINEER will seek to anticipate changes in codes. 4. The 30% design and equipment preselection work on this project will last 8 months from authorization to proceed (assumed to be August 2023) and be completed in May 2024. 5. ENGINEER's design delivery process will be employed. With the exception of the final review, the PROJECT team will not stop during normal review of submittals. Project method of delivery will be design -bid -build. 6. The design documents will be prepared for a single construction contract. 7. The listed permit supporting documentation described in Task 11 will be prepared by ENGINEER. City of Forl Worth, Texas Attachment A PMd Release Date: 07.23.2012 Page 2 of 33 ATTACHMENT Al DESIGN SERVICES FOR MARY'S CREEK WRF PROCESS DETAILED DESIGN CITY PROJECT NO.: C01239 8, The CITY's specifications will be used as the basis for the Division 0 specifications. Texas Water Development Board specifications will also be included as required to meet the requirements of the State Revolving Fund loan requirements. ENGINEER's specifications will be used as the basis for other technical specifications and Division 1 documents, City specifications and standard details will be used for the potable water line(s) to the meter and for the meter(s) and meter vault(s). 9. The drawings will follow ENGINEER's CAD standards. 10. No existing buildings or facilities will be modified except as specifically noted herein or to demolishlremove existing buildings. 11. No community facilities other than as needed for the treatment plant are included or contemplated. No trails, uncontrolled access to portions of site, or facilities are included. 12. 100-year FEMA delineated floodplain will be basis for hydraulic profile through plant. ENGINEER will use most recent model provided by the City and will consider impact of Tarrant Regional Water District project. 13. TWDB review time is estimated to take 60 days, 14. The site will be configured for an ultimate treatment capacity of 30 MGD with primary clarifiers and anaerobic digesters, or 40 MGD without primary clarifiers and anaerobic digesters. 15. Design will incorporate the community livability criteria in the design including odor control, noise abatement, focused lighting, perimeter fencing, and architectural enhancements. 16. An average of ten hard copies of memoranda and twelve hard copies of drawings (drawings will be half size), preselection documents, and other deliverables will be provided for each deliverable. In additional, one electronic PDF of each deliverable will be uploaded to the City maintained BIM 360 document management system. Surveys and easements will only be submitted electronically. 17. Design is based on the Process Evaluation Design Report, Memoranda, and decisions made to date. Design services include 30% design for the following treatment areas: General: Provide general information about the project including site location, existing, proposed, and future site plans, soil boring locations, general construction notes, pipe materials and piping notes, abbreviations, instrumentation legend, process diagrams, treatment unit summaries, schematics, hydraulic profile, individual treatment unit P&IDs, 3D facility design, building color architectural renderings, site plans, and other plant -wide information. CivillSitework and Yard Piping: Provide grading, paving, perimeter fencing, security, and yard piping as required for the new treatment facilities. No offsite piping improvements are included. A plant entrance monument and associated City of Fort Worth, Texas Attachment A PMD Release Date, 07.23.2012 Page 3 of 33 ATTACNMENTAI DESIGN SERVICES FOR MARY'S CREEK WRF PROCESS DETAILED DESIGN CITY PROJECT NO.: C01239 landscaping and irrigation system will be provided. Extent of irrigation will be evaluated during 30% Design. 200 Preliminary Treatment Unit: Preliminary treatment will include coarse screens, grit removal, and fine screens, influent and effluent structures, and all necessary ancillary equipment. Structure will be sized for 15 MGD but will include equipment sized for the 10 MGD facility. The structure will be designed to be expanded to accommodate future flows. 300 The Equalization Basin will consist of one pre -stressed concrete tank with mixing, wash -down nozzles. Interior concrete surfaces will be coated with a special protective coating to reduce the corrosion potential on the concrete tank. 320 Peak Flow Storage Basin: will consist of one pre -stressed concrete tank with mixing, wash -down nozzles. Interior concrete surfaces will be coated with a special protective coating to reduce the corrosion potential on the concrete tank. 350 Odor Control: will be provided for Preliminary Treatment Units, Flow Equalization, Peak Flow Storage, Anaerobic and Pre -anoxic zones of Bioreactors, and Dewatering facilities. 400 Bioreactor Basins: System will consist of four bioreactor basins, each with a fermentation zone, anaerobic zone, anoxic zone, aerobic zone, and post anoxic zone. A side stream mixed liquor fermenter will be included for each bioreactor basin. Basins will have mechanical mixers in the anaerobic and anoxic zones, and fine bubble 9-inch disk diffusers for aeration and mixing in the aerobic zone, and internal recycle pumps with VFD's. The internal recirculation pumps will be controlled based on ORP sensors. Air to the aerobic zones will be controlled based on either dissolved oxygen or ammonia sensors. 500 Blower Building: Design a new blower building to house blowers for bioreactors. New blowers will be either multistage centrifugal, high speed turbo, or geared turbo blowers. All of the blower types will be set up with VFDs or another method to adjust the blower output and input power requirement to match aeration demand. A separate room in the building will be provided as an electrical room or space in the main electrical building will be dedicated to blower motor control centers. . 550 Metal Salt Chemical Feed System: Provide a new metal salt chemical storage and feed system for phosphorus removal treatment. The liquid chemical feed pumps will be located within a room of the MBR support building. Liquid chemical storage tanks will be located in a concrete bulk containment area near the chemical feed pumps. Chemical feed points will be provided in each bioreactor basin prior to mixed liquor flowing into the membrane tanks. Mixing will be provided at each chemical addition point. 560 Supplementary Carbon Liquid Chemical Feed System: Provide a new liquid chemical supplementary carbon storage and feed system. Liquid chemical feed pumps will be located within a room of the MBR support building. Liquid chemical storage tanks will be located in a concrete bulk containment area near the chemical City of Fart Worth, Texas Attachment A PMO Release Date: 07.23.2012 Page 4 of 33 ATTACHMENT Al DESIGN SERVICES FOR tAARY'S CREEK WRF PROCESS DETAILED DESIGN CITY PROJECT NO,; C01239 feed pumps. Chemical feed points will be provided in each aeration basin in the post anoxic zone. Mixing will be provided at each chemical addition point. 570 Scum Pump Station: Provide a new scum pump station to transfer scum from bioreactor basins and membrane tanks to the waste activated sludge storage tank(s). 600 Membrane Filtration System: Design a new membrane filter equipment system for an annual average flow of 10 MGD and peak flow of 20 MGD. Membrane type may be hollow fiber, flat sheet, or flat plate, and will be determined by an evaluated equipment preselection bid. Membrane equipment tanks will be cast -in place concrete basins located outside. A bridge crane will be provided for removal of membrane modules. Hollow fiber membrane equipment basins will be covered with metal plate, flat plate membrane equipment basins will be left open. A metal canopy cover will be provided over the membrane equipment basins. 700 Membrane Equipment Building Design a new membrane equipment building for equipment, controls, and the electrical room related to the membrane system. The membrane equipment building may also include a control room, offices, and restrooms. 750/760 RASIWAS Pump Stations: Bioreactor basins will include a RAS/WAS pump station(s). 30% design will include an evaluation to determine whether to have RAS/WAS pumps dedicated to each basin or combine all RASIWAS pumping arrangements into a single RAS and/or WAS structure. Both RAS and WAS pumps will include VFDs. RAS pumps will be flow paced and WAS pump flow will be manually controlled by plant operators, B00 UV Disinfection: Design a new UV disinfection system. The new UV system will include 2 channels. Structure in initial plant construction will be sized for 15 MGD plant capacity, but 10 MGD plant capacity of UV disinfection modules will be installed initially. Additional capacity will be provided in expansion to 15 MGD by adding additional UV lamps in the channels. The structure will be set up to be expanded in the future by adding additional UV channels in parallel. A canopy will be provided over the UV disinfection system. 820 Plant Water System: Provide a new plant water system consisting of two or more vertical turbine pumps installed in the wet well for the reuse system pumps station adjacent to the post aeration system. Plant water system may not have dedicated pumps, but instead connect to the offsite reuse system pumps. If plant water comes from reuse pumps, pressure reducing valves will be needed to limit pressure within the plant. The plant water system will utilize a series of pressure tanks at major plant water demand locations. 840 Post Aeration: Design a new post aeration system utilizing removal fine bubble diffusers and turbo blowers, A canopy will be provided over the post aeration blowers. City of Fort worth, Texas Attachment A PMO Release Date; 07.23.2012 Page 5 of 33 ATTACHMENT Al DESIGN SERVICES FOR MARY'S CREEK WRF PROCESS DETAILED DESIGN CITY PROJECT NO,: C01239 880 Effluent Flow Measurement: After UV Disinfection, Post Aeration, and Plant Water Pumps, design a new effluent Parshall flume to measure effluent flow prior to discharge. Outfall: The outfall will be located adjacent to Mary's Creek in the floodplain. The outfall will consist of a headwall structure with connections for two pipes. One pipe will be plugged for a future pipe connection needed for a future expansion. Outfall structure may include a fence to restrict access. The outfall structure will allow discharge into Mary's Creek with minimal erosion. Design of the outfall structure will be accelerated sufficiently to submit the 404 nationwide permit within 8 months of notice to proceed. 1100 WAS Storage Tank(s): Two aerated waste activated sludge (WAS) storage tank(s) will be designed. No odor control will be provided for aerated unthickened WAS storage tanks. 1200 Sludge Pumps and Blowers: Design of Dewatering feed pumps, to be located inside at the WAS sludge pump station at the unthickened WAS storage tanks. Dewatering sludge feed pumps will utilize VFDs to adjust sludge flow rate to the dewatering units. Blowers for aeration/mixing of unthickened WAS storage tanks will be located inside at the WAS sludge pump station. 1300 Dewatering Building: Sludge dewatering system shall utilize centrifuges to dewater waste activated sludge. Centrifuges will be located inside a building. Building shall include a truck and roll -off container loading bay with space for multiple trucks or roll -off containers (weekend, inclement weather, etc.). The arrangement of the dewatering building shall be developed in 30% design and will consider future expansion and the addition of new processes (drying or lime). 1500 Reuse Pump Station: Design reuse pumping facility to provide reclaimed water to offsite users. The pump station will consist of vertical turbine pumps with a wet well located outside. Wet well will include multiple pump slots for pumps to be added with the initial project, and additional slots for future pumps. Pump slots will be sized for larger pumps, although some may use smaller pumps initially. Non - potable reuse and in plant service water will be chlorinated with liquid sodium hypochlorite. Since exact reuse demands are unknown at this time, some items will be left out of the design to be added later. These items include the individual reuse pumps, the discharge piping connections and check valves associated with each pump, and the related motor starterNFD for each pump. The concrete pump station/wet well, the discharge header piping, header isolation valve for each pump, and all electrical work except the motor starterNFD and some wiring will be included in the initial design. 1520 Sodium Hypochlorite Feed System: Adjacent to the reuse pump station will be a sodium hypochlorite storage tank and a sodium hypochlorite feed pump building. Options to combine this building with the UV electrical building will be considered during 30% design, City of Fort Worth, Texas Attachment A PMO Release Date: 07.23.2012 Page 6 of 33 ATTACHMENT Al DESIGN SERVICES FOR MARY'S CREEK WRF PROCESS DETAILED DESIGN CITY PROJECT NO.: C91239 1600 A Return Plow/Drain Pump Station: The Return Flow /Drain Pump Station will be designed to return internal recycle flows from the plant back to the Preliminary Treatment Unit. 1700 Electrical Buildings: Design Electrical Buildings to support the treatment facilities, including architectural, HVAC, structural and electrical design. A total of three standalone electrical buildings are assumed (but will be confirmed in 30% design) for the 1) Preliminary Treatment Unit, 2) UV Disinfection and Post Aeration, and 3) a Main Electrical Building. Buildings with electrical rooms include the Bioreactor Basin Blower Building, Membrane Equipment Building, WAS Pump Station, and the Dewatering Building. 1750 Generators: Backup power generator(s) may be provided as a backup source of power in the event of a grid power outage. Generators will be located on concrete slabs in the vicinity of the main incoming power supply. Generator will be package engine generators in sound enclosures with a belly fuel tank. 1800 Administration Building: Design may include an Administration Building. Building would be compliant with the Texas Accessibility Standards. The facilities to be included will be determined during the space planning workshop, and may include a reception area, three (3) offices, a laboratory, control room with computerlserver space, men's and women's restrooirns with shower facilities, a break room, mechanical/electrical room, and a file storage room. 1850 Maintenance Building: Design may include a Maintenance Building. Building would be compliant with the Texas Accessibility Standards. The facilities to be included will be determined during the space planning workshop, and may include two garage bays where vehicles can be pulled inside, equipmentlspare part storage, work space for maintenance of equipment, an office, and a single restroom. Electrical — Work with Oncor to provide new incoming power feed(s). Design new main plant power distribution system with connection for backup power generators. Instrumentation — Provide instrumentation to support the new treatment facilities listed above. Controls — Design hardware and software for a new control system for the entire plant. Control system may be PLC based, or DCS based, depending on the results of the controls workshop and Owner preference. Offsite Communications — The plant shall be connected to the offsite lift stations for communication and control. Plant may also be connected to other City facilities. Method of communication may be fiber optic cable or microwave transmitter/receiver. City of Fort Worth, Texas Attachment A PMO Release Dale: 07.23.2012 Page 7 of 33 ATTACHMENT A! DESIGN SERVICES FOR MARY'S CREEK WRF PROCESS DETAILED DESIGN CITY PROJECT NO.: C01239 TASK 1. DESIGN MANAGEMENT. ENGINEER shall manage the services required to complete the Project tasks from start of the design phase through the end of preselection Bidding services. Project management consists of project administration, coordination and supervision of the project team and other internal resources, external project coordination and quality management for project milestones and deliverables to meet the project schedule and budget. 1.1. Managing the Team 1.1 A. Lead, manage and direct design team activities. 1.1.2. Perform quality control processes in performance of the work. 1.1.3. Communicate internally among team members. 1.1.4. Allocate team resources for effective execution of Tasks. 1.1.5. Provide project management activities to properly plan the work, sequence, manage, coordinate, schedule, and monitor the scope tasks and completion of the tasks. 1.1.6. Maintain and update an action item log, a decision log, and project change log as well as the schedule. Submit an update of the logs after each meeting. 1.2. Communications and Reporting 1.2.1. Prepare and submit monthly invoices in the format requested by the CITY. 1.2.2. Prepare and submit monthly progress reports in the format provided by the Water Department. 1.2.3. Prepare and submit baseline Project Schedule initially, and Project Schedule updates with a schedule narrative monthly, as required in Attachment D to this Standard Agreement and according to the City of Fort Worth's Schedule Guidance Document. 1.2.4. Complete Monthly MIWBE Report Form and Final Summary Payment Report Form at the end of the project. 1.2.5. BIM 360 will be used for document management. 1.3. With respect to coordination with permitting authorities, ENGINEER shall communicate with permitting authorities such that their regulatory requirements are appropriately reflected in the designs. ENGINEER shall work with regulatory authorities to obtain approval of the designs, and make changes necessary to meet their requirements, as part of the design scope. City of foil Worth, Texas Attachment A PMO Release Date: 07.23.2012 Page a of 33 ATTACHMENT Al DESIGN SERVICES FOR MARY'S CREEK WRF PROCESS DETAILED DESIGN CITY PROJECT NO.: C01239 1.4. Personnel and Vehicle Identification: When conducting site visits to the project location, the ENGINEER or any of its sub -consultants shall carry readily visible information identifying the name of the company and the company representative. 1.5. Subconsultant management — ENGINEER shall manage, coordinate, and be responsible for the efforts of its subconsultants participating in the Project. That includes distribution and coordination of work among the subconsultants, coordination of meetings/workshops and site visits, review and payment of monthly billing, and quality assurance and control of the work and documents submitted by the subconsultants. ASSUMPTIONS A. 8 MIWBE reports will be prepared B. 8 monthly water department progress reports will be prepared C, 8 monthly project schedule updates will be prepared DELIVERABLES A. Baseline design schedule B. Monthly progress reports C. Updates to action log, decision log, and project change log. D. Monthly schedule updates with schedule narrative describing any current or anticipated schedule changes E. Monthly MIWBE and Final Summary Payment Reporting F. Monthly invoices TASK 2. MEETINGS 2.1. Project Meetings 2.1.1. Kick-off Meeting: Attend a kick-off meeting with the City at the City's facility to review the scope of work, discuss the work plan, and verify City's requirements for the project, review the schedule for the project, identify critical success factors, and address potential risks. Review project deliverables, workshops, and meetings. 2.1.2. Bi-Monthly Review Meetings: Attend standing monthly meetings with the City's full project team at the City's or ENGINEER's facility to discuss ongoing evaluations, design concepts, City preferences, and project updates. City of Fort Worth, Texas Attachment A PMO Release Date: 07.23.2012 Page 9 of 33 ATTACHMENT At DESIGN SERVICES FOR MARY'S CREEK WRF PROCESS DETAltE0 DESIGN CITY PROJECT NO.; C01239 Meetings will be two hours each. Up to 3 meetings. First meeting will be replaced by the kick-off meeting. 2.1.3. Major Milestone Review Meetings: Attend a full day review meeting to discuss drawings, specifications, and other project details associated with the major deliverables around each of the major project deliverables. 2.1.3.1. Preselection Package 1 — Membrane Equipment 2.1.3.2. Preselection Package 2 -- Early Design Equipment 2.1.3.3. 30% Design 2.1.4. Deliverables: Furnish electronic copy of meeting minutes and updated action item, decision, project change log. 2.1.5. Workshops: Conduct project workshops and review meetings at the City's facility. Prior to meeting, send out electronic copy of agenda. Information to be discussed at workshops and meetings shall be sent out ten days prior to each meeting. Six workshops and meetings are planned and budgeted. 2.1.6. Initial Architectural Concepts Workshop 2.1.6.1. Conduct a workshop with City staff to discuss architectural concepts, needs, and City preferences. 2.1.6.2. Develop architectural concepts based on both City input and treatment units utilized. Prepare typical elevation views of buildings for possible scenarios. 2.1.6.3. Discuss space planning with OWNER's staff for operations and maintenance spaces. Architectural buildings may include administration building, main electrical, preliminary treatment, preliminary treatment electrical, membrane equipment building, maintenance building, and blower building. Maintenance space to include office, restroom and locker area, storage area, and bridge crane with multiple overhead doors. Maintenance space may be separate or combined with electrical and/or membrane equipment building. 2.1.6.4. Prepare a technical memorandum summarizing the City architectural preferences. 2.1.7. Follow up Architectural Concepts Workshop -- 2.1.7.1. Present draft floor plans and building exterior elevations for administration building, maintenance building, electrical buildings, and two additional process buildings, as well as exterior elevations for the headworks facility and the bioreactor basin complex to demonstrate the architectural features to be utilized. Note City of Fort Worth, Texas Attachment A PMO Release Dale: 07.23.2012 Page 10 of 33 ATTACHMENT Ai DESIGN SERVICES FOR MARY`S CREEK WRF PROCESS DETAILED DESIGN CITY PROJECT NO.: CM239 maintenance space may be separate or combined with electrical building and/or membrane bioreactor (MBR) gallery. 2.1.7.2. Prepare a technical memorandum summarizing the City architectural preferences. Submit copies of the architectural concepts, typical elevations, and City preferences for the City to review. 2.1.8. Site Entrance and Perimeter Fence Workshop 2.1.8.1. Develop north and east perimeter fence concepts, front gate, and plant entrance architectural concepts, and develop a rendering for the entrance coordinating with access, security, landscaping, and driveway connections to roadway. Provide rendering of site in electronic format. Submit draft of rendering for City review. Discuss roof colors and other colors prior to showing on rendering. 2.1.8.2. Prepare a technical memorandum summarizing the City site entrance and perimeter fence preferences. 2.1.9. Develop structural concepts based on both City input and treatment units utilized. 2.1.9.1. Conduct a workshop with City staff to discuss structural concepts and City preferences. 2.1.9.2. Prepare a technical memorandum summarizing the City structural preferences. 2.1.10. Discuss instrumentation and electrical power equipment preferences. 2.1.10.1. Conduct a workshop with City staff to discuss City preferences for instrumentation and electrical power equipment type and preferred manufacturers. 2.1.10.2. Prepare a technical memorandum summarizing the City instrumentation and electrical power equipment preferences. 2.1,11. Conduct a workshop with the OWNER's staff to determine if plant controls will be based on PLCs or a DCS system. ENGINEER will present information on both controls options, costs, and pros and cons for each. The cost of the DCS option will be based on expanding the existing Ovation system. Prepare a technical memorandum summarizing the City's control system preferences. City of Fort Moth. Texas Attachment A PMO Release Date: 07.23.2012 Page 11 of 33 ATTACHMENT Al DESIGN SERVICES FOR MARY'S CREEK WRF PROCESS DETAILED DESIGN CITY PROJECT NO,: C01239 DELIVERABLES: Meeting summaries with updated decision, action item, and project change log. A. Kick-off Meeting: B. Bi-Monthly Review Meetings: C. Major Milestone Review Meetings D. Workshops: Electronic copy of the meeting minutes. Electronic copy of the meeting minutes. Electronic copy of the meeting minutes. Electronic copy of the meeting minutes. Submit copies of the architectural concepts, typical elevations, and City preferences for the City to review. Technical Memoranda Summarizing Design Basis Concepts for Architectural, Structural, Electrical Distribution and Controls, Instrumentation and Controls, and DCS vs PLCs preferences. TASK 3. TWDB Funding Application The CWSRF requires submittal of an application, once the TWDB has placed the CITY on the intended use plan and sends the CITY an invitation to submit an application. It is expected that the CITY will include the ENGINEER as a "Contributor" for submittal of documents through the online application (OLA) (httos:/1ola.twdb.texas.aov/). For the level of effort it is assumed the project will already be on the intended use plan, and that support to be provided is for the development of the detailed loan documents. 3.1. The application generally includes the following documents that will require coordination and assistance from the ENGINEER: 3.1.1 Engineering Feasibility Report. The OLA allows for either a Preliminary Engineering Feasibility Report (PEFR) or a final Engineering Feasibility Report (EFR), depending upon the level of background work completed. The level of effort is based on this being a PEFR. The PEFR will be prepared and submitted in parallel with the required environmental assessment documents. 3.1.2 Project Schedule information. The schedule will include the following items: Loan Closing Date Planning Phase Preliminary EID/Agency Coordination Public Meeting Certified EID Submitted to TWDB (includes agency responses) Final EFR Submitted TWDB Review and Approval of EFR TWDB Issues FNSI for the Project Design Phase Initiate Final Design Submit Final Design for TWDB Review City of Fort Worth, Texas Attachment A PfJIO Release Date: 07.23,2012 Page 12 of 33 ATTACHMENT Al DESIGN SERVICES FOR iAARY'S CREEK WRF PROCESS DETAILED DESIGN CITY PROJECT NO.: CM239 Complete Final Design Construction Phase Advertisement for Bidding Construction Award/NTP Complete Construction 3.1.3 Planning information consisting of the completed form WRD-253a that will be developed in coordination with the CITY. 3.1.4 Cost estimate for the overall project that is documented by form TWDB-1201, corresponding to the funding request included in the PIF. 3.1.5 Address Water Availability items specifically applicable to the proposed project in form WRD-253a. 3.1.6 Identification and information on the status of permits required for the project including TPDES permit and any impacts on or need for water rights. 3.1.7 Other permits that may be required should be identified and land ownership should be addressed. 3.1.8 Address the status of information available from the CITY's Water Conservation Plan (WCP), Water Use Survey, and Water Loss Audit, and Drought Contingency Plan (DCP) 3.1.9 Preliminary identification of issues that must be addressed in preparing an Environmental Information Document (EID) for the project sufficient to obtain a Finding of No Significant Impact. (FNSI). 3.1.10 Designated Management Agency status 3.1.11 Additional financial documentation (if requested by the TWDB) 3.2. ENGINEER will prepare the EFR in conformance with requirements of the TWDB. The EID developed in the Process Evaluation project will be used. It is assumed that the City has a WCP and a DCP. If the TWDB requires an updated version of the WCP or DCP, ENGINEER will assist the CITY in updating or developing these documents as a SPECIAL SERVICE. The other documentation is typically provided by the CITY. ENGINEER will obtain a copy of the EID, WCP, DCP and any other required documentation from the CITY for inclusion in the submittal to the TWDB. A draft of the application will be provided by the CITY for review. ENGINEER will review the application and provide comments to the CITY. 3.3. Meetings and Conference Calls 3.1.12 ENGINEER will meet with the CITY to discuss the funding aspect of the project. In addition, ENGINEER will continue to meet or conference with the TWDB as the application is reviewed by the agency. Four additional virtual meetings or conference calls are anticipated. ENGINEER will summarize the results of meetings and provide the summary to the CITY. City of Fort Worth, Texas Attachment A PMO Release Date: 07.23.2012 Page 13 of 33 ATTACHMENT Al DESIGN SERVICES FOR I'AARY'S CREEK WRF PROCESS DETAILED DESIGN CITY PR0JECT NO.: CO1239 3.4. Loan Payment Coordination 3.1.13 CITY will coordinate with the TWDB as necessary to handle the submittal and processing of all loan payments, quarterly reports, and supporting payment documents. ENGINEER is available to support the CITY as required and requested by the CITY as an ADDITIONAL SERVICE. ASSUMPTIONS: A. Six (6) meetings and workshops with City Water Development staff DELIVERABLES: A. Meeting Notes B. Preliminary Engineering Feasibility Report TASK 4. THIRTY PERCENT (30%) DESIGN (PRELIMINARY ENGINEERING) Thirty percent (30%) design includes preliminary discipline design tasks. The focus of the 30% design set will be finalization of process details, treatment unit sizing, hydraulic profile, equipment sizing, controls concepts, and mechanical arrangements. 30% design shall be sufficiently detailed to allow for the development of equipment preselection bid packages. Minimal information will be provided for architectural, structural, electrical, and instrumentation designs. The purpose of this task is to use the data and guidelines developed in the Process Design Report, and further develop the approved design concepts. The end products from this task will consist of a series of 30% Discipline Design Basis Memoranda with a set of drawings which will provide sufficient information to the OWNER and agency review and design team coordination review. Specific work activities and deliverables from this task are as identified below. 4.1. Civil and Site Development 30% Design work will consist of the following activities: 4.1.1. Coordination with disciplines and confirm the following (1) structure size, location, and orientation; (2) layout roadways/truck access corridors and define maneuvering requirements (design vehicle); (3) size and locate parking lots for employees and visitors to the facility; (4) determine emergency vehicle access requirements; and (5) locate utility and piping corridors horizontal and vertical. 4.1.2. Set initial finished floor levels for new structures. Establish finish grades for overall major surfaces and road profiles, 4.1.3. Floodplain Study 4.1.3.1. Data Collection and Review: Plummer will collect the following model from Fort Worth and review the data: City of Fort Worth, Texas Attachment A PMO Release Date: 07.23.2012 Page 14 of 33 ATTACHMENTAll DESIGN SERVICES FOR MARY'S CREEK WRF PROCESS DETAILED DESIGN CITY PROJECT NO., C01739 4.1.3.1.1. Review existing floodplain model and data inputs from the Fort Worth Model. 4.1.3.1.2. Submit two topographic sections needed for outfall to supplement FEMA sections to prepare the Floodplain Analysis. Survey will be provided by others (Part of this scope and fee under separate section) 4.1.3.2. Update Hydrologic/Hydraulic Models 4.1.3.2.1. Plummer will update the HEC-RAS hydraulic model used from FEMA with updated surveyed cross sections. 4.1.3.2.2. Plummer will update peak flow water surface profiles that are part of the FEMA model including the 100-, and 500- year events using the hydrologic/hydraulic computer model. This will include four required FEMA model runs (duplicate effective, corrective effective, preconstruction, and post -construction). • Prepare a floodplain map: Map the 100-year floodplain and floodway extents through the project site for the ultimate conditions with proposed site plan, if different from the FIRM (Flood Insurance Rate Map). 4.1.3.3. Documentation of Floodplain Study and Technical Memorandum 4.1.3.3.1. Plummer will prepare the Floodplain Study Technical Memorandum (TM) with the revised data inputs, figures, and results that document the changes made to the floodplain study to incorporate the designed site plan for Mary's Creek Water Reclamation Facility, including pipe outlet and bank stabilization around outlet and on opposite bank slope from outlet. 4.1.3.3.2. Plummer will address CLIENT review comments and will incorporate those comments into a final TM. 4.1.4, Bank Stabilization 4.1.4.1, Protect the banks at two locations, the outfall and the opposite bank the outfall is discharging towards to make sure banks are stabilized and minimum erosion occurs at these two locations. 4.1.4.1.1. Size Riprap at these two locations and look at two other possible solutions for stabilizing the bank. 4.1.4.2. Plummer will prepare plans for bank stabilization to be part of the civil plan set. City of Fort Worih, Texas Attachment A PMO Release late: 07,23.2012 Page 15 of 33 ATTACH IAENT Al DESIGN SERVICES FOR MARY'S CREEK WRF PROCESS DETAILED DESIGN CITY PROJECT NO.: C01239 4.1.5. Locate storm water management facilities. 4.1.5.1. Identify and coordinate requirements for storm drainage including provisions to contain storm flows and accidental overflows. 4.1.5.2. Develop initial erosion control plan for the PROJET. Prepare initial storm water calculations. Develop initial storm water control concepts (swales, curb and gutter, stormwater retention ponds). 4.1.6. Evaluate flood plain impacts and constraints. Develop stormwater model to verify no additional stormwater runoff compared to existing, undeveloped site. 4.1.7. Locate storm water management facilities. 4.1.7.1. Identify and coordinate requirements for storm drainage including provisions to contain storm flows and accidental overflows. 4.1.7.2. Develop initial erosion control plan for the PROJET. Prepare initial storm water calculations. Develop initial storm water control concepts (swales, curb and gutter, stormwater retention ponds). 4.1.8. Prepare cover sheet and vicinityllocation map; list of drawings; design criteria sheet; pipe materials schedule; and abbreviations and symbols. 4.1.9. Landscape design 4.1.9.1. Develop preliminary layout of monument sign and plantings 4.1.9.2. Landscape irrigation: Provide design for reuse water irrigation system for plants, trees, and turf at the plant entryway and along north property line. System will be designed by an experienced TCEQ Licensed Landscape Irrigator in accordance with the regulations and the Authority having jurisdiction. 4.1.9.3. Initial Landscape Irrigation design will include sheet set up, irrigation main locations, backflow preventer locations, water supply coordination. 4.1.10. Coordination with topographic and 3D surveyors. 4.1.11. Review concepts and draft work products with, and seek approval from, quality control reviewers. 4.1.12. Develop site plan drawing and preliminary civil drawings including paving, grading, drainage, and yard piping plans. Develop perimeter fence, screening wall, front entry fence and gate concepts and landscaping approach. 4.1.13. Coordinate with City Publics Works and Transportation Dept., the Master Thoroughfare Plan, and with Tarrant County for off -site roadway improvements and plant access and driveway locations. City of Fart Worth, Texas Aitachment A PMO Release Dale: 07.23.2012 Page 16 of 33 ATTACHMENT Al DEMN SERVICES FOR MARY'S CREEK WRF PROCESS DETAILED DESIGN CITY PROJECT NO.: C01239 4.2. Architectural 30% design work for architectural will consist of the following activities: 4.2.1. Develop material to support discussion on architectural concepts, needs, and City preferences 4.2.2. Develop architectural concepts based on both City input and treatment units utilized. Prepare typical elevation views of buildings for possible scenarios. 4.2.3. Develop material for discussing space planning for operations and maintenance spaces. Operations facilities to discuss include: operations administration building, operations administration electrical, preliminary treatment, preliminary treatment electrical, membrane equipment building, and maintenance building. Maintenance space to include office, restroom and locker area, storage area, and bridge crane with multiple overhead doors. Maintenance space may be separate or combined with electrical and/or membrane equipment building 4.2.4. Establish initial room sizes after space planning discussion. Identify the adjacencies and functional requirements of each space. Establish architectural theme for exterior of building. Select interior and exterior construction materials for each building. Select roof type, slope, and roof support system for each building. 4.2.5. Assign code classification to each area within the building and identify areas for coordination with other disciplines to identify and resolve code compliance issues. 4.2.6. Coordinate with other disciplines to resolve compliance issues specific to these disciplines (e.g. National Electrical Code and National Fire Protection Association 820 issues). 4.2.7, Coordinate with other disciplines on building materials and design R-values. 4.2.8. Prepare initial building layouts (include plans, sections, and elevations). 4.2.9. Review concepts and draft work products with, and seek approval from, quality control reviewer. 4.2.10. Identify assigned reviewer for Texas Accessibility Standard Review and develop the plan for coordinating review throughout the phases of design. 4.3. Process Mechanical 30% Design for process mechanical will consist of the following: 4.3.1. Based on the Process Design Report, perform process design calculations for 10 MGD design flow for all liquids and solids process units. All information developed during the Process Evaluation Phase will be utilized to the extent possible. Develop a detailed process flow diagram including all treatment process units with flow rates. Develop additional process information needed City of Fort Worth, Texas Attachment A PMO Release Date: 07.23.2012 Page 17 of 33 ATTACHMENT Al DESIGN SERVICES FOR MARY'S CREEK WRF PROCESS DETAILED DESIGN CITY PROJECT NO.. C01239 including sample locations, instrument locations, flow meters, etc., and utilize treatment units' sizes and volumes, equipment sizes and types, horsepower requirements, and chemical dosage. The initial design flow is 10 MGD, with subsequent expansion to 15 MGD. Peak 2-hour discharge flows will be 2 times annual average flow for 10 MGD facilities. 4.3.2. Modeling 4.3,2.1. Develop hydraulic profile calculation and prepare hydraulic profile for process flow and side streams. Establish maximum and minimum water surface elevations for process tanks. 4.3.2.2. Computer Process Model: Update the process model to optimize operation/costs and incorporate changes made during design. 4.3.3. Select equipment types and determine sizelcapacity/redundancy of treatment unit processes and ancillary systems. 4.3.4. Select process mechanical piping, sizes, and materials. 4.3.5. Develop preliminary process and instrumentation drawings (P&1Ds) and prepare operation and control descriptions for the plant processes. Include automatic sampler locations, all equipment and valves, and all instruments on P&IDs. Approximately 58 P&IDs will be developed. 4.3.6. Prepare solids balance, 4.3.7. Update process flow diagrams for liquid treatment process and solids treatment process. 4.3.8. Develop schematics for plant water system, onsite components of reuse water system, potable water system, drain system, and odor control system. 4.3.9. Coordinate with HVAC to design new odor control facilities. 4.3.10. Develop system curves for the following pumping/blower applications prior to equipment preselection. 4.3.10.1. Grit pumps 4.3.10.2. Return flow pumps from EQIPeak Flow Storage basins 4.3.10.3. Internal recirculation pumps for bioreactors 4.3.10.4. RAS pumps 4.3.10.5. WAS pumps 4.3.10.6. Ferric sulfate feed pumps 4.3.10.7. Sodium hypochlorite feed pumps City of Fort Worth, Texas Attachment A PMD Release Date: 07.212012 Page 18 of 33 ATTACHMENT At DESIGN SERVICES FOR MARY'S CREEK WRF PROCESS DETAILED DESIGN CITY PROJECT NO,: C01239 4.3.10.8. Supplemental carbon feed pumps 4.3.10.9. Plant water pumps 4.3.10.10. Reuse pumps 4.3.10.11. Dewatering feed pumps 4.3.10,12. Bioreactor blowers 4.3.10.13. Membrane air scour blowers 4.3.10.14. Post aeration blowers 4.3,10.15. WAS storage tank blowers 4.3.10.16, Foul air fans for each odor control system 4.3.11. Perform process calculations for the aeration basin air supply system, and for the foul air treatment systems (odor control facilities) for the preliminary treatment unit, equalization and peak flow storage facilities and return flow pump station, and solids handling facilities. 4.3.12. Perform Alternative Reviews for Equipment/Chemical for the following: 4.3.12.1. Aeration Basin Blowers (Multistage vs. High Speed Gearless Turbo vs. Positive Displacement) based on energy use and maintenance requirements. 4.3.12.2. UV Disinfection (Open Channel Vertical, Open Channel Horizontal, vs Open Channel Inclined) 4.3.12.3. Evaluate options for supplemental carbon based on treatment effectiveness and cost to source the chemical. 4.3.12.4. Selection of other equipment will be based on the equipment table in the Process Design Report as discussed at Workshop 2 in the Process Engineering Phase. Equipment not included in Workshop 2 will be discussed with Owner during 30% design. Note that this design is based on the City NOT accepting septic or grease trap haulers at the MC WRF. No provisions are included to accommodate it. 4.3.13. Compile list of chemicals and amounts to be used 4.3.14. Determine electrical requirements and usage and instruments for each system. 4.3,15. Develop process mechanical criteria and code requirements City of Fort Worth, Texas Attachment A t MO Release Date: 07.23.2012 Page 19 of 33 ATTACHMENT Al DESIGN SERVICES FOR MARY'S CREEK WRF PROCESS DETAILED DESIGN CITY PROJECT NO.: CC1239 4.3.16. Develop process mechanical building/structure mechanical drawings based on the Process Design Report and P&IDs developed. 4.3.17. Update equipment list with sizing for major equipment. 4.3.18, Prepare equipment arrangements 4.3.19. Review concepts and draft work products with, and seek approval from, quality control reviewers. 4.4. Structural 30% Design work for structural will consist of the following activities: 4.4.1. Coordinate with architectural discipline on the selection of building concepts. Consult with lead process mechanical engineer on build inglstructure layouts. 4.4.2. Select design concepts and materials for canopies, handrails, stairs, and grating. 4.4.3. Develop building foundation and structure concepts based on schematic building layouts and geotechnicai report. 4.4.4. The building foundation and structure concepts will be conveyed via a brief written description. 4.4.5. Review concepts and draft work products with, and seek approval from, quality control reviewer. 4.5. Electrical 30% Design work for electrical will consist of the following: 4.5.1. Develop electrical loads for the 10 MGD and 15 MGD plant. 4.5.2. Determine backup generator(s) sizes required for 10 MGD and 15 MGD plants. 4.5.3. Develop paralleling switchgear one -line including spare breaker for additional generator at 15 MGD expansion if needed. 4.5.4. Coordinate Utility service entrance site layout with utility metering cabinets. 4.5.5. Determine size and type of transformers required, and who owns transformers. 4.5.6. Prepare overall one -line diagram for proposed facilities. 4.5.7. Determine quantity and locations of electrical distribution equipment, including motor control centers, switchboards, and panelboards. Transformers, switchgear, switchboards, and motor control centers will be sized to support the 15 MGD plant. 4.5.8. Coordinate load with process mechanical engineers to size equipment motors. City of Fort Worth, Texas Attachment A PMO Release (late: 07.23.2D12 Page 20 of 33 ATTACHMENT Al DESIGN SERVICES FOR MARY'S CREEK WRF PROCESS DETAILED DESIGN CITY PROJECT NO.: C01239 4.5.9. Prepare load calculations. 4.5.10. Size electrical rooms. Prepare preliminary layout of the major electrical equipment located in each electrical room. Size buildings and develop equipment layouts for 10 MGD and 15 MGD facilities. Determine equipment and instruments requiring uninterruptible power supplies (UPS) and locations of UPS equipment. Coordinate with (&C discipline to determine space requirements and locations for control equipment. Locate major 110 termination panels, TJB's, and control panels. 4.5.11. Determine redundancy requirements for critical process mechanical equipment and power distribution per client preferences and TCEQ requirements. 4.5.12. Establish preferred voltages for power distribution and utilization equipment. 4.5.13. Prepare electrical site plan. 4.5.14. Coordinate with other disciplines (Architectural, Process Mechanical) to develop preliminary electrical building and electrical room sizes, and to resolve code compliance issues specific to these disciplines. 4.5.15. Develop schedule of hazardous and corrosive locations. 4.5.16, Coordinate with Instrumentation and Controls, Architectural and HVAC. 4.5.17. Review concepts and draft work products with, and seek approval from, quality control reviewer. 4.6. Instrumentation and Controi 30% Design work for instrumentation and controls will consist of the following activities: 4.6.1. Determine programmable logic controller (PLC) locations and develop supervisory control and data acquisition (SCADA) block diagram for plant. Perform designs for instrumentation and controls including PI -Cs, as necessary, for the facilities. All equipment should have provisions for monitoring and start/stop from SCADA. Prepare specifications and designs for the incorporation of all equipment and instruments to the SCADA/human machine interface (HMI) system. Develop the extent of programming for the PLCs to be performed by a general construction contractor. Identify communication strategy to other city facilities and plant security requirements such as cameras and door intrusion alarms. Entry and exit gates shall have gate openers with security/controlled access features. Task will be modified as appropriate if the OWNER selects a DCS control system. 4.6.2. Determine and generally locate control system panels. 4.6.3. Determine and generally develop a control system architecture including routing of a fiber optic network. City of Sort Worth, Texas Attachment A PMO Release Date: 07,23.2012 Page 21 of 33 ATTACHMENT Al DESIGN SERVICES FOR MARY'$ CREEK WRF PROCESS DETAILED DESIGN CITY PROJECT NO,: C01239 4.6.4. Coordinate with Electrical for location and power requirements of control panels, and routing of fiber optic cabling. 4.6.5. Determine requirements for communication with off site lift stations. Determine requirements for communication with other OWNER facilities. 4.6.6. Develop preliminary process and instrumentation drawings (P&IDs) and prepare operation and control descriptions for the plant processes. Include automatic sampler locations, all equipment and valves, and all instruments on P&IDs. Approximately 58 P&IDs will be developed, 4.7. Preliminary Design Report/Engineering Feasibility Study Update: Develop a preliminary design report containing the above preliminary design information with flow and wastewater quality information. To the extent possible, update the engineering feasibility study report developed during process evaluation. Submit the report to the TWDB following incorporation of City comments. Coordinate with TWDB and City to provide an IUP, and address comments. 4.8. 30% Design Review Meeting: ENGINEER will conduct a one -day review meeting with the OWNER's personnel to review the work products from 30% Design, as defined above. The review meeting will be held at the OWNER's meeting space at City Hall, at Village Creek, or at the ENGINEER's office in Fort Worth. Final notes from the review meeting and the work products as defined above will be assembled in the 30% Design report and submitted to the OWNER. ASSUMPTIONS: A. 30% Design Review Meeting DELIVERABLES: A. Meeting materials and notes, B. 30% Design Drawings, C. Technical Memoranda for Stormwater Impacts, D. Stream HEC-RAS Model and Flood Plain Study Technical Memorandum, E. Blower Equipment Review, UV Equipment Review F. Preliminary Design Report/Engineering Feasibility Report, and UV Equipment Review, and Return Flow Pump Station. G. Design Basis Memoranda. a. Preliminary Treatment Unit b. Bioreactors City of Fort Worth, Texas Attachment A PMO Release Date: 07.23.2012 Page 22 of 33 ATTACHUNT Al DESIGN SERVICES FOR MARY'S CREEK WRF PROCESS DETAILED DESIGN CITY PROJECT NO.; CO239 c. Membrane System d. Chemical Feed Systems e. UV Disinfection f. Return Flow 1 Drain Pump Station (may be replaced with Influent Lift Station) g. Post Aeration h. WAS Storage i. Dewatering j. Equalization and Peak Flow Storage Basins k. Odor Control TASK 5. DETAILED DESIGN (60 PERCENT) — (Not Included) TASK 6. DETAILED DESIGN (90 PERCENT) — (Not Included) TASK 7. FINAL DESIGN (100%) — (Not Included) TASK 8. EQUIPMENT PRESELECTION Equipment preselection task will include development of two equipment preselection packages. The task will be kicked off with an Equipment Identification effort followed by developing front-end documents and technical specifications and supporting drawings, as well as bidding assistance. The equipment preselection package will likely include the following equipment. This list will be finalized in Task 4. 8.1. Package 1: Membrane Equipment 8.1.1. Membrane Modules 8.1.2, Permeate Pumps 8.1.3. Control Valves (Electric) 8.1.4. Air Compressor 8,15 Clean In Place Equipment with Neutralization System 8.1.6. Electrical equipment as appropriate 8.1.7. Instruments 8.1.8, Membrane System Controls City of Fort Worth, Texas Attachment A PMO Re;ease Date, 07.23.2012 Page 23 of 33 ATTACHIAENT Al RESIGN SERVICES FOR MARY'S CREEK WRF PROCESS DETAII.EO DESIGN CITY PROJECT NO.i CUM 8.1.9. Membrane equipment package selection will be based on a life cycle cost, including equipment package cost, bioreactor and membrane basin and membrane equipment building construction costs, annual power consumption, and maximum chemical usage. ENGINEER will develop a draft bid form incorporating the criteria list above. When completed the bid form will calculate the life cycle cost for each membrane equipment bidder. 8.1.10. ENGINEER will work with each of four (4) membrane equipment suppliers to determine membrane tank layouts, major equipment to be included in their overall system package, as well as information from other installations to demonstrate their proposed membrane flux, hydraulics, air scour requirements, As part of this process ENGINEER will set maximum flux that can be used when sizing their system. The ENGINEER will develop an estimated construction cost for the membrane tanks and membrane equipment support building to be included in the bid form. 8.1.11. The membrane equipment suppliers will provide a formal bid for their full equipment package. The bid will also include a guaranteed maximum power consumption, and maximum chemical usage. The equipment cost, facility construction cost, and annual operating cost will be input into a present worth calculation in the bid form to determine the overall life cycle cost. The membrane equipment supplier bids will also include a full replacement guarantee for operating years 1-10, and a guaranteed membrane replacement pricing for years 11-20. 8.1.12. The specifications will include a requirement that the maximum power consumption and maximum chemical consumption be verified after startup. Penalties will be assessed, and the dollar amount deducted from the final equipment payment if the actual power and chemical consumption exceeds the bid amount. 8.2. Package 2: Early Design Equipment 8.2.1. Coarse Screens with Washer/Compactor 8.2.2. Grit Removal Unit 8.2.3. Grit Classifier/Dewatering Unit 8.2.4. Fine Screens with Washer/Compactor 8.2.5. UV Disinfection Equipment 8.2.6. The Early Design Equipment preselection will a single step bid advertisement/process, For most equipment the selection will be based solely on the bid price for the equipment. Where energy/efficiency is a major factor, UV equipment for example, the selection will be based on a life cycle cost for equipment and power. 8.3. Equipment Preselection Meetings City of Fort Worth, Texas Attachment A PMO Release pate- 07,23,2012 Page 24 of 33 ATTACH14ENT Al DESIGN SERVICES FOR IMARY'S CREEK WRF PROCESS DETAUD DESIGN CITY PROJECT NO., C01239 8.3.1. A kickoff meeting will be held with operations, maintenance, electrical, and I&C staff. Front end specification development review will occur in the same meeting. 8.3.2. MBR Preselection front ends, technical specifications, and drawings review. 8.3.3. Balance of equipment front ends, technical specifications, and drawings review. 8.3.4. Prebid meeting for each of the preselection bid packages. 8.3.5. Bid opening for each of the preselection bid packages, up to two. 8.4. Preselection Equipment Identification 8.4.1. Review the equipment needs for the project with the OWNER to develop a list of equipment recommendations for preselection. Meet with the OWNER during preselection kickoff meeting to finalize the list of equipment. 8.5. Preselection Front Ends 8.5.1. Develop front end documents for the two equipment preselection packages in conjunction with the OWNER for obtaining equipment bids. The front end documents will identify the method to be used for equipment selection; low equipment cost, life cycle cost, or best value. The benefits of each will be discussed with the OWNER in a meeting. 8.5.2. Front end documents will be based on the OWNER's standard, supplemented with additional requirements from the Texas Water Development Board. 8.6. Preselection Specifications 8.6.1. Develop equipment preselection front end documents, including Instructions to Bidders, Proposal form, scoring description, and spreadsheet for cost analysis and proposal scoring. 8.6.2. Develop equipment technical specifications for above equipment items. Develop performance requirements and information necessary for evaluating bids with OWNER's input, Specifications will identify acceptable manufacturers based on project experience and needs. Up to four suppliers will be evaluated for each piece of equipment and up to four MBR equipment suppliers will be evaluated. 8.7. Preselection Drawings 8.7.1. Develop supporting drawings for the equipment preselection packages. Drawings will include process and instrumentation diagrams as well as site layouts. The drawings are intended to provide suppliers with information City of Fort Worth, Texas Attachment A PMO Release Dale: 07.23.2012 Page 25 of 33 ATTACHIAENT At DESIGN SERVICES FOR MARY'S CREEK WRF PROCESS DETAILED DESIGN CITY PROJECT NO.s C01239 concerning the environment in which the equipment will be placed and the role that the equipment will play in the overall treatment process. 8.8. Preselection Bidding Assistance 8.8.1. Assist the OWNER during advertisement for equipment proposals. Respond to requests for information and prepare addendum items. 8.8.2. Attend pre -bid meeting and proposal evaluation meeting with the OWNER. 8.8.3. Perform proposal reviews for conformance to the specifications and contract documents. 8.8.4. Prepare proposal review summary letter and selection recommendation letters for each equipment item. 8.9. Manufacturer Coordination and Design Development 8.9.1. Coordinate with manufacturers and equipment representatives to develop design concepts, conceptual layout drawings, and specifications. 8.9.2. Coordination with membrane equipment suppliers include coordination of: 8.9.3. Flux 8.9.4. Hydraulics 8.9.5. Aeration requirements 8.9.6. Equipment HP 8.9.7. Recycle streams 8.9.8. Screening requirements 8.9.9. Chemical usage 8.9.10. Equipment sizing MEETINGS: A. Preselection Workshop 1 -- Task Kickoff and Package definition, and front end development; B. Preselection Workshop 2-- Draft MBR Preselection Document Review; C. Preselection Workshop 3 — Draft Balance of Equipment Preselection Document Review; D. Prebid Meeting x 2; E. Preselection Package Bid Opening x 2 City of Forl Worth, Texas Attachment A PMO Release Date, 07.23.2012 Page 26 of 33 ATTACHMENT Al DESIGN SERVICES FOR MARY'S CREEK WRF PROCESS DETAILED DESIGN CITY PROJECT NO.: C01239 DELIVERABLES: A. Meeting materials and notes, B. Draft and Final Preselection Package Documents, C. Proposal Review Letter, D. Selection Recommendation Letters. TASK 9. SITE COORDINATION 9.1 Summarize the alignment corridor and location of connection for potable water to the site. 9,2 Coordinate with gas company for connection location, size, and route for natural gas to Mary's Creek site. Identify easements on the plant site for natural gas service. 9.3 Coordinate with Tarrant County Public Works for adjacent county road planned improvements, maintenance requirements during construction, and for permanent reconstruction following completion of the WRF. Coordinate with City and County to determine agreements necessary and costs to the project. 9.4 Coordinate with Oncor for connection location, size and route for delivery of power feed to Mary's Creek Site. Identify easements on the plant site for electrical power service, 9.5 Coordinate with the City's communication systems to bring in information on offsite lift stations and to provide remote plant SCADA monitoring of the Mary's Creek WRF. Communication will be via the City's existing microwave radio system. 9.6 Coordinate with Tarrant Regional Water District regarding impoundment and pump station/pipeline to be located downstream from the Mary's Creek WRF outfall. ASSUMPTIONS: A. Coordination meetings as required for each off -site utility DELIVERABLES: A. Easement documents included in Task 10 B. Easements to be shown on drawings as appropriate. Task 10. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES 10.1 Provide elevation survey for two stream cross sections to develop the HEC-RAS model. Three existing stream cross sections will be incorporated into the model as well. City of Fort Worth, Texas Attachment A PMO Release Date: 07,23.2012 Page 27 of 33 ATTACHIA ENT AS DESIGN SERVICES FOR MARY'S CREEK WRF PROCESS DETAILED DESIGN CITY PROJECT NO.: C01239 10.2 Identify location of two known wells on site. These wells will need to be plugged before the MCWRF begins treating wastewater. Two known well sites are 1) irrigation well on east side of property used for tree irrigation and 2) water supply well near center of site close to existing toppled windmill. No other wells are known to be at the project site. 10.3 Identify location of the existing septic tank near center of site close to toppled windmill. No other septic tanks are known to be at the project site. 10.4 Provide list of easements that City may need to provide to other utilities/entities. Obtain rights of entry if required. Prepare surveyed plats with legal descriptions of each property necessary to acquire. Coordinate with water pipeline corridors. Fee is based on preparing and surveying up to five easements for: 10.4.1 Potable water 10.4.2 Oncor Electricity 10.4.3 Natural Gas 10.4.4 Driveway access to Chapin Road 10.4.5 Future Chapin Road ROW based on Master Thoroughfare Plan 10.5 Known underground utilities at the project site include the water wells, septic tank, gravity sewer main along the creek, natural gas along the northeast corner of the property, and the proposed water line along the north side of the property. It is not anticipated that subsurface utility engineering will be needed, and is not included in this agreement. Any subsurface utility investigations will be considered an ADDITIONAL SERVICE. 10.6 Set 6 survey monuments at the site with information on coordinates and elevation to assist both design and construction crews to be able to locate new facilities at the site. MEETINGS: A. Included in Task 11 DELIVERABLES A. Copies of field survey data and notes signed and sealed by a licensed surveyor. B. Five (5) Easements TASK 11. STATE AND LOCAL APPROVALS State and Local Approval activities are assumed to be limited to Tarrant County or City Floodway Development Permit, City of Fort Worth and County drainage permit, Tarrant County Driveway permit TCEQ Stormwater Pollution Prevention Plan, and correspondence City of Fort Worth, Texas Attachment A PIAO Release Dale: 07.23,2012 Page 28 of 33 ATTACHMENT Al DESIGN SERVICES FOR MARY'S CREEK WRF PROCESS DETAILED DESIGN CITY PROJECT NO.: CO1239 with TCEQ, TWDB, and City of Fort Worth regarding design review and permission to construct. 11.1 Prepare the engineering data necessary and apply for applications for the Tarrant County Floodway Development permit. 11.2 Prepare the engineering data necessary and apply for applications for the City of Fort Worth and Tarrant County drainage permits. 11.3 Prepare the engineering data necessary and apply for applications for the Tarrant driveway permit. 11.4 TCEQ — Correspondence with TCEQ regarding a Letter of Summary Transmittal (217 letter). Design will comply with 30 TAC 217 requirements to the maximum extent feasible. Exceptions will be reviewed with OWNER throughout design process. Letter to TCEQ will request specific exceptions and reason for exception. 11.5 TWDB — Correspondence with TWDB regarding plan review and approval. 11.6 Coordinate with TCEQ for closure/removal of one existing septic tank. 11.7 Coordinate with TCEQ on approval of alternative membrane fluxes beyond published limits in 30 TAC 217. 11.8 Coordinate with Tarrant County Fire Marshal for review of plans prior to construction. ENGINEER will submit fees for plan review. 11.8.1 NOT INCLUDED IN THIS AGREEMENT, LISTED FOR INFORMATION ONLY — ENGINEER will engage 3rd party reviewer for MEP review of plans prior to submittal of plans for review to fire marshal. ASSUMPTIONS A. Scope is based on a total of 20 meetings of 1-hour each, plus one meeting with TCEQ at their office Austin. B. Meetings will cover coordination with TCEQ and TWDB for plan review, County floodplain manager, City development services department for and Tarrant County engineer for drainage permits, Tarrant County transportation and public works department for driveway permit, and Tarrant County for road improvements. C. All meetings are assumed to be virtual or in the City of Fort Worth or Tarrant County. DELIVERABLES A. Meeting materials and notes, B. Permits, C. Construction Letter to TCEQ, City of Fort Worth, Texas Attachment A PMb Release Date: 07.23.2012 Page 29 of 33 ATTACHMENT Al DESIGN SERVICES FOR MARY'S CREEK WRF PROCESS DETAILED DESIGN CITY PROJECT NO.t C01239 D. Construction Letter to TWDB. TASK 12. OPCC 12.1 The opinions of probable construction cost (OPCC) for this Scope of Work will be prepared in accordance with the cost estimate classes defined by the Association for the Advancement of Cost Engineering. OPCCs will be based on current area, volume, or other unit costs and which indicates the cost of each category of work involved in construction of the Project. In providing opinions of cost, financial analysis, economic feasibility projections, and schedules for the Project, the Engineer has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation and maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate Project cost or schedule. Therefore, the Engineer makes no warranty that the City's actual Project cost, financial aspects, economic feasibility, or schedules will not vary from the Engineer's opinions, analyses, -projections, or estimates. ENGINEER will provide overall OPCC review and common unit costs. Each engineering firm will generate OPCC estimates for their portion of the work. 12.1.1 Estimates will be developed according to the following: 12.1.1.1 Equipment Preselection —"Class 3" level estimate 12.1.1.2 30% Design — "Class 4" level estimate DELIVERABLES A. Equipment Preselection OPCC, B. 30% OPCC TASK 13. QUALITY REVIEW The objective of this task is to develop and implement procedures to obtain the highest quality deliverables. The majority of the quality control reviews will occur prior to the finalization of the work products from each design task. Each of the subtasks below is performed following development of the technical deliverables. The relevant points are listed under each of the subtasks. A Quality Assurance Audit Log will be used to track progress of reviews. 13 Technical Review: A Quality Team will be established by the ENGINEER consisting of five experienced engineers familiar with similar projects, three from Plummer and two from Jacobs. An internal meeting will be held at the end of 30%Design and after development of preselection bid packages. The purpose of these reviews is to confirm that the design will accomplish the PROJECT objectives. 13.2 Intradisciplinary Review: Detailed intradisciplinary review will be conducted at the completion of 30%, 60%, 90% and prior to the completion of the 100% Design. City of Fort Worth, Texas Attachment A PMO Release Date: 07.23.2012 Page 30 of 33 ATfACHMFNTAI DESIGN SERVICES FOR MARY'S CREEK WRF PROCESS DETAILED DESIGN CITY PROJECT NO.: C01239 These reviews will be conducted for each discipline by a person not involved in preparing the plan or specifications for this PROJECT. 13.3 Constructability Review: Constructability reviews will be conducted at the completion of 30%, 60%, 90% and prior to the completion of 100% Design for facility constructability. 13.4 13.6 OPCC Review: The Engineer's Opinions of Probable Construction Cost will be reviewed by the project engineers and Project Manager to confirm that the cost estimating team understood the work and conditions associated with the portions of the project. The OPCCs will be reviewed at the end of preselection and 30% Design. MEETINGS A. Internal Quality Review Meetings for Preselection, B. 30% Design Review Meeting DELIVERABLES A. Quality assurance Audit Log TASK 14. BID PHASE SERVICES — (Not Included) City of Fort Worth, Texas Attachment A PMO Release [late:07.23.2012 Page 31 of 33 ATTACHMENT Ai DESIGN SERVICES FOR MARY'S CREEK WRF DETAILED DESIGN CITY PROJECT NO.; C01239 (V14l2023) SPECIAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Special Services not included in the existina Scope of Services — CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above. However, ENGINEER can provide these services, if needed, upon the CITY's written request. Several specific tasks have been identified as potentially needed during the course of the project. Any additional amounts paid to the ENGINEER as a result of any material change to the Scope of the Project shall be agreed upon in writing by both parties before the services are performed. These special services include the following: 1. Prepare for and participate in Meetings and Presentations with City Management and Public as requested by the City. 2, Updates to Water Conservation Plan (WCP) or Drought Contingency Plan (DCP) as part of the TWDB loan application. 3. Site Visits to see equipment or processes that may be included in the design or considered for a future phase of the plant. ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existing Scope of Services — CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above. However, ENGINEER can provide these services, if needed, upon the CITY's written request. Any additional amounts paid to the ENGINEER as a result of any material change to the Scope of the Project shall be agreed upon in writing by both parties before the services are performed. These additional services include the following: 1. Services related to damages caused by fire, flood, earthquake, or other acts of God. 2. Services related to submitting permits except for those specifically included in Basic Engineering Services (ie. TxDOT, railroad, etc...) 3. Services related to Subsurface Utility Engineering Levels A, B. C, or D 4. Services related to Survey Construction Staking 5, Services related to acquiring real property. 6. Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. 7. Preparing applications and supporting documents for grants, loans, or planning advances for providing data for detailed applications except as specifically included in Basic Services. 8. Providing additional copies of reports, plans, specifications, and contract documents. City of Fcii Worth, Texas Attachment A PMO Release Late: 07.23.2012 Page 32 of 33 ATTACHMENT Al DESIGN SERVICES FOR MARY'S CREEK WRF PROCESS DETAILED DESIGN CITY PROJECT NO.i C01239 9. Appearing before regulatory agencies or courts as an expert witness in any litigation with third parties including condemnation proceedings arising from the development or construction of the Project, including the preparation of engineering data and reports for assistance to the City. 10. 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. 11. Public relations activities and consulting services except as specifically included in Basic Services. 12. Easement acquisition services and appraisals. 13. Investigation and remediation of possible hazardous waste, asbestos, lead paint, and other types of contaminations. 14. 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 that cannot be defined sufficiently at this time to establish the maximum compensation. 15. Urban forestry plan. Building permit application, 16. Design of a lime system for biosolids processing. 17. Platting treatment plant site. 18. Overcurrent protective device coordination/Arc Flash Study is not included in the Scope of Work. 19. Hazardous material remediation. 20. Renewal or modification of TPDES permit. Permit is set to expire in 2027. City of Fort Worth, Texas Attachment A PMO Release Date. 07.23,2D12 Pane 33 of 33 13. aMxx$a"s� �nmams$ u ss == `a € `s €€ e e o e o00 a ea x a' o 0 o S88tl evoo s tl8tltltl $€a 0 00000 000o o a x �mx�sso ......€€ ee000000000e €€g o €€ boa o 00 000 S8 _v000000000000e0000 $�R'R^ E€ €€ € €€S€.€. €€.......... 000000e0000000000000000000 € E€ €€ € g 0 0 00000 € € $ $ x a„xa s„$»g�$R$'xMR's »x R �x» ««M Hill $" Hillv 11 exp»xR Se SSoo xxxRyx R Rxp»»» S«$ RN»yRxx»„,«„yrp„x $SSA 'BAS�er�9 �g oR RRxx xx» x„`„x»x�$xRRxAxxxxx x x xxxNx » » R ..R » » R»» ------- ------- &&»a.R&.R» » RRS3`.. W Sa as &88 »»S.sE3xx gR&.R»a.R�3%' 99 A $ e o �� $$. � 8«$m R ASS, EG — ree So 8 g.�_R R Rye»4w Emw ^ ee veeF ovoo - e y� R RRA » R »R ».R» :x9 ^ a a »A$ � «AAE KRE ..:� „.,..._^N., ».= »»ao�-»»agn»»ROOK a » « R��.�... &S A R R Ras R �1ERR Axx.R RS RRR ,RR 94»» ..9. Zw» »» RRrr�RR3 r4R �5--- ,i' R--QRRR :.:QR Rom... ,iRR RRS".s. » Ram—_ ?F R«�»RR R »x » RR al E-�-�El:-IRR a .. ICI III ICI R »..»R»R xx. »R»» e„Ax x xxx.x .. a»»»RRR =xR R —»»RRR RRRR s�xx 8» »R�» R »R»RRR� »Rum R x R xII RR�e„ e�„„ .�...RRR R _.r.._RRRRRR. R :38 R x R x RRR x R xxx. x xRx.R RRRR RR x.RRR » .`.``—�x8 _ xR 2 am RSA a R`aswE2 Sew A A BAR`.. wRA=-w » Ras%ls� rc e rc _ R R R RRR R R»»R » »„»..„ «« »»R SSR R R» »»RR »RJR R »R ERR ..RR »R R x R ai i R . R . ... R a xx»R . R»R»» ..RR =R»R RR4 » ERR ��RRR gR. E s�.sR&. RSS:B.. riana .. REE&.R%.. Re3R .R » » w:&R .. x irc 5` xR o� R . R . ... R R A R R ERR R R R.»R xxx.. » _»R»R ..R» xx... .RRR =R»R�„�.1"aR RRR RR RR2» a I...` „ --*E a R R asis'aRR Aso R R R a sign R R EaRia aREAM' RE—R. » R� .R - xs e xx R . R . RxR » R xR»» » R»R»R xRAR =x 2RacSz3RRR »AmwzE R» ERRis �Ti3R acSa3 R.cRxRxacSa3x amiig » RS3 a x x`Y 6„ax�3F0-� ____A______________I �s-�n1- e v e eve o o 0 0 000 0 e e e eee e o o 000 o _ e q oa,^,„ o 0�0� o e aveoe see 0 0 00000 000 a e e o v o avevo oar e^he^ eRRa RBr�,�.�N n" R eeeveee o ee a o o o o... a oe ... 00----- a -- 0 o ee eeeeeeea ........ a o0 0 a ^a _ o X#.R .Rx«�eh"_x,„,� _e :80 � rS0000 O-Fl .:eRB: . o e e. e e e e.. ee ee ee a eve a e. e e e e e. e e e e e. e e e v o o ee a ee o o o o o... ... .... ...... .................. o e e ..... .....8a... .... ...... a ooSoom»000«R8««,8 g RSSoo sae e e ae ee ee sae ee 00000ao R.. oo .... 000000 ^ RR„_'^EmR�RmRR:R�R a S _e a . .. .... ...... SSaRE 3eax Sae8RR8a� R e „„ „ eeo «me_ Isle S�on9e9ee9a '� ? Y - G E ee S w 9 9 w $ �� R o 0 000 0 " a ovove „�_ ^m a eo"e^ S�aR »_ "`- ........... 000.000 a o0 0 o " -- - - - - -- a ... ... Apo x-eeeee�e"_e ax0000000m"000 00000�. o oo .... ...... ^ o� eam_eR<<eomeme 8 R aReom oe o000 00000o RRa9me1eeSS<<»9RReE 9 e RSEo� 0000 000000 ""e _ mmeoe :@ ? �` g2 2 ?EH, 5 xm �S 99 Fs�E m .gel g �F '3.X�AEE 8 �S��q�.y en '\`�y$€9`� 1 Y Y€2 S .. s":8 i am lx8 $q mos +W�oa�38 EB,:a'�43 o R$: �� J v �a€qd$ ��mdm �e��z w�"azdwomm •� bees» as„� c"x$" mR 'a"� s » " a-^-nr yse&"-"s$ss V"s mm o-- a 8e o8aoe8 Se 8 S S 8 8 ...... .... Se Sae SSSS - 8 %SSSS .... . ... .. .. ... y " 8A SBaary§x3 Slaa " y3 WS aala B " " - a�Sax ��"-R It— A w F :: J.'.:w' -«-�I FFF :«'I - aE" :.5I .'i-„ J"c F".. F« 5: x � Rasa:,"aSna - _ $e RSxx x$xxxa SSSS S»»»$x$SSS SSx3 a NO a a x aSYn$aPaxSaS9 „ SSx3 SSaxx assa» S a assaa aSSa»»»Sa xfd.S asxSSax xxx R S " a.. A'a« A=&�.� --""» "" --"""--""»--"" " 5 I w SSSS»SSSS ^«^aSmxaaB""""" yd3-= Y SSS &" Sy3 a � I xxxaRx " R »„... „„--»„„..^�"-xS8 "" - - xS S 7 xaxRxxxxxSmm.xxxx xxxygx a a a xa»»xxR xxxRa xxxa xEm=, am aF sees»Saxes sees s$�as»»ass sees sa as-- s s a ss................... a$s$ $a$ss axes eases» a--"» as---"" ---"----» sr» sssasss axes F a s --«"--" - --- - -- -., -- - --- .., ae�ae `s """"" s " s-e--xs -" -a „.» " «S-p xaxx»xxa xxxa ^ ad aaa x a -" -' " 9a a«»xxx« »xxx u; SSSSSS SSSSSS SSa $$ - aa«:S � SS SS SS SSS --Sal .a. S :g aS3$»»S$$S SSS $» aa3$$»»$SS Sa3 Se -»a " ---""---"»»---» a»$SSSS $SSS xx"x^xx"���'""x^ ^f9 " "---»-" y'ssax xx „ „ s x - - " y---o"- a --. ate'« -- xxxa"xx"'�� - "..,- -- Ia »------ x a saga- -"""""""" aaa -". xa"" ". 8 g x32« m xy a F xxxF"xxxF«" -- x x ----- ----"sass .T»x F«xxxFx xFxx aa333» SSS SIS " ---""---"»»--S S'.•'„» SS»a333 m 5� SSSS$»$SSS a333 aa33$»»SSS a333 as a» " " S S»»S$SS a3333 a333 a333 s• 1 ssssss�"xasa » s aaass esssaa»ea asx xxsssxs sRasa aassa seas sssss$xsss sass ss » as s s s xssssss sxsaa assa sxas El _ - III xx-ax-xx-xsas. = ��t^-,� �� xs-a-s-s a x a as aaxxaxas xxxaxxsax a a a sa-s- s spa a a - -- - -- -- -- -- " a-x-x-x-a-s x x-a-x- sxxs-xx-xs-aa ssssssssxx a as»assa slsx•-x-a-a x-x-x--^ a xsRuss «ssxasaxx ?" $asas522$sassasass $-aa " AN ? = - - " ss �5 —tea aa$ F Fsa» Raa.cala ""-'_' _iaa�F$ ®« a«gRss a `sue' a &9 a sD 3 3 I �«c I - -Aa .....- :tea sF " " " ......" =ay= " " " a...... e�"„".s s""eee .. ..... - a """"" """""I" "" .„" „aa�m" eyve a " " "" " " •--- - - - -o o o o^-" ---- " ---- .- . - - - - -- --- -- - -- ""- --- "- 3 s---""- --"-- y"sea-e"goo sr-^- - . sass- FS-= sass --^"^-- --- "- ^ ......................."....e""eee" o - . "" " . " ......................... .... "I- a e"""e """eel"""" 1 ... . ..... "e ..............................--"-e a w =AR"" a S- - - - F---""a "-oSR ^� ^goo aRs-m sass - sass- sass sass SSa =-^oo-^ a� a-S a e"- 1 "" 1T f sass- .4.v I € m-oa ^^o- �. .... ..... •- - y s- s= o-"se- --- ." -- -.c„a»agoo - - ------ --- -_ "__ -r-- .......... -- - - -- --- --- s"„-y II - sass- ax.-� I " _ - y'-- ---- .......... gm« -"" """- f " -""" -"""" """" """ye"- s R- - - - a--^-"" sodas s="aa'R"- v 9 � ? � ��= v� aE w F � �g am�� $a 8� �•_ -;fin-`�3 �^� �� SS � 2 ����u3 e 1 R � 8 Y [3 A' a`S5 e»8 Sg. �9�6 F Y 3N� �" gi = z � E.� �� EE_B_ a��p�8� •'�' "ew;g - ^3u F "E;€ a s39oAu3u ; m8ow9i m>wx_nm a8383R8ao n'R 9 R udismanmuwu "«eaaw°a �S« M "'3": iR 8C n'A'e'fF R$nR MCWRF Design and Construction Schedule Item No 1 30% Design 2 30%13es1p�n Notice to Proceed 3 Prepare 30�15 design 4 Stream Survev S Geotechnical Investigation 6 Preselection Design 7 Membrane Preselection Advertisem 8 Other Presclected Equipment Adver 9 Submit 30% design 10 30% Review Meeting 11 Return Review 30% Comments 12 30% Design Complete 13 60% Design 14 60% Design. Notice to Proceed 1S Prepare 50%Design 16 Submit 60% Design Package 17 60% Review Meeting 1R Return 60% Review Comments 19 60% Design Complete 20 0%Design 21 Prepare 90% Design 22 Submit 90% Design Package 23 90% Review Meeting 24 Return 90% Review Comments 25 90% DesiRn Complete 26 Design 2�repare 100% DesiRn 2_Aalance of Equipment Preselection Adverti 2_.tubmit 100% Design Package 30 Permitting 31 Environmental Permitting 32 Floodplain Permitting 33 Drainage Permits 34 Driveway Permit 35 Fire Marshal Coordination 36 ADA/TAS Plan Review 37 TCEO/CWDB Plan Review 33 Permit Renewal 39 Project Advertisement and Award 40 JMCWRF Construction Notice to Proceed 41 MCWRF Construction MEN MINIM -_ IMEM MINIM =:� -� IN IN =MEIM : ININ- -_� IN �- ■ MEN IM ■■INS OMEN� _0 INM -_ -- IN ■■■ � -� Notice to Proceed Active Englneering Tasks. Advertisement Major Submittals Milestone Review Meetings City Review Comments Construction Permitting Activities/Approvals City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, September 26, 2023 REFERENCE NO.: **M&C 23-0828 LOG NAME: 60MARY'S CREEK WRFPECD AI-PLUMMER SUBJECT: (ETJW-CD 3 and CD 7)Authorize Execution of Amendment No. 1, in the Amount of $5,057,498.00, to an Engineering Agreement with Plummer Associates, Inc. for the Mary's Creek Water Reclamation Facility Project, Adopt a Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt, and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to the Fiscal Years 2023-2027 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of Amendment No. 1, in the amount of $5,057,498.00, to an Engineering Agreement with Plummer Associates, Inc. (City Secretary Contract No. 58487) for design of the Mary's Creek Water Reclamation Facility project for a revised contract amount of $6,831,196.00 (City Project No, C01239); 2. Adopt the attached resolution expressing official intent to reimburse expenditures with proceeds of future debt for Mary's Creek Water Reclamation Facility project; and 3. Adopt the attached appropriation ordinance adjusting appropriations in the W&S Commercial Paper Fund by increasing appropriations in the Mary's Creek Water Reclamation Facility project (City Project No. C01239) in the amount of $5,507,608.00 and decreasing appropriations in the W&S Commercial Paper project (City Project No. UCMLPR) by the same amount to effect a portion of Water's Contribution to the Fiscal Years 2023-2027 Capital Improvement Program. DISCUSSION: On November 8, 2022, Mayor and Council Communication (M&C) 22-0892, the City Council authorized the execution of an agreement with Plummer Associates, Inc. in the amount of $1,773,698.00 (City Secretary Contract No. 58487) to conduct process evaluation and concept design for the Mary's Creek Water Reclamation Facility (MCWRF). Amendment No. 1 will allow Plummer Associates, Inc. to conduct preliminary design for the Mary's Creek Water Reclamation Facility for a fee not to exceed $5,057,498.00. In addition to the contract amount, $450,110.00 is required for project management. This project will have no impact on the Water Department's operating budget when complete. This project is anticipated to be included in a future revenue bond issue for the Water & 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. 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. Under federal law, debt must be issued within approximately three years in order for these expenses to be reimbursable. Adoption of the attached resolution does not obligate the City to sell bonds, but preserves the ability of the City to reimburse itself from tax-exempt bond proceeds. 60MARY'S CREEK WRFPECD A1-PLUMMER Capital Fund Project FY 2023 CiP Authority Budget Change � Revised 1=Y Name Name Appropriations (Increase/Decrease) 2023 Budget C01239 — 56022— Mary's W&S Creek Commercial Water Paper Reclamation Facility $2,271,998.00 This M&C $5,507,608.00 $7,779,606.00 Funding for the Mary's Creek Water Reclamation Facility project is depicted below: Existing Additional Fund I Appropriations Appropriationst. Project Total* Sewer Capital Legacy - Fund $6,691,576.09 $0.00 $6,691,576.09 59607 Water & Sewer Bond 2017A - $287,415.00 $0.00 $287,415.00 Fund 56011 W&S Rev Bonds Series $2,143,498.00 $0.00 $2,143,498.00 2023 -Fund 56021 W&S Commercial $0.00 $5,507,608.00 $5,507,608,00 Paper- Fund 56022 Project Total 1 $9,122,489.09 $5,507,608.00 $14,630,097.09 Numbers rounded for presentation. Funding is currently available in the W&S Commercial Paper project within the W&S Commercial Paper Fund for the purpose of funding the Mary's Creek Water Reclamation Facility project. BUSINESS EQUITY: Plummer Associates, Inc. agrees to maintain its initial MIWBE commitment of 16 percent that it made on the original agreement and extend and maintain that same M/WWBE commitment of 16 percent to this first amendment. Therefore, Plummer Associates, Inc. remains in compliance with the City's MIWBE Ordinance and attests to its commitment by its signature of the Acceptance of Previous MIWBE Commitment form executed by an authorized representative of its company. This project is located in the Extraterritorial Jurisdiction (ETJ) west of Council Districts 3 and 7. FISCAL INFORMATION 1 CERTIFICATION: The Director of Finance certifies that funds are currently available in the W&S Commercial Paper project within the W&S Commercial Paper Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the W&S Commercial Paper Fund for the Mary's Creek Reclam. Facility project to support the approval of the above recommendations and execution of the amendment to the contract. Prior to an expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds FUND IDENTIFIERS (FIDs): TO Fund! Department ccount Project Programs ctivtt� Budget Reference # �14mount! ID ID I Year Chartfield 2 FROM _ rdn�pa_r_tmenfl4ccount Project TPrograml ctivityl Budget Reference # �Amount' - ID I ID --_I_--- t--a_Year (Chartfield 2)-- I -- -- CERTIFICATIONS: Submitted for City Manager's Office by, Dana Burghdoff (8018) Originating Department Head: Chris Harder (5020) Additional Information Contact: Suzanne Abbe (8209) ATTACHMENTS 1. 60MARY'S CREEK WRFPECD A1-PLUMMER funds availabilitv.pdf (CFW Internal) 2. 60MARY'S CREEK WRFPECDA1-PLUMMER 1295..ndf (CFW Internal) 3. 60MARY'S CREEK WRFPECDAI-PLUMMER APCF.pdf (CFW Internal) 4. 60MARY'S CREEK WRFPECDAI-PLUMMER FID Table (WCF 08.04.23).xlsx (CFW Internal) 5. 60MARY'S CREEK WRFPECDA1-PLUMMER MAP.Ddf (Public) 6. Entit,tlnformation-20230802-042856.Ddf (CFW Internal) 7. ORD.APP_60MARY'S CREEK WRFPECD A1-PLUMMER 56022 AO23(r3).docx (Public) 8. PBS CPN C01239.Ddf (CFW Internal) 9. Res.60MARY'S CREEK WRFPECDAI-PLUMMER.docx (Public) 60MARY'S CREEK WRFPECDA I -PLUMMER FID Table 1&2 56022 0700430 5330500 C01239 C01930 I 9999 $5,057,498.00 To Pay Engineering Company 3 56022 0700430 5310350 C01239 C01930 I 9999 $23,690.00 Soil Lab - TPW Staff Costs 3 I 56022 I 0700430 I 5330500 1 C01239 I C01930 I 9999 I $71,070.001Soil Lab -Consultant