Loading...
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- -