HomeMy WebLinkAboutContract 56501-A2CSC No. 56501-A2
AMENDMENT No . 2
TO CITY SECRETARY CONTRACT No. 56501
WHEREAS, the City of Fort Worth (CITY) and CDM Smith, Inc., (ENGINEER)
made and entered into City Secretary Contract No. 56501, (the CONTRACT)
which was authorized M&C 21-0767 on the 28th day of September, 2021, in
the amount of $3,099,361.00; and
WHEREAS, the CONTRACT was subsequently revised by: Amendment No.1 in
the amount of $3,712,425.00 authorized by M&C 23-0408 on May 23rd, 2023;
and
WHEREAS, the CONTRACT involves engineering services for the following
project:
Village Creek Water Reclamation Facility Primary Clarifiers
Improvements, CPN 103295; and
WHEREAS, it has become necessary to execute Amendment No.2 to the
CONTRACT to include an increased scope of work and revised fee.
NOW THEREFORE, CITY and ENGINEER, acting herein by and through their
duly authorized representatives, enter into the following agreement, which
amends the CONTRACT:
1.
Article I of the CONTRACT is amended to include the additional
engineering services specified in proposal attached hereto and incorporated
herein. The cost to City for the additional design services to be performed
by Engineer totals $1,505,171.00.
2.
Article II of the CONTRACT is amended to provide for an increase in
the fee to be paid to Engineer for all work and services performed under
the Contract, as amended, so that the total fee paid by the City for all
work and services shall be an amount of $6,650,596.00.
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
City of Fort Worth, Texas VCWRF Clarifiers Replacement Phase 1
Prof Services Agreement Amendment Template CPN 103295
Revision Date: 12/08/2023
Page 1 of 2
EXECUTED and EFFECTIVE as of the date subscribed by the City's
designated Assistant City Manager.
APPROVED:
City of Fort Worth
cl-�4� ---)
Jesica McEachern
Assistant City Manager
03/13/2025
DATE:
ATTEST:
Jannette Goodall
City Secretary
APPROVAL RECOMMENDED:
Christopher Hader (Mar 6, 2025 14:29 CST)
dp40pQ
p �OF ��RtoO
d
o
p�o -Id
°coo osg
°o °mod
a T o000o p
�buaaoa9
Christopher Harder, P. E.
Director, Water Department
Contract Compliance Manager:
ENGINEER
CDM Smith, Inc.
Jessica Veach
Client Services Leader
DATE. 03/03/2025
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.
Fo-iri do Gov�e�ya, 3 / 4 / 2 5
Farida Goderya, P.E.
Sr Project Manager
APPROVED AS TO FORM AND LEGALITY:
Douglas Black (Mar 7, 2025 16:26 CST)
Douglas W. Black
Sr. Assistant City Attorney
City of Fort Worth, Texas
Prof Services Agreement Amendment Template
Revision Date: 12/08/2023
Page 2 of 2
M&C No.#: 25-0142
M&C Date: February 25, 2025
Form 1295: 2024-1236975
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
VCWRF Clarifiers Replacement Phase 1
CPN 103295
AMENDMENT NO.2
ENGINEERING SERVICES FOR
VCWRF PRIMARY CLARIFIER IMPROVEMENTS PROJECT
CONSTRUCTION PHASE SERVICES
CITY PROJECT NO.: 103295
AMENDMENT NO. 2
ATTACHMENT A
REVISION 2
Scope for Enaineerina Related Services for Wastewater Treatment Plant Improvements
ENGINEERING SERVICES FOR
VILLAGE CREEK WATER RECLAMATION FACILITY
PRIMARY CLARIFIER IMPROVEMENTS PROJECT
CONSTRUCTION PHASE SERVICES
CITY PROJECT NO.: 103295-A2
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.
PROJECT DEFINITION AND BACKGROUND
The Fort Worth Water Village Creek Water Reclamation Facility (VCWRF) Primary Clarifier
Improvements Project "the Project" includes proposed improvements to the plant's existing
infrastructure and modifications/construction of additional infrastructure for primary clarifier
improvements. The original contract included Phase I evaluation and preliminary design
report and 30% design drawings. Amendment 1 included final design and bid phase
services. This Amendment 2 includes additional design phase services for additional CITY
requested design items and construction phase services based on a 39-month construction
period and a 3-month post -construction period.
The following scope of work clarifies and describes the project tasks completed by the
ENGINEER as additional scope of work requested under Phase II Final Design Phase and
tasks to be performed and completed by the ENGINEER as part of Phase III Construction
Phase Services for the Project.
Upon receipt of notice to proceed, ENGINEER will provide construction administration
services during construction.
WORK TO BE PERFORMED
PHASE II — FINAL DESIGN SERVICES
Task 2.4 Final Design
PHASE III — CONSTRUCTION PHASE SERVICES
Task 3.1 Construction Administration
Task 3.2 Coordination with CM
Task 3.3 Standard Operating Procedures
Task 3.4 Levee Certification Record Data Collection
Page 1 of 9
AMENDMENT2
ENGINEERING SERVICES FOR
VCWRF PRIMARY CLARIFIER IMPROVEMENTS PROJECT
CONSTRUCTION PHASE SERVICES
CITY PROJECT NO.: 103295
PHASE II — FINAL DESIGN SERVICES
Task 2.4 FINAL DESIGN
ENGINEER provided additional design scope of work under Phase II at the request of the
CITY as follows.
• Primary Effluent Pump Station 2 (PEPS2) Bypass to Aeration Basins (ABs) 9-13 —
development of hydraulic calculations and evaluation to verify diversion of PEPS 2
flow to AB 9-13 is a possible solution for flow management during construction.
• Primary Clarifier 15 and 18 Launder Cover Replacement — development of added
plans and specifications to replace existing launder covers, weirs and baffles, and
concrete launder protective coatings.
• Primary Effluent Pump Station 1A and 1 B Structural Rehabilitation —development of
added plans and specifications to provide wet well concrete repair and protective
coatings.
Phase III CONSTRUCTION PHASE SERVICES
ENGINEER will support the construction phase of the project as follows.
TASK 3.1 CONSTRUCTION ADMINISTRATION
3.1.1 Project Management
ENGINEER will perform project management duties throughout the Construction Services
Phase of the Project based on the construction duration stated above.
General Project Management
• Lead, manage and direct ENGINEER'S project team activities.
• Review project budget and schedule weekly and communicate internally among
team members regarding task budget status.
• Review project monthly and assess risk, budget, schedule, out of scope items, on -
time delivery metrics, submittal review and RFI status.
• Task and allocate team resources.
Communications and Reporting
• Prepare and submit invoices and progress reports monthly in the format requested
by the CITY.
• Complete Monthly M/WBE Report Form and Final Summary Payment Report Form
at the end of the project.
Task 3.1.1 Work Products
• Monthly invoices and Progress Reports
Page 2 of 9
AMENDMENT2
ENGINEERING SERVICES FOR
VCWRF PRIMARY CLARIFIER IMPROVEMENTS PROJECT
CONSTRUCTION PHASE SERVICES
CITY PROJECT NO.: 103295
3.1.2 Meetings
ENGINEER will attend one pre -construction meeting with the CITY, Construction
Manager (CM), Contractor, and their Subcontractors. ENGINEER's Project Manager,
Project Coordinator, and one Engineer representing each of the following design
disciplines will be in attendance: civil, geotechnical, structural, and process -
mechanical. ENGINEER assumes pre -construction meeting will be in -person at
VCWRF and 2 hours in duration exclusive of travel time.
ENGINEER will attend monthly construction progress meetings with the CITY, CM,
Contractor and their Subcontractors. ENGINEER's Project Manager and
ENGINEER's Project Coordinator will attend up to 39 monthly progress meetings.
One representative, each for civil, structural, geotechnical, process mechanical,
electrical and instrumentation disciplines will attend up to 12 monthly progress
meetings, with meeting attendance determined by the corresponding work of the
forthcoming month. ENGINEER assumes monthly meetings will be in person at
VCWRF and 2 hours in duration exclusive of travel time.
ENGINEER will attend up to five I&C coordination meetings with PCSS. I&C
coordination meetings will generally follow the monthly progress meetings.
ENGINEER's Project Manager and up to two persons from instrumentation discipline
will attend meetings. ENGINEER assumes meetings to be in person at VCWRF and
1 hour in duration exclusive of travel time.
Task 3.1.2 Assumptions
• ENGINEER assumes CM will conduct meetings and prepare meeting agenda and
minutes. ENGINEER will prepare submittal and RFI log. ENGINEER assumes PCSS
will conduct I&C coordination meetings and prepare meeting agenda and minutes.
Task 3.1.2 Work Products
• RFI and Submittal Logs for monthly progress meetings (pdf format)
3.1.3 Site Visits and Inspections
ENGINEER will make up to 6 site visits, excluding site visits specified in Tasks 3.1.2,
to the project site to observe the progress and quality of various aspects of the
construction work for the Project. Site visits shall be up to 2 hours in duration
excluding travel time.
Limits of Responsibility: The purpose of site visits will be to enable ENGINEER to
carry out the duties and responsibilities assigned and undertaken by ENGINEER
during the Construction Phase, and, in addition, by the exercise of ENGINEER's
efforts as an experienced and qualified design professional, to provide the CITY
with a greater degree of confidence that the completed work will conform to the
Contract Documents and that the Contractor and its Subcontractors have
implemented and maintained the integrity of the design concept of the completed
Project as a functioning whole as indicated in the Contract Documents.
ENGINEER will not, during such visits or as a result of such observations of the
Page 3 of 9
AMENDMENT2
ENGINEERING SERVICES FOR
VCWRF PRIMARY CLARIFIER IMPROVEMENTS PROJECT
CONSTRUCTION PHASE SERVICES
CITY PROJECT NO.: 103295
contractor's work in progress, supervise, direct, or have control over the
Contractor or its Subcontractor's work, nor shall ENGINEER have authority over
or responsibility for the means, methods, techniques, sequences, or procedures
of construction selected or used by the Contractor, for security or safety on the
site, for safety precautions and programs incident to the Contractor's or its
Subcontractors work, nor for any failure of the Contractor or its Subcontractors to
comply with Laws and Regulations applicable to the Contractor furnishing and
performing the work.
3.1.4 Shop Drawing Submittal Review
ENGINEER will review shop drawings, related data submittals, product samples, and
O&M submittals. All shop drawing submittal review comments will be uploaded to
City's e-Builder system. ENGINEER will perform technical and functional review of
up to 529 shop drawings and other related submittals, resubmittals, and O&M
Manuals. ENGINEER will make every effort to review shop drawings and return
within 21 days, except where review is delayed for coordination with subsequent
submittals. Per specification section 01 33 00, submittals will be returned within 30
calendar days following receipt of submittal by the ENGINEER. It is presumed that
the Contractor's CPM schedule shall include a review duration of 30 days per section
01 3300.
The following table includes the number of anticipated submittals, resubmittals, O&M
Manuals by discipline used as a basis of this scope of work.
00 & 01 — General Requirements
54
6
60
02 — Existing Conditions
4
1
5
03 - Concrete
41
10
51
04 - Masonry
5
2
7
05 - Metals
24
6
30
06 — Wood, Plastics, and
6
2
8
Composites
07 — Thermal and Moisture
27
6
33
Protection
08 - Openings
5
2
7
09 - Finishes
5
2
7
10 - Specialties
4
1
5
22 - Plumbing
12
3
2 17
23 - HVAC
20
6
5 31
26 - Electrical
26
8
11 45
31 - Earthwork
5
1
6
32 — Exterior Improvements
12
1
13
33 - Utilities
43
12
55
Page 4 of 9
40 - Process Interconnections
I&C/Automation
Process -Mechanical
41 — Bridge Cranes
43 — Process Gas and Liquid
Handling, Purification and Storage
Equipment
46 — Water and Wastewater
Equipment
Total
AMENDMENT2
ENGINEERING SERVICES FOR
VCWRF PRIMARY CLARIFIER IMPROVEMENTS PROJECT
CONSTRUCTION PHASE SERVICES
CITY PROJECT NO.: 103295
15
4
5
24
40
12
25
77
4
1
1
6
9
3
6
18
12
4
8
24
373
93
63
529
Task 3.1.4 Assumptions
• ENGINEER will receive submittal notifications from e-Builder and distribute to design
team for review. ENGINEER will upload submittal review comments to web based
electronic document control and submittal management system.
• CM or CONTRACTOR will manage web based electronic document control and
submittal management system and will distribute submittals to ENGINEER for
review.
Task 3.1.4 Work Products
• Submittal review response (.pdf format)
3.1.5 Test Reports
ENGINEER will review construction material test reports submitted by the
CONTRACTOR that are nonconforming with specifications. ENGINEER assumes up
to 25 test reports will be submitted for review.
Task 3.1.5 Assumptions
• ENGINEER assumes CM will review all test reports submitted by CONTRACTOR
and will notify ENGINEER nonconforming test reports to review. CM or
CONTRACTOR will manage web based electronic document control and submittal
management system and will distribute test reports to ENGINEER for review.
3.1.6 Request for Information (RFIs)
ENGINEER make clarifications and interpretations of the Contract Documents.
ENGINEER will respond to up to 200 RFIs. All RFI responses will be uploaded to e-
builder.
Task 3.1.6 Assumptions
• ENGINEER assumes CM or CONTRACTOR will manage web based electronic
document control and RFI management system and will distribute RFIs to
Page 5 of 9
AMENDMENT2
ENGINEERING SERVICES FOR
VCWRF PRIMARY CLARIFIER IMPROVEMENTS PROJECT
CONSTRUCTION PHASE SERVICES
CITY PROJECT NO.: 103295
ENGINEER for review. ENGINEER will upload RFI responses to web based
electronic document control and submittal management system.
Task 3.1.6 Work Products
• RFI Responses (pdf format)
3.1.7 Field Order/Change Orders
ENGINEER will issue and/or review up to 25 Field Orders and/or Change Orders
requested by the Contractor. When clarifications or interpretations result in a change
cost or schedule, ENGINEER will review cost estimates and prepare documentation
for change orders. When clarifications or interpretations result in a no -cost change
order, ENGINEER will prepare documentation for field order changes.
Task 3.1.7 Assumptions
ENGINEER assumes CM or CONTRACTOR will manage documents on e-Builder and
field order/change order management system. Providing services to review or evaluate
construction contractor(s) claim(s), supported by causes not within the control of
ENGINEER are an Additional Service. Investigations, analyses, studies or design for
substitutions of equipment or materials, corrections of defective or deficient work of the
contractor or other deviations from the construction contract documents requested by
the contractor and approved by the ENGINEER or CITY are Additional Service.
Substitutions of materials or equipment or design modifications requested by the CITY
are an Additional Service.
3.1.8 Instrumentation Witness Factory Test and Functional Demonstration Testing
ENGINEER will provide instrumentation and control system coordination and witness
factory and functional demonstration testing during construction. Testing will include
the Witness Factory Tests, Functional Demonstration Tests, and I&C assistance
during construction. It is assumed that up to two, 8-hour days of factory testing, and
one 8-hour day of functional testing will be provided, with one lead instrumentation
engineer in attendance.
3.1.9 Start -Up and Operations
ENGINEER will review Contractor's commissioning, start-up, and testing plan and
report to CITY.
ENGINEER will provide up to 164 hours of on -site assistance during plant start-up.
3.1.10 Substantial and Final Completion Walkthrough
ENGINEER will participate in substantial completion and final completion inspections
with the CITY, CM, and Contractor and assist with preparation of substantial
completion punch list. Each walkthrough shall be 2-hr duration exclusive of travel
time and punch list preparation.
Task 3.1.10 Work Products
• Substantial completion punch list (.xlsx format).
3.1.11 Record Drawings
Page 6 of 9
AMENDMENT2
ENGINEERING SERVICES FOR
VCWRF PRIMARY CLARIFIER IMPROVEMENTS PROJECT
CONSTRUCTION PHASE SERVICES
CITY PROJECT NO.: 103295
ENGINEER will prepare Record Drawings from information provided by the
Contractor depicting any changes made to the Final Drawings during construction.
The following information will be provided by the Contractor:
• As -Built Survey
• Red -Line Markups from Contractor in electronic (PDF) format
• Copies of Approved Change Orders and Field Orders, annotated and referenced
into the red line markups.
ENGINEER will modify the Final Drawings electronically and will place a stamp on
the plans indicating that they represent Record Drawings of the project as
constructed.
The following disclaimer will be included with the Record Drawing stamp:
• These Record Drawings were prepared using information provided by others and
represent the as constructed conditions to the extent that documented changes
were provided for recording. The ENGINEER assumes no liability for
undocumented changes and certifies only that the documented changes are
accurately depicted on these drawings.
ENGINEER will submit a set of Final Drawings, modified and stamped as Record
Drawings for record storage. The ENGINEER may keep copies of the information
provided by the CITY for their files, but all original, red -lined drawings will be returned
to the CITY.
Record Drawings will also be submitted in .pdf format. There will be one (1) .pdf file
for the Project. Each .pdf file will contain all associated sheets of the particular plan
set. Sinqular PDF for each sheet of a plan set will not be accepted..pdf files will
be uploaded to the project's Record Drawings folder in e-Builder.
Task 3.1.11 Work Products
• Final Record Drawings (.pdf format)
TASK 3.2 COORDINATION WITH CONSTRUCTION MANAGER TEAM
ENGINEER assumes CM services will be provided by others under separate contract with
City. The CITY's CM will serve as the project facilitator, coordinating the flow of information
between ENGINEER, CITY, and the CONTRACTOR. ENGINEER shall coordinate with the
CM on the following items.
- ENGINEER shall make clarifications and interpretations of the Contract Documents
to the CM.
- ENGINEER shall coordinate with CM to review the CONTRACTOR's monthly
payment applications.
- ENGINEER shall coordinate with CM to review the CONTRACTOR's monthly
progress schedule updates.
TASK 3.3 STANDARD OPERATING PROCEDURES (SOPS)
Page 7 of 9
AMENDMENT2
ENGINEERING SERVICES FOR
VCWRF PRIMARY CLARIFIER IMPROVEMENTS PROJECT
CONSTRUCTION PHASE SERVICES
CITY PROJECT NO.: 103295
ENGINEER shall update existing and prepare new Standard Operating Procedures (SOPs)
as applicable and related to the incorporation of the Project. The following existing SOPs will
be updated to include the improvements from the Project.
Influent Flow:
- INFL 01.001 - Influent Flow Process
- INFL 02.001 - Flumes
Primary Treatment:
- PRIM 01.001 — Primary Clarification
- PRIM 02.001 — Primary Clarifiers 1-6
- Primary Sludge Pump Station 1
- Scum Pumps 1,2 and 4
Odor Control:
- ODOR 02.001 Odor B
The updated SOPs will include the following information.
- Description of process, including diagrams and equipment list
- Operation of primary clarifiers
- Starting, stopping, and backwashing primary sludge pumps
- Starting, stopping, and backwashing scum pumps
- Equipment List
- Drawings
- Equipment Photos
Task 3.3 Work Products
• SOPs (.doc and .pdf format)
TASK 3.4 LEVEE CERTIFICATION RECORD DATA COLLECTION
ENGINEER will provide the following services in conjunction with gathering data for future
VCWRF levee certification efforts:
3.4.1 Levee Observation Site Visits
For the duration of open excavation within 100 feet of the toe of the levee,
ENGINEER will provide observations that the designated As -built levee width has not
been modified, penetrated or breached, except as submitted via shop drawings by
the Contractor during performance of the work. ENGINEER will perform weekly
observations during excavation activities (including shoring and dewatering
installation activities), bi-weekly observations while the excavations remain open,
and monthly thereafter. ENGINEER's observations during construction include that
excavation limits, as shown in the applicable approved shop drawings, have not
been exceeded, that levee earthen or structural reinforcing elements that have been
submitted via shop drawings are implemented during construction to prevent levee
damage or breach, and that any elements needed to maintain the levee condition
(e.g. shoring) remain in -place for flood protection.
Page 8 of 9
AMENDMENT2
ENGINEERING SERVICES FOR
VCWRF PRIMARY CLARIFIER IMPROVEMENTS PROJECT
CONSTRUCTION PHASE SERVICES
CITY PROJECT NO.: 103295
Task 3.4.1 Assumptions
• ENGINEER assumes up to 39 levee observation site visits to the site will be
required. Site visits shall be 2-hr in duration exclusive of travel time. Visits to the site
for levee observations in excess of the specified number may be considered
ADDITIONAL SERVICES.
3.4.2 Review of Field Reports
Confirm that field reports documenting construction within 100 feet of the toe of the
levee embankment are up to date and of sufficient detail to provide verification of
construction activities near the levee. Coordinate with design and CM team on
observations and develop plan of action as needed.
3.4.3 Final Report
Provide final memorandum summarizing the levee observations collected during
construction, including ground surface surveyed elevations (performed by the
Contractor per Specification 31 09 00) that the levee, if altered during construction,
has been returned to pre -construction elevations. Based on quality of data provided
by the Contractor, any additional topographic survey required in addition to the data
collected and submitted by the Contractor may be considered ADDITIONAL
SERVICES.
Task 3.4 Work Products
• Final Levee Observations Memorandum (.pdf format)
Page 9 of 9
EXHIBIT B
ENGINEERING FEE DEVELOPMENT
FOR
VCWRF Primary Clarifier Improvements
City Project No. 103295
Amendment
REV2
BASIC SEES --
-��--��----_-_--M_
3.1 Construction Atlminislration
42 519 111
311 139
0 111 111 311 111 463 111 91 211 111 21 1311
1138,191
112.1.
$11,381
E1,248,588
Project Management
42 22]
84 353
:999,372
$101,705
$40,035
$14,590
$1,751
$163,544
Meetings
94 22
36
24 12 24 117 329
$69,554
$12,054
$4,445
$569
$88,272
Site Visits and lnspectbns
12 12
12
] 30 16 8 12 109
$22,164
$4,611
$5,040
$115
$33,604
Shop Dewing Sobml6al Review
39 345
1116 110
85 1 1]8 1. 295 166 6]6 24]4
$415,260
$33,042
$14,200
$7,813
$4]5,039
Test Repods
15
20 35
$5,051
$1,785
$6,560
$.1
$20,0Is
RFIs
131 111
131 67
12 16 68 fib 60 39 82 934
$188,314
$9,160
$23,967
$3,435
$228,229
-1d OM -hang. OMem
27 18
2]
5 2 4 2 3 5 5 27 123
$1,113
$4]0
$3%44
WFT ad FDT
98 98
:30,036
$1],550
174
$306
$1],856
Start -Up and Operabons
40 80
20
8 18 164
Is"
$],220
$612
$44,02
Sobslant.l and Final Completion Walkthmogh
12
18 32
11 18 127
$23,]OB
$5.552
$1,]00
$384
$32.O67
RemM Drewm
24
20 60
8 8 19 28 92 212 623
$89"'
$142]8
$1,660
$1,5]8
$108,928
1.2 Coordination with CM Team
169 80
257
$69,197
$2,189
171,911
3.3 SOP.
40
49
30 20 40 110
$39,649
$18A19
$681
560,591
3,4 Levee Certliciation Recortl Data Collection
331 331
$11,431
$1,4]]
566,915
�r
City of Fort Worth, Texas
Mayor and Council Communication
DATE: Tuesday, February 25, 2025 REFERENCE NO.: **M&C 25-0142
LOG NAME: 60VCWRFPCLARIFIERA2-CDM
SUBJECT:
(CD 5) Authorize Execution of Amendment No. 2 in the Amount of $1,505,171.00 to an Engineering
Agreement with CDM Smith, Inc., for a Revised Amount of $6,650,596.00, for the Engineering Support
Services During Construction, for the Village Creek Water Reclamation Facility Primary Clarifiers
Replacement Phase 1 Project and Adopt Appropriation Ordinance to Effect a Portion of Water's
Contribution to the Fiscal Years 2025-2029 Capital Improvement Program
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize execution of Amendment No. 2 in the amount of $1,505,171.00 to City Secretary Contract
No. 56501, an Engineering Agreement with CDM Smith, Inc., for the engineering support services
during construction of the Village Creek Water Reclamation Facility Primary Clarifier Replacement
Phase 1 project for a revised contract amount of $6,650,596.00; and
2. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the
W&S Rev Bonds Series 2022 Fund by increasing estimated receipts and appropriations in the
Village Creek Water Reclamation Facility Primary Clarifiers Replacement Phase 1 project (City
Project No.103295) in the amount of $1,505,171.00 and decreasing estimated receipts
and appropriations in the Unspecified All -Funds project (City Project No. UNSPEC) by the same
amount to affect a portion of Water's Contribution to the Fiscal Years 2025-2029 Capital
Improvement Program.
DISCUSSION:
Village Creek Water Reclamation Facility (VCWRF) currently has 18 primary clarifiers, consisting of 12
small 80-foot diameter clarifiers and 6 large 160-ft diameter clarifiers, located in the southeast corner of
the plant. The 12 small primary clarifiers, which were constructed in 1956, 1963, and 1971, have outlived
their useful lives and are in need of replacement.
On September 28, 2021, Mayor & Council Communication (M&C) 21-0767 the City Council authorized an
engineering agreement with CDM Smith, Inc., (City Secretary Contract No. 56501) in the amount of
$1,433,000.00 for process evaluation, technical memos, preliminary design, cost estimates, and
assessment of additional/improvement infrastructure necessary for the replacement of Primary Clarifiers
1-12. The agreement was subsequently revised by Amendment No. 1 in the amount of $3,712,425.00,
authorized by the City Council on May 23, 2023 (M&C 23-0408) to complete the final design, including
plans and specifications for the replacement of the 12 small 80-foot Primary Clarifiers and necessary
improvements along with additions to the infrastructure.
Amendment No. 2 provides for the engineering support services during construction of the new primary
clarifiers, including shop drawings, submittals, change orders review, record drawings and updating the
plant operational manual.
CDM Smith, Inc., is proposing to perform the necessary engineering design work for the VCWRF Primary
Clarifier Replacement for a fee not to exceed $1,505,171.00. Staff considers this fee to be fair and
reasonable.
This project will have no impact on the Water Department's operating budget when complete.
It is the practice of the Water Department to appropriate its CIP plan throughout the fiscal year (FY),
instead of within the annual budget ordinance, as projects commence, additional funding needs are
identified, and to comply with bond covenants. The actions in the M&C will amend the City of Fort Worth's
Fiscal Year 2025-2029 Capital Improvement Program as follows:
60VCWRFPCLARIFIERFDA2-CDM
Capital
project
FY2025 CIP Budget Change Revised
Fund
Name
Appropriations Authority (Increase/Decrease)
Name
Budget
Budget
56020
103295
VC
Rev
Primary
$0.00 This M&C $1,505,171.00 $1,505,171.00
Bonds
Clarifies
Series
REPLPH1
2022
Funding is budgeted in the Unspecified All -Funds project within the W&S Rev Bonds Series 2022 Fund for
the purpose of funding the Village Creek Water Reclamation Facility Primary Clarifiers Replacement
Phase 1 project.
Funding for the Village Creek Water Reclamation Facility Primary Clarifiers Replacement Phase 1 project:
Fund
WS Capital
Project 2020 —
Fund 56018
W&S Rev
Bonds Series
2022- Fund
56020
Fund 56022 —
W&S Rev
Bond Series
2024
Fund 56023 —
W&S
Commercial
Paper
W&S Rev
Bonds Series
2024B —Fund
56024
Sewer Impact
Fee— Fund
57003
Existing Additional project Total*
Appropriations Appropriations
$1,839,596.94 $0.00 $1,839,596.94
$1,623,300.00 $1,505,171.00 $3,128,471.00
$4,035,605.00
$30,676,608.36
$57,000,000.00
$11, 068,124.00
Project Total 1 $106,243,234.30
$0.00 $4,035,605.00
$0.00 $30,676,608.36
$0.00 $57,000,000.00
$0.00 $11,068,124.00
$1,505,171.00 1$107,748,405.30J
*Numbers rounded for presentation purposes.
Business Equity: CDM Smith, Inc., agrees to maintain its initial M/WBE commitment of 10 percent that it
made on the original agreement and extend and maintain that same M/WBE commitment of 10 percent to
this amendment. Therefore CDM Smith, Inc. remains in compliance with the City's M/WBE Ordinance and
attests to its commitment by its signature on the Acceptance of Previous M/WBE Commitment form
executed by an authorized representative of its company.
The project is located in COUNCIL DISTRICT 5 and serves all Council Districts.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are currently available in the Unspecified All -Funds project
within the W&S Rev Bonds Series 2022 Fund and upon approval of the above recommendations and
adoption of the attached appropriation ordinance, funds will be available in the W&S Rev Bonds Series
2022 Fund for the VC Primary Clarifier REPL PH1 project to support the approval of the above
recommendations and execution of the agreement. Prior to any expenditure being incurred, the Water
Department has the responsibility of verifying the availability of funds.
FUND IDENTIFIERS (FIDs):
TO
Fund Department Account
Project ProgramActivity
Budget
Reference # Amount
ID
ID
Year
(Chartfield 2)
FROM
Fund Department Account
Project ProgramActivity
Budget
Reference # Amount
ID
ID
Year
(Chartfield 2)
CERTIFICATIONS:
Submitted for City Manager's Office by_ William Johnson (5806)
Originating Department Head: Chris Harder (5020)
Additional Information Contact: Farida Goderya (8214)
ATTACHMENTS
1. 60VCWRFPCLARIFIERA2-CDM Form 1295.pdf (CFW Internal)
2. 60VCWRFPCLARIFIERA2-CDM funds avail.docx (CFW Internal)
3. 60VCWRFPCLARIFIERA2-CDM MAP.pdf (Public)
4. 60VCWRFPCLARIFIERA2-CDM MWBE APCF.pdf (CFW Internal)
5. 60VCWRFPCLARIFIERP1 FD-CDM FID Table (WCF 01.13.25).xlsx (CFW Internal)
6. Entitvinformation CDM Smith.pdf (CFW Internal)
7. ORD.APP 60VCWRFPCLARIFIERA2-CDM 56020 A025(r2) (1).docx (Public)
8. PBS CPN 103295.pdf (CFW Internal)
60VCWRFPCLARIFIERA2-CDM FID Table
3
3
3
56020 0700430 14905147
56020 0600430
56020 0700430
3 56020
3 56020
0600430
mnnaan
103295
UNSPEC
103295
4905147 UNSPEC UNSPEC
4905147 103295 001430
2025
2025
2025
9999
9999
$1,505,171.00
($1,505,171.00)
$1,505,171.00
$1,505,171.00
($1,505,171.00)
$1,505,171.00 To pay Engineering Company
Az
J- -