HomeMy WebLinkAboutContract 56537-A2CSC No. 56537-A2
AMENDMENT No . 2
TO CITY SECRETARY CONTRACT No. 56537
WHEREAS, the City of Fort Worth (CITY) and Gupta & Associates, Inc.,
(ENGINEER) made and entered into City Secretary Contract No. 56537, (the
CONTRACT) which was authorized M&C 21-0768 on the 28th day of September,
2021, in the amount of $1,198,900.00; and
WHEREAS, the CONTRACT was subsequently revised by: Amendment No.l in
the amount of $40,240.00 administratively authorized on November 2nd, 2022;
and
WHEREAS, the CONTRACT involves engineering services for the following
project:
Phase III of the Electrical Improvements at the Village Creek Water
Reclamation Facility, CPN 103323; 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 $ 999, 826. 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 $2,238,966.00.
OFFICIAL RECORD
CITY SECRETARY
3. FT. WORTH, TX
All other provisions of the Contract, which are not expressly amended
herein, shall remain in full force and effect.
City of Fort Worth, Texas Phase III of the Electrical Improvements at the VCWRF
Prof Services Agreement Amendment Template CPN 103323
Revision Date: 12/08/2023
Page 1 of 2
EXECUTED and EFFECTIVE as of
designated Assistant City Manager.
APPROVED:
City of Fort Worth
Jesica McEachern
Assistant City Manager
DATE: 07/02/2025
a'Fo� FORTh,O9dd
ATTEST:
o°nu aeza5a44
C
Jannette Goodall
City Secretary
APPROVAL RECOMMENDED:
CG��is�onl�e� l�gr�le�
Christopher Harder (Jun 23, 2025 16:42 CDT)
Christopher Harder, P. E.
Director, Water Department
Contract Compliance Manager:
the date subscribed by the City's
ENGINEER
Gupta & Associates, Inc.
�r eet 0"PP a
Puneet Gupta, P.E.
Vice President
DATE: 06-23-2025
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.
Suzy Abbe, P.E.
Project Manager
APPROVED AS TO FORM AND LEGALITY:
Douglas Black (Jun 24, 2025 11:52 CDT)
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.#: 25-0505
M&C Date: June 10, 2025
Form 1295: 2025-1301908
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Phase III of the Electrical Improvements at the VCWRF
CPN 103323
04/28/2025
GAIGupta & Associates, Inc
CONSULTING ENGINEERING
13717 Neutron Road
Dallas, TX 75244
Tel: 972-490-7661
Ms. Suzanne Abbe, PE
City of Fort Worth Water Department
Subject: Village Creek Water Reclamation Facility Phase III Electrical and Switchgear Improvements
Project; CPN-103323; CSC #56537 —Amendment No. 2
Dear Ms. Abbe,
Based on feedback from the City of Fort Worth there are additional items that are needed to be
addressed at the Village Creek WRF. The following items are required:
1. Evaluation/30% design of the main switchgear (EDS) replacement and street feeder
replacements.
2. Design backup generator to allow for black start of turbine generators.
3. Design Odor B MCC replacement.
Detailed scope and fee is attached.
The status of the project is as follows:
Original Contract Amount $1,198,900
Total Authorized Amendment(s) $40,240
Amendment No. 2 $999,826
Revised Contract Amount $2,238,966
We appreciate the City of Fort Worth giving us the opportunity to provide additional design services.
Sincerely,
Puneet Gupta, PE
CC: Andrew Reed, PE
George Luke, PE
V.K. Gupta, PE
City of Fort Worth
Fort Worth Water Utilities
Village Creek Water Reclamation Facility
Electrical Distribution Improvements
Preliminary Evaluation
Engineering Services
Attachment A
Scope of Services
BACKGROUND
The Village Creek Water Reclamation Facility (VCWRF) is a 166MGD activated sludge
wastewater treatment system comprised of primary, secondary, and tertiary treatment; chlorine
disinfection; and dechlorination. Two-hour peak flow capacity is rated at 369MGD. The Plant
was initially placed in service in the 1950s as a 5MGD facility. It was expanded over time
including an expansion to 144MGD in 1988-1994 (25MGD Expansion Project), The Plant was
uprated to 166MGD based on the 1997 Village Creek Wastewater treatment Plant Uprating
Study, with initial construction contracts in 2002-2005. An 80MGD high rate clarification (HRC)
system was added during 2003-2005 to treat high influent flow events over 255MGD (in
accordance with current discharge permit).
The VCWRF electrical distribution and controls system consists of:
1. Dual 12,470V feeds throughout the Plant
2. Pad mounted 15KV switches
3. Substations for each process or facility
4. Substations have single or dual transformers
5. Secondary voltages are 480V, 2,400V
6. Primary selector switches allow connection of substations to either 12.47kV feeder.
7. Two 4MW turbine generators.
Much of the existing switchgear was installed in the 1970s and 1980s. All of the switchgear and
many of the motor control centers are installed outdoors. This equipment has been subjected to
hydrogen sulfide (H2S) corrosion and exposed to weather related deterioration. Other equipment
installed inside buildings do not have temperature control and are also subjected to corrosion
deterioration.
The main switchgear, EDS, which feeds the Plant is 12.47kV switchgear installed in a metal
enclosed building. The current EDS building was installed as part of the Phase IV-B Electrical
System Improvements between 1990 — 1992. The plant is fed by dual 12.47kV street feeders.
The original street feeders were installed as part of the 51 MGD expansion in 1970s. Since then
the feeder system has been expanded and repaired as needed but has not been replaced since
its original installation.
1 of 23
On October 25, 2023 the VCWRF experienced a significant event. Water is suspected to have
entered the main distribution switchgear from the back of the EDS building. The PT transformer
on Side A was damaged. This resulted in the circuit breaker fed from Utility Feeder A to be
unavailable, which limited the Plant to operate on Utility Feeder B and the turbines only.
In addition, the service water pump station is tied to Side A. Due to Side A being unavailable —
the service water pumps were not available (which provide cooling water for the Turbines)
subsequently causing the turbines to shut down.
Combination of the events resulted in a significant upset at the Plant and put the City at risk to
experience significant SSOs in the collection system.
To remedy the issue the City had to call a third -party vendor, Shermco, to investigate the issue
and find a replacement part. Due to the age of the equipment, the parts to repair the switchgear
were commercially unavailable. Shermco was able to "find" the required PT transformer and
repair the switchgear to resume normal operation.
The main electrical distribution, plant feeders, and backup power have never been evaluated
together at the Village Creek Water Reclamation Facility. These systems rely heavily on each
other to effectively operate. If any of these systems are a single point of failure or lack adequate
redundancy the reliability of the system is limited to the weakest point. The existing systems
have a series of challenges that include:
• EDS switchgear is at or nearing its useful life, experienced water damage and is a single
point of failure.
• The Plant feeder system is past its useful life, experienced failure and lacks the
redundancy needed for a Plant this size.
• Backup power relies on gas turbines that do not have the ability to black start in the event
of an outage.
In order to address these challenges, the following improvements are required:
• Replace the EDS switchgear.
• Replace the street feeder system.
• Add backup power for black start of turbines.
• Develop a phasing plan that effectively and efficiently replaces/improves the electrical
system while accommodating the capital improvements budget requirements.
Gupta and Associates, Inc. (GAI) will serve as the Prime Consultant and provide the project
management and perform both the electrical distribution, instrumentation and controls
engineering. The following firms will be sub -consultants with the following roles:
• JQ Infrastructure (JQI) — Structural Engineering
• CDM Smith (CDMS) — Civil, Mechanical and Architecture Engineering
• Survey
• SUE
• Geotech
2 of 23
ASSUMPTIONS
In developing the scope of work and associated task budgets discussed in this proposal, GAI has
made the assumptions outlined below:
• One Project Kickoff Meeting.
• GAI has not included any of the following in this proposal:
o Software licenses or hardware.
o Fire suppression.
o Time for factory witness testing for any mechanical equipment.
o Reverse engineering exiting PLC programs.
o Security or access control system design
o Power Systems Study
o The existing control strategy is assumed to be reused or updated only for the
relevant scope item.
o PLC Replacement
o P&IDs.
o Improvement to the electrical system downstream of street feeders.
o Fees associated with development or building permits
o Material Testing
o Geotechnical investigations. (related to preliminary design)
o Platting, topographic, boundary, or ALTA surveys.
o Deed and utility research.
o Easement documents.
o Subsurface Utility Engineering (SUE) to determine the location of existing utilities.
(related to preliminary design)
o Survey (related to preliminary design)
o Electrical and SCADA condition assessment.
o Structural analysis or modifications to existing structures
o Detailed erosion control plan or SWPPP will not be prepared.
o Site planning activities such as: site plan submittals, zoning, platting, etc
o Construction Phase
o Power company improvements
o Air Permitting
• FWWD will provide following the following in order to complete design:
3of23
o Existing drawings
o Existing one -line diagrams
o CADD backgrounds for site plan, electrical rooms and all process areas
o Geotechnical Reports (where required)
o Survey (where required)
o SUE (where required)
4 of 23
SCOPE OF WORK
BASIC SERVICES SECTION
SCOPE OF WORK
The following items are identified as the basic services scope items. Provide the electrical and
instrumentation & controls design required to support the improvements at the Village Creek
WRF.
The following scope is included as part of the preliminary design:
• Replace the EDS switchgear. This includes the following considerations:
o Location of the new EDS switchgear. The EDS building is located on East side
of the Plant. The building is located near the power company equipment.
Location of the new EDS building is intended to be located near the existing
building. This approach will allow both systems to remain in operation to
facilitate construction sequencing.
o Building material — consider a brick/mortar type of building. The existing building
is prefabricated metal enclosure. The existing structure is part of the cause of
the event that occurred. The new EDS building will be a traditional brick/mortar
electrical building. This approach will improve the longevity of the new
switchgear and protect it against the elements.
o Segregating Side A and B to limit single points of failure. The existing EDS
switchgear is a single lineup. This is limiting and creates a potential single point
of failure. The new EDS switchgear will be separated — similar in approach to
GDS switchgear. This approach will improve the reliability of the main
switchgear, allow for isolation, maintainability and add redundancy.
o Transfer system to connect turbines and/or additional backup power alternatives.
The existing TGDS gear connects the existing EDS switchgear. Reconnect the
existing TGDS to the new EDS switchgear, include provisions for additional
generators and evaluate the necessary controls for transfer between sources.
• Replace the street feeder system. This includes the following considerations:
o Consider multiple loops. The existing Plant is fed by two main street feeders A
and B. Plants this size should consider multiple loops to manage risk and
provide adequate reliability. Evaluate replacing the two loops with multiple loops
to refeed the existing selector switches. The existing selector switches (and
downstream equipment) are not part of this evaluation.
o Ductbank routing. Evaluate the identify the high level ductbank routing for the
new loops. The existing ductbanks and feeders will remain in service while the
new infrastructure is built. Existing ductbanks are not intended to be used for the
new infrastructure. Detailed routing into existing buildings and existing gear is
not evaluated as part of this evaluation.
o Limit/remove all below ground splices. Feeders that need to be extended, split or
fed to multiple sources should be done using appropriate electrical distribution
equipment above ground. Limit new splices in the manholes for the new
ductbank and feeders.
5of23
• SCADA evaluation is limited to control system improvements required to support the new
EDS switchgear.
• Develop a phasing plan that effectively and efficiently replaces/improves the electrical
system while accommodating the capital improvement budget requirements.
o Provide 30% level OPCC and work with Plant operations, CIP planning,
engineering, and other stakeholders to determine appropriate phasing as
required to meet the desired outcome.
The following scope is included in the final design phase:
• Improve backup power. This includes the following considerations:
o Effective approach to black start existing turbines. The existing turbine
generators cannot cold start. Evaluate adding diesel generators intended to
provide power to black start existing turbine generators. Evaluating the existing
turbine generators and/or existing TGDS switchgear is not part of this evaluation.
o Replace MCC -A and MCC-B (located as part of turbine building). Include the
automatic transfer system as part of the replacement.
■ Extend the pad to accommodate additional sections for transfer system.
o Install a new backup generator (approx. 500kw to 750kw). Connect generator to
MCC-A/B.
■ Generator sizing will be based on a Tier II generator (diesel)
■ Generator will be installed where existing (abandoned) fuel tanks are
located. Tanks will be demolished.
6of23
SPECIFIC REQUIREMENTS:
TASK 1.0 — PROJECT MANAGEMENT AND QA/QC
Obiective
To provide proactive project management for the work to be performed.
Methodoloav
Manage engineering staff and subconsultants to provide efficient completion of the Project.
Coordinate internal project instructions, work plan, and quality control procedures. Conduct
internal staff meetings, budget and schedule control, and coordinate project activities with the
Owner and the Engineer.
A number of meetings between GAI and FWWD will be conducted to ensure the project is moving
on schedule and in the right direction. These anticipated meetings are:
• Kickoff Meeting: GAI will conduct a Project Kickoff Meeting to review the goals, work
plan, and schedule for the project. Plans are for one, 4-hour kickoff meeting.
• Progress Meetings/Informal Design Meetings: GAI's project team will meet and
communicate with the team and sub -consultants to provide a forum to receive input and
feedback on design related issues, status and update of the design. Plans are for up to
twelve, 60-minute project meetings.
• Status Update with FWWD: GAI will meet and communicate with FWWD PM and Plant to
review the status of the project, discuss project progress, key action items, decision log
and upcoming activities. Plans are for up to six, 2-hour meetings.
Quality Assurance and Quality Control (QA/QC): GAI will conduct QA/QC throughout the
preliminary design phase. Project Manager and QA/QC lead will work together from the kickoff of
the project through the competition of the report to provide input on key technical issues and
complete quality reviews throughout project.
Prepare and develop a project schedule. GAI Project Manager will review the project status,
schedule and upcoming milestones, make updates and coordinate with FWWD Project Manager.
Deliverables
The following deliverables will be submitted to FWWD at the completion of the above listed
activities:
• Meeting Agenda
• Meeting Minutes
• A written response to FWWD's comments.
• Monthly Invoices and Activity Report
• Project Schedule
TASK 2.0 — PRELIMINARY DESIGN
Obiective
7 of 23
The goal of this task is to develop 30% level design for each scope item at VCWRF. The
preliminary designs will be considered 30% level of effort which includes one -line diagram high
level layouts, and an OPCC.
TASK 2.1 — Site Visits and Investigations
Obiectives
This task will involve a series of site visits and one-on-one discussions with FWWD staff to
review, document, and assess the conditions of the existing site and scope item.
Methodoloqv
Each site visit will focus on the major functional levels of the Plant to determine the best location
for the electrical building, switchgear, and major ductanks.
• Data Review — GAI will review existing facility record drawings and assessment reports.
• Staff Interview — GAI will meet with FWWD personnel to determine any known problems
related specifically to each system evaluated
• Field Inspections — GAI will inspect the facilities included in the scope of work.
The site visits will be conducted by GAI, accompanied by FWWD Operations and Maintenance
staff. The anticipation is that the team will visit the Plants up to 3 days outside of any design
review meetings.
Deliverables
The following deliverables will be submitted to FWWD at the completion of the above listed
activities:
• GAI will document any instructions given or any decisions made by FWWD personnel
during these site visits.
TASK 2.2 — Electrical and Instrumentation
Objective
This task will involve developing the basis of the electrical and I&C design required to support the
basic scope items.
Methodoloqv
• Develop preliminary one -line drawings and electrical layouts. Determine quantity and
locations of electrical distribution equipment, including switchgear and transformers for
new equipment installations. Prepare a preliminary layout of major electrical equipment.
Determine space requirements and locations for electrical equipment.
• Develop a preliminary site plan showing the preliminary routing of the new ductbanks and
feeder system. Site plan shall include routing and manhole locations. Detailed ductbank
sections and exact conduit number/size are not included in this evaluation.
• Develop 30% level OPCC for the specified improvements.
Deliverables
The following deliverables will be submitted to FWWD at the completion of the above listed
activities:
• Preliminary drawings and OPCC.
8 of 23
TASK 2.3 — Structural
Methodologv
• Develop 30% level OPCC for the specified improvements.
• Structural drawings are not required at this stage. Structural will be engaged to review
the alternatives and provide costs for purposes of evaluation and final budgeting.
Deliverables
The following deliverables will be submitted to FWWD at the completion of the above listed
activities:
• 30% level OPCC.
TASK 2.4 — Civil/Site Developments
Methodoloqv
• Develop preliminary site plan drawing and preliminary civil drawings including paving and
basic grading based on the new buildings and equipment.
• Develop 30% level OPCC for the specified improvements.
Deliverables
The following deliverables will be submitted to FWWD at the completion of the above listed
activities:
• Preliminary drawings and OPCC.
Task 2.5 — Building Architecture & Mechanical
Methodoloqv
• Develop 30% level OPCC for the specified improvements.
• Architecture and mechanical drawings are not required at this stage. Architecture and
mechanical will be engaged to review the alternatives and provide costs for purposes of
evaluation and final budgeting.
Deliverables
The following deliverables will be submitted to FWWD at the completion of the above listed
activities:
• 30% level OPCC.
TASK 2.6 — Preliminary Design
Methodoloqy
30% Design Submittal Review Workshop: After submitting, GAI will participate in a 4-hour
meeting to review the document with FWWD and answer any questions about the content. Once
GAI has received City's written review comments, GAI will prepare a formal response to each
written comment made by FWWD
Deliverables
The following deliverables will be submitted to FWWD at the completion of the above listed
activities:
9 of 23
• 30% Preliminary drawings
• OPCC
• Phasing Plan
• Formal report is not included.
TASK 3.0 — DESIGN PHASE
Obiectives
The task involves providing design for replacing MCC A/B and adding a new backup generator.
Methodoloqv
1. City shall provide direction on major equipment that shall be backed up on MCC A/B.
GAI shall coordinate with the City and document the final load requirements. GAI will
develop load criteria and provide preliminary generator sizing. Prior to progressing final
design, the design team will submit generator sizing for City review and approval.
2. Provide final design services of the electrical, I&C, HVAC, structural, and civil,
modifications to support the back-up power improvements.
a. Electrical, I&C/SCADA, structural, and civil plan drawings
b. Electrical, I&C/SCADA, structural, and civil specifications
3. Design submittals provided at 60% and 90% will be submitted for review by The City.
4. 60% Design Submittal Review Workshop: After submitting, GAI will participate in a 4-hour
meeting to review the document with FWWD and answer any questions about the
content. Once GAI has received City's written review comments, GAI will prepare a
formal response to each written comment made by FWWD.
5. 90% Design Submittal Review Workshop: After submitting, GAI will participate in a 4-hour
meeting to review the document with FWWD and answer any questions about the
content. Once GAI has received City's written review comments, GAI will prepare a
formal response to each written comment made by FWWD.
6. City Coordination Meetings: GAI's project team will attend up to two review/coordination
meeting with the City planning and engineering departments throughout the design
phase.
7. Site Visits: GAI's project team will plan to attend up to two site visits. Each site visit is
anticipated to be four hours each.
8. Fire Marshall Meeting: GAI's project team will attend up to one meeting with the City Fire
Marshall.
9. The design phase scope is based on scope of work described above. Additional items
identified during the site visit and design phase are not included.
10. The final 100% signed and sealed documents will incorporate all City's comments.
Deliverables
The following deliverables will be submitted to City included in the Design:
• 60% - Provide a full set of Plans and Specifications in PDF format.
10 of 23
• 90% - Provide a full set of Plans and Specifications in PDF format.
• 100% Signed and Sealed Set — Provide the final set of plans and specifications with all
Owner comments incorporated ready for Bid.
• Provide probable construction cost estimates at 60%, 90%, and 100%.
• Provide internal QA/QC for the work performed at each stage.
• Provide electronic copies of the drawings and specifications.
TASK 4.0 — BID PHASE
Obiectives
The following will be provided during the bidding phase:
• GAI will perform project administration services during the bid phase of the project.
• Assist in two Pre -Bid conferences and provide minutes along with staff briefings.
• Engineer will answer questions during the bidding phase.
• Prepare addendum as required
• Assist in evaluating bids and making recommendations for contract award. Provide
consultation on acceptability of the general contractors and proposed subcontractors.
Provide a written evaluation and recommendation for award that is signed by a registered
professional engineer.
TASK 5.0 — GEOTECHNICAL ENGINEERING
Objectives
Provide up to two borings at or near the proposed location of the generator.
TASK 6.0 — SURVEY AND SUBSURFACE UTILITY ENGINEERING
Obiectives
Provide survey and SUE at or near the proposed location of the generator.
11 of 23
Additional Services not included in the existinq 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:
• Negotiation of easements or property acquisition including temporary right -of -entries.
• Services related to development of the CITY's project financing and/or budget.
• Services related to disputes over pre -qualification, bid protests, bid rejection and re-
bidding of the contract for construction.
• Inspection services
• Design phase public meetings
• Performance of materials testing or specialty testing services.
• Services necessary due to the default of the Contractor.
• Services related to damages caused by fire, flood, earthquake or other acts of God.
• Services related to warranty claims, enforcement and inspection after final completion.
• Services related to submitting for permits (ie.TxDOT, railroad, etc...)
• Services related to Subsurface Utility Engineering Levels A, B, C or D
• Services related to Survey Construction Staking
• Services related to acquiring real property including but not limited to easements, right-of-
way, and/or temporary right -of -entries.
• Services to support, prepare, document, bring, defend, or assist in litigation undertaken
or defended by the CITY. Performance of miscellaneous and supplemental services
related to the project as requested by the CITY.
12of23
FEE
The scope of work defined above is to be performed on a lump sum fee amounts shown below:
FWWD VCWRF Electrical Distribution Improvements
1.0 PROJECT MANAGEMENT
GAI $ 42,546.00
PM Total $ 42,546.00
2.0 PRELIMINARY DESIGN PHASE SERVICES
GAI
CDMS
JQ
PDR Total
3.0 FINAL DESIGN
GAI
CDMS
JQ
Final Design Total
4.0 BID PHASE
GAI
CDMS
JQ
Bid Phase Total
5.0 GEOTECHNICAL EXPLORATION
Te rracon
Geotech nical Total
6.0 SURVEY AND SUBSURFACE UTILITY ENGINEERING
RIOS
JQ
Survey +SUE Total
Basic Services Total
13 of 23
$ 264,757.50
$ 27,253.60
$ 32,466.50
$ 324, 477.60
$ 356,879.25
$ 33, 665.50
$ 52,871.50
$ 443, 416.25
$ 23,583.00
$ 3,613.50
$ 2,400.00
$ 29, 596.50
$ 19,020.00
$ 19, 020.00
$ 14,632.00
$ 23,638.00
$ 38, 270.00
$ 897,326.35
City of Fort Worth
Fort Worth Water Utilities
Village Creek Water Reclamation Facility
Area B Odor Control
Engineering Services
Attachment A
Scope of Services
BACKGROi_JND
The Village Creek Water Reclamation Facility (VCWRF) is a 166MGD activated sludge
wastewater treatment system comprised of primary, secondary, and tertiary treatment; chlorine
disinfection; and dechlorination. Two-hour peak flow capacity is rated at 369MGD. The Plant
was initially placed in service in the 1950s as a 5MGD facility. It was expanded over time
including an expansion to 144MGD in 1988-1994 (25MGD Expansion Project). The Plant was
uprated to 166MGD based on the 1997 Village Creek Wastewater treatment Plant Uprating
Study, with initial construction contracts in 2002-2005. An 80MGD high rate clarification (HRC)
system was added during 2003-2005 to treat high influent flow events over 255MGD (in
accordance with current discharge permit).
The VCWRF electrical distribution and controls system consists of:
1. Dual 12,470V feeds throughout the Plant
2. Pad mounted 15KV switches
3. Substations for each process or facility
4. Substations have single or dual transformers
5. Secondary voltages are 480V, 2,400V
6. Primary selector switches allow connection of substations to either 12.47kV feeder.
7. Two 4MW turbine generators.
The purpose of this project is to replace in kind the existing MCC and RTU associated with Area
B Odor Control.
This project will be part of the overall contract but be executed as a separate bidding contract.
Gupta and Associates, Inc. (GAI) will serve as the Prime Consultant and provide the project
management and perform both the electrical distribution, instrumentation and controls
engineering. No other disciplines are included.
14 of 23
ASSUMPTIONS
In developing the scope of work and associated task budgets discussed in this proposal, GAI has
made the assumptions outlined below:
• One Project Kickoff Meeting.
• GAI has not included any of the following in this proposal:
o Software licenses or hardware.
o Fire suppression.
o Time for factory witness testing for any mechanical equipment.
o Reverse engineering exiting PLC programs.
o Security or access control system design
o Power Systems Study
o The existing control strategy is assumed to be reused or updated only for the
relevant scope item.
o PLC Replacement
o P&IDs.
o Improvement to the electrical system downstream of street feeders.
o Fees associated with development or building permits
o Material Testing
o Geotechnical investigations. (related to preliminary design)
o Platting, topographic, boundary, or ALTA surveys.
o Deed and utility research.
o Easement documents.
o Subsurface Utility Engineering (SUE) to determine the location of existing utilities.
(related to preliminary design)
o Survey (related to preliminary design)
o Electrical and SCADA condition assessment.
o Structural analysis or modifications to existing structures
o Detailed erosion control plan or SWPPP will not be prepared.
o Site planning activities such as: site plan submittals, zoning, platting, etc
o Preliminary Design
o Construction Phase
o Power company improvements
o Air Permitting
15of23
• FWWD will provide following the following in order to complete design:
o Existing drawings
o Existing one -line diagrams
o CADD backgrounds for site plan, electrical rooms and all process areas
o Geotechnical Reports (where required)
o Survey (where required)
o SUE (where required)
16of23
SCOPE OF WORK
BASIC SERVICES SECTION
SCOPE OF WORK
The following items are identified as the basic services scope items. Provide the electrical and
instrumentation & controls design required to support the improvements at the Village Creek
WRF.
The following scope is included as part of the design:
Replace MCC — Odor Control in the Area B Odor Control with an MCC or panelboard as
required.
o The MCC will be installed in a NEMA 3R non -walk in enclosure.
o The existing pad will be reused as is.
o Refeed the existing equipment fed from the MCC.
o MCC will not be elevated.
o Refeed MCC from the existing 750KVA transformer.
Replace the associated RTU
o Refeed the existing equipment fed from the RTU.
Reinstall the phoenix contact radio and antenna
17 of 23
SPECIFIC REQUIREMENTS:
TASK 1.0 — PROJECT MANAGEMENT AND QA/QC
Obiective
To provide proactive project management for the work to be performed.
Methodoloqv
Manage engineering staff and subconsultants to provide efficient completion of the Project.
Coordinate internal project instructions, work plan, and quality control procedures. Conduct
internal staff meetings, budget and schedule control, and coordinate project activities with the
Owner and the Engineer.
A number of meetings between GAI and FWWD will be conducted to ensure the project is moving
on schedule and in the right direction. These anticipated meetings are:
Kickoff Meeting: GAI will conduct a Project Kickoff Meeting to review the goals, work
plan, and schedule for the project. Plans are for one, 4-hour kickoff meeting.
Progress Meetings/Informal Design Meetings: GAI's project team will meet and
communicate with the team and sub -consultants to provide a forum to receive input and
feedback on design related issues, status and update of the design. Plans are for up to
eight, 60-minute project meetings.
Status Update with FWWD: GAI will meet and communicate with FWWD PM and Plant to
review the status of the project, discuss project progress, key action items, decision log
and upcoming activities. Plans are for up to two, 2-hour meetings.
Quality Assurance and Quality Control (QA/QC): GAI will conduct QA/QC throughout the
preliminary design phase. Project Manager and QA/QC lead will work together from the kickoff of
the project through the competition of the report to provide input on key technical issues and
complete quality reviews throughout project.
Prepare and develop a project schedule. GAI Project Manager will review the project status,
schedule and upcoming milestones, make updates and coordinate with FWWD Project Manager.
Deliverables
The following deliverables will be submitted to FWWD at the completion of the above listed
activities:
• Meeting Agenda
• Meeting Minutes
• A written response to FWWD's comments.
• Monthly Invoices and Activity Report
• Project Schedule
TASK 2.0 — DESIGN PHASE
Obiectives
The task involves providing design for replacing MCC Odor Control and RTU.
Methodoloqv
1. City shall provide direction on major equipment that shall remain on MCC Odor Control.
GAI shall coordinate with the City and document the final load requirements. Prior to
18of23
progressing final design, the design team will submit MCC sizing for City review and
approval.
2. Provide final design services of the electrical, I&C, HVAC, structural, and civil,
modifications to support the back-up power improvements.
a. Electrical, I&C/SCADA, structural, and civil plan drawings
b. Electrical, I&C/SCADA, structural, and civil specifications
3. Design submittals provided at 60% and 90% will be submitted for review by The City.
4. 60% Design Submittal Review Workshop: After submitting, GAI will participate in a 4-hour
meeting to review the document with FWWD and answer any questions about the
content. Once GAI has received City's written review comments, GAI will prepare a
formal response to each written comment made by FWWD.
5. 90% Design Submittal Review Workshop: After submitting, GAI will participate in a 4-hour
meeting to review the document with FWWD and answer any questions about the
content. Once GAI has received City's written review comments, GAI will prepare a
formal response to each written comment made by FWWD.
6. City Coordination Meetings: GAI's project team will attend up to two review/coordination
meeting with the City planning and engineering departments throughout the design
phase.
7. Site Visits: GAI's project team will plan to attend up to two site visits. Each site visit is
anticipated to be four hours each.
8. The design phase scope is based on scope of work described above. Additional items
identified during the site visit and design phase are not included.
9. The final 100% signed and sealed documents will incorporate all City's comments.
Deliverables
The following deliverables will be submitted to City included in the Design:
• 60% - Provide a full set of Plans and Specifications in PDF format.
• 90% - Provide a full set of Plans and Specifications in PDF format.
• 100% Signed and Sealed Set — Provide the final set of plans and specifications with all
Owner comments incorporated ready for Bid.
• Provide probable construction cost estimates at 60%, 90%, and 100%.
• Provide internal QA/QC for the work performed at each stage.
• Provide electronic copies of the drawings and specifications.
TASK 3.0 — BID PHASE
Obiectives
The following will be provided during the bidding phase:
• GAI will perform project administration services during the bid phase of the project.
• Assist in two Pre -Bid conferences and provide minutes along with staff briefings.
• Engineer will answer questions during the bidding phase.
• Prepare addendum as required
• Assist in evaluating bids and making recommendations for contract award. Provide
consultation on acceptability of the general contractors and proposed subcontractors.
Provide a written evaluation and recommendation for award that is signed by a registered
professional engineer.
Additional Services not included in the existina Scope of Services:
19 of 23
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:
Negotiation of easements or property acquisition including temporary right -of -entries.
• Services related to development of the CITY's project financing and/or budget.
• Services related to disputes over pre -qualification, bid protests, bid rejection and re-
bidding of the contract for construction.
• Inspection services
• Design phase public meetings
• Performance of materials testing or specialty testing services.
• Services necessary due to the default of the Contractor.
• Services related to damages caused by fire, flood, earthquake or other acts of God.
• Services related to warranty claims, enforcement and inspection after final completion.
• Services related to submitting for permits (ie.TxDOT, railroad, etc...)
• Services related to Subsurface Utility Engineering Levels A, B, C or D
• Services related to Survey Construction Staking
• Services related to acquiring real property including but not limited to easements, right-of-
way, and/or temporary right -of -entries.
• Services to support, prepare, document, bring, defend, or assist in litigation undertaken
or defended by the CITY. Performance of miscellaneous and supplemental services
related to the project as requested by the CITY.
20 of 23
FEE
The scope of work defined above is to be performed on a lump sum fee amounts shown below:
FWWD VCWRF MCC Odor Control Replacement
1.0 PROJECT MANAGEMENT
GAI $ 15,000.00
PM Total $ 15,000.00
2.0 FINALDESIGN
GAI $ 75, 000.00
Final Design Total $ 75,000.00
3.0 BID PHASE
GAI $ 12,500.00
Bid Phase Total $ 12,500.00
Basic Services Total
21 of 23
$ 102,500.00
FEE
The overall fee for scope of work defined above is to be performed on a lump sum fee amounts
shown below:
FWWD VCWRF Electrical Distribution Improvements
1.0 PROJECT MANAGEMENT
GAI $ 42, 546.00
PM Total $ 42,546.00
2.0 PRELIMINARY DESIGN PHASE SERVICES
GAI $
264,757.50
CDMS $
27,253.60
Jq $
32,466.50
PDR Total $
324,477.60
3.0 FINALDESIGN
GAI
$
356,879.25
CDMS
$
33,665.50
Jq
$
52,871.50
Final Design Total
$
443,416.25
4.0 BID PHASE
GAI
$
23,583.00
CDMS
$
3,613.50
JQ
$
2,400.00
Bid Phase Total
$
29,596.50
5.0 GEOTECHNICAL EXPLORATION
Terracon
$
19,020.00
Geotechnical Total
$
19,020.00
6.0 SURVEY AND SUBSURFACE UTILITY ENGINEERING
RIOS
$
14,632.00
J Q
$
23, 638.00
Survey+SUE Total
$
38,270.00
Basic Services Total
22 of 23
$ 897,326.35
FWWD VCWRF MCC Odor Control Replacement
1.0 PROJECT MANAGEMENT
GAI $ 15,000.00
PM Total $ 15,000.00
2.0 FINAL DESIGN
GAI $ 75,000.00
Final Design Total $ 75,000.00
3.0 BID PHASE
GAI $ 12,500.00
Bid Phase Total $ 12,500.00
Basic Services Total $ 102,500.00
Total Fee: $999,826
23 of 23
FWWD VCWRF Elec Dist Improv
Gulpta & Associates, Inc.
ITASK SUMMARY - BASIC §PRVICES
1.0 ProiectManagementIQualitvAssurance
1.1 Project Management
1.2 Design Team Coordiation Meetings (12)
1.3 Monthly Progress Meetings with Owner (6)
1.41 Develop and Update Protect Schedule
5.0 Geotechnical
5.1 Schedule/Coordination
5.21Terracon- Subconsultant
6.0 Survw and SUE
1 6.1 Schedule/Coordination
I
6.2 RIOS - Subconsultant
6.3 JQ - Subconsultant
2.0 lPreliminary Design
I ED&C
1 2.1 Initial Site Visit and Investigation - Plant
2.2 Electrical Dist. Evaluation
1 2.3 Feeder System Routing Evaluation
2.4 Arch - GAI Support
2.5 Civil - GAI Support
2.6 Structural - GAI Support
1 2.7 Const. Sequencing Plan
1 2.8 Conceptual operational strategy
1 2.9 OPCC - 30%
2.10 QAQC - 30%
2.11 Prepare 30% Drawings
1 2.12 Review Workshop
12.13 Review Comments Response
I
1 I&C
2.14 Initial Site Visit and Investigation - Plant
2.15 I(rlprovgments - SCADA Impact
1 2.16 onst. Sequencing Plan
1 2.17 Prepare 30% Drawings
1 2.18 OPCC - 30%
12.16 QAQC - 30%
1 2.20 Review Comments Response
I
12.21 CDMS - Subconsultant
2.22 JQ - Subconsultant
I
3.0 IDesiQn Phase - ED&C
3.1 7 Site Investigation
I 3.2 Plan Drawings
1 3.31 Power Company Coordination
I
I
Project Engineer
Principal Manager Senior
Hours Hours I Hours
8
8
10
18
I
I
I
I
I
I
I
I
I
IjI
I
I
I
f
I
I
I
I
I
I
I
I
al
1
21
I
I
I
I
I
41
al
I
I
I
I
I
I
I
1
84 1 32
481
121 1
121 1
121
1
1
8 1 0
81
1
I
I
a 81 0
I
59 170
I
41 2
41 1
al 1
11
11
11
41
41
41
21 z
81 z
41 8
I
I
I 1
,1
11
I
21
21
41
1
1
1
1
73 1 164
41 8
81 20
41 8
I
z1
z1
z1
21
e1
a1
a1
of
01
<1
8�
61
81
a1
6
z'
81
al
I
(Engineer
Project
I
I
I I
CAD Tech Accounta
lAdmin
I
I
I
SUBS
Engineer
-Senior CAD Tech �nt
Subtotal
ODCs
Markup
TOTAL
Hours
I
Hours
Hours Hours Hours I Hours
Hours
Cost
5%
SUBs 1
10%
Cost
1 12
1
0
I
0 0 I 12 1 0 1
148
$
40,520
$2,0261
$01
$0 $
42,546
I
I 121 _]
68
$
18,520
$9261
$01
so $
19,446
21
12
1
I 1 1
36
$
9.300
$4651
$01
so $
9,765
21
1
1 1
24
$
6,900
$3451
Sol
so $
7,245
81
1
1
I 1
20
$
5,800
$2901
$01
so $
6,090
1
1
1
I 1 I
0
$
-
$01
$01
so $
-
I
I
I
I 1 I
0
$
-1
$o
$01
Sol $
-
1 0
1
0
1
0 1 0 1 0 I 0 1
8
1$
2,400 1
$120
$15,0001
$1,5001 $
19,020
1
1
I
I 1 l 1
8
1$
2,400 1
$1201
$01
Sol $
2,520
1
1
I
I I I 1
0
1$
-1
$01
$01
Sol $
-
I
I
I
I I 1 1
0
1$
1
$01
$15,0001
$1,5001 $
16,500
I
I
I
I I I 1
0
1$
I
$01
$01
$01 $
-
1 0
1
0
1
0 1 0 1 0 1 0 1
8
1$
2,400 I
$1201
$32,5001
$3,2501 $
38,270
1
1 1 1 1
8
1$
2,400 1
$1201
$01
Sol $
2.520
f
I
I I I 1
0
1$
- 1
$01
$01
Sol $
-
I
I
I
I I I 1
0
1$
$01
$12,5001
51.2501 $
13,750
I
I I I 1
0
1$
_'
I
$01
$20,0001
$2,0001 $
22,000
I
I
I
I I I I
0
I$
I
$o�
$01
Sol $
1 322
I
441
I
78 I 311 1 0 1 0 1
1391
1$
252,150 1
$12,608
$54,2911
$5,4291 $
324,478
I
I
I
I I I 1
0
1$
-1
$01
1
Sol$
-
a1
24
I
I I I 1
52
1$
12,600 1
$6301
1
So $
13,230
21
Sol
I
I I I 1
76
1$
16,500 1
$8251
1
so $
17,325
401
201
I 1 1 1
76
$
15,900 I
$7951
1
Sol $
16,695
121
1
1 1 1 1
15
' $
3,250 1
$1631
1
Sol $
3,413
121
1
1 1 1 1
15
1$
3,250 1
$1631
1
Sol $
3,413
121
I
I l 1
15
1 $
3,250 1
$1631
1
Sol $
3,413
201
30l
I 1 1
62
1 $
12,500
$6251
1
Sol $
13,125
121
1
l 1 1 1
20
1 $
4,700
$2351
1
Sol $
4,935
01
401
I I I I
48
1 $
9,100
$4551
1
Sol $
9,555
1
I
I I I I
26
1$
7,380 I
$3691
1
Sol $
7,749
611
2441
611 244 1 1
638
1 $
96,960 1
$4,8481
1
Sol $
101,808
81
1
1 1 1
16
1 $
3,900 1
$1951
1
Sol $
4,095
of
201
of of 1 01
38
1 $
8,640 1
$4321
1
Sol $
9,072
1
1
I 1 1
0
1$
-1
$01
1
Sol$
I
I
I I I 1
0
1$
-1
$01
1
Sol$
-
161
1
1 1 1 1
32
1$
7.600 1
$3801
1
Sol $
7,980
201
1
I I 1 1
29
1$
6,500 1
$3251
1
Sol $
6,825
81
1
I I 1 1
13
1$
3,000 1
$1501
1
Sol $
3,150
171
671
171 671 1 1
174
1 $
26,190 1
$1,3101
1
Sol $
27.500
I
101
I I I 1
14
1$
2,850 1
$1431
1
Sol $
2,993
I
1
I I I I
14
1$
4,080 1
$2041
1
So $
4,284
of
101
of of I of
18
1 $
4,000 I
$2001
1
Sol $
4.200
1
1
1
1
1
I
1 1 1 1
1 1 1 1
0
1
1$
1
- 1
1
$01
1
$24,7761
1
$2.4781 $
27,254
1
1
1
1 1 1 1
0
1$
1
$01
$29.5151
$2,9521$
32.467
1
1
1
1 1 1
0
1$
I
I
Sol $
-
1 170
1
641
1
87 1 310 I 0 37 1
1400
1 $
248,710 1
$12,$o�
436
$01
$01 $
261,146
1
241
241
1 I I 1
60
1$
12,280 1
$614I
1
Sol $
12,894
1
721
2861
721 286I 1 1
744
1 $
112,460 1
$5,623I
1
Sol $
118.083
1
1
201
1
1 1 I
32
1$
6,800 1
$3401
1
Sol $
7,140
Project
Engineer-
Project
CAD Tech Accounta
SUBs
Principal
Manager
Senior
Engineer
Engineer
-Senior CAD Tech nt Admin
Subtotal
ODCs
Markup
TOTAL
Gupta & Associates, Inc.
Hours
Hours
Hours
Hours
Hours
Hours Hours Hours Hours
Hours
Cost
5%
SUBs
10%
Cost
3.4
Construction Specifications
4
10
50
63
13
140
$
25,960
$1,298
so $
27,258
3.5
1 Generator DesignNendor Coordination
4
4
20
28
$
5,700
$285
so $
5,985
3.6
Construction Sequencing/Planning
4
8
20
32
$
6,800
$340
so $
7,140
3.7
Submittal - 60% (Packaging)
5
10
5 8 8
36
$
6,630
$332
so $
6,962
3.8
Review Comments Response
2
4
4
12
22
$
4,980
$249
so $
5,229
3.9
OPCC - 60%
4
4
8
24
40
$
7,980
$399
so $
8.379
3.10
QAQC - 60%
4
2
20
26
$
7,380
$369
so $
7,749
3.11
Submittal - 90% (Packaging)
5
10
5 8 8
36
$
6,630
$332
so $
6,962
3.12
Review Comments Response
2
4
4
12
22
$
4,980
$249
so $
5,229
3.13
OPCC - 90%
4
4
8
241
40
$
7.980 1
$399
s0 $
8.379
1 3.141
QAQC - 90%
I 41
2
20
1
1
1
26
$
7,380 1
$369
so $
7,749
13.15
Submittal - 100% (Packaging)
I 1
5
10
1
1
5 8 1 8
36
$
6,630 1
$3321
so $
6,962
1 3.16
Review Comments Response
I 21
4
41
1
121
1 1
22
$
4.980 1
$2491
I
so $
5,229
1 3.17
QAQC - 100%
I 41
2
121
1
1
I I I
18
$
5,180 1
$2591
sot $
5.439
1 3.18
OPCC - 100%
I 1
4
41
81
241
I l I I
40
1 $
7,980 1
$3991
sot $
8,379
3.0 IDesign Phase -18C
I 12 I
28.5 1
85 1
55 1
162 1
23.5 1 98 1 0 I 28 1
492
1 $
91,1751
$4,5591
$78,6701
$7,8671 $
182,271
3.19
Site Investigation
I I
1
81
81
81
1 1 I 1
24
1 $
5,160 1
$258
1
Sol $
5.418
3.20
Plan Drawings
I 1
21
81
191
741
191 741 1 1
196
1 $
29.980 1
$1,499�
1
Sol $
31,479
13.21 Construction Specifications
I 1
21
41
161
201
1 1 I 41
46
1 $
8,700 1
$4351
1
Sol $
9,135
13.22 Control Narrative
I 1
21
81
1
121
1 1 I 1
22
1 $
4,840 1
$2421
1
Sol $
5,082
13.23 Submittal - 60% (Packaging)
I 1
1.5
31
1
1
1.51 81 I 81
22
1 $
3,165 1
S1581
I
Sol $
3.323
13.24 OPCC - 60%
I 1
21
41
41
81
1 1 I 1
18
1 $
3,860 1
$1931
1
Sol $
4,053
13.25 QAQC - 60%
I 41
21
81
I
1
1 1 I 1
14
1 $
4,080 1
$2041
1
Sol $
4,284
I 3.26 Review Comments Response
1 I
21
41
I
81
1 1 I 1
14
1 $
3,060 1
$1531
I
Sol
$
3,213
3.27 Submittal - 90% (Packaging)
1 1
1.5
31
1
1
1.5I1
81 1 81
22
1 $
3,165 1
$1581
I
so
$
3,323
1 3.281
OPCC - 90%
I I
21
41
41
81
I I I I
18
1 $
3.860 1
$1931
1
Sol $
4,053
1 3.29
QAQC - 90%
I 41
21
81
1
1
I I I 1
14
1 $
4,080 1
S204
I
sot $
4,284
3.30
Review Comments Response
I I
21
41
1
81
1 l I I
14
1 $
3,060 1
$1531
Sol $
3,213
13.31
Submittal - 100% (Packaging)
1 I
1.51
31
1
1
1.51 81 1 81
22
1 $
3,165 1
$1581
Sol $
3,323
13.32
OPCC - 100%
I 1
21
41
41
81
1 1 1 1
18
1 $
3,860 1
$1931
Sol $
4,053
3.33
QAQC - 100%
I 41
21
81
1
1
1 1 1 1
14
1 $
4,080 1
$2041
I
sot $
4,284
1 3.341Review Comments Response
I 1
_2]
41
1
81
1 1 1 1
14
1 $
3,060 1
$1531
1
Sol $
3,213
I
I I
1
1
1
1
1 1 1 1
0
1$
- I
Sol
I
Sol$
-
1 3.35
CDMS - Subconsultant
I I
I
I
I
I
I I I 1
0
1$
1
$01
$30,6051
$3.0611
$
33.666
1 3.36
JQ - Subconsultant
I I
I
I
I
I
I
I I I 1
I I I I
0
1$
I
I
I
$01
I
$48,0651
I
$4,8071 $
I
52,872
I
4.0 lAdvertisement & Bidding
I I
1 2 1
I
20 1
I
24 I
I
18 1
22 1
4 1 12 _J 0 I 0 1
102
1 $
22,460 1
$1,1231
$5,4671
$5471 $
29,597
1 4.1 Pre -Bid Meeting
1 1
41
41
41
I
1 I I I
12
1 $
3.100 1
S1551
$01
Sol $
3,255
1 4.2 RFI Review
1 1
41
41
61
61
I I I I
20
1 $
4,520 1
$2261
$01
Sol $
4,746
1 4.3 Addenda
1 1
4
81
8I
81
41 121 1 1
44
1 $
8,240 1
$4121
$01
Sol $
8,652
1 4.4 Evaluate Bids
z
81
81
I
81
1 1 1 I
26
1 $
6,600 1
$3301
$01
Sol $
6,930
1
I
I
I
I
I I I I
0
1$
-1
$01
$01
Sol $
-
1 4.51CDMS-Subconsultant
I I
1
1
I
I
I I I I
0
1$
I
Sol
$2,1821
$2181 $
2,400
1 4.61JO - Subconsultant
I I
I
I
I
I
I I I 1
0
1$
II
$01
$3,2851
$3291 $
3,614
I I
I
I
I
I
I I I 1
0
1$
I
$01
Sol
Sol $
-
I
I NJ
28tt.51
4�_
V-71
11661
192.51 7311 12 65
� 1
I
33491
I
$1659,81'51
$32,991 �
I
$186,9281 $
I
18,593 1 $
897,327
FWWD VCWRF Elec Dist Improv
Odor B MCC Replacement
I I
Gupta & Associates, Inc.
ITAS SUMMARY - BASIC SERVICES
1.0 Project Management(Quality Assurance
1.1 Project Management
1.2 Desian Team Coordiation Meeting (12)
1.3 Mont ly Prop�ess Meetings wth owner (6)
1.4 Develop and Update Project Schedule
3.0 Design Phase - ED&C
3.1 Site Investigation
3.2 Plan Drawings
3.3 Power Company Coordination
3.4 Construction Specifications
1 3.5 Generator DesignNendor Coordination
1 3.6 Construction Sequencin9(Planning
1 3.7 Submittal - 60% (Packaging)
3.8 Review Comments Response
1 3.9 OPCC - 60%
13.10 QAQC - 60%
3.11 Submittal - 90% (Packaging)
1 3.12 Review Comments Response
1 3.13 OPCC - 90%
3.14 QAQC - 90%
3.15 Submittal - 100% (Packaging)
13.16 Review Comments Response
3.17 QAQC - 100%
1 3.181 OPCC - 100%
4.0 lAdvertisement & Bidding
1 4.11Pre-Bid Meeting
I 4.21RFI Review
I 4.3 Addenda
I
I
I
Project Engineer -
Principal Manager Senior Engineer
Hours Hours Hours Hours
4 24 11 6
4 12
8 7
4 41
6 1
23
72
1
I
41
61
I
41
1
81
I
1
21
1
1
41
1
1
11
1
41
1
11
41
11
1
21
1
1
21
11
11
81
I
11
41
11
11
21
1
11
2I
11
11
8
1
11
41
11
11
21
,1
11
81
1
11
21
0 1
6 1
10
I
I
1
I
21
I
21
1
1
1
41
1
1
81
1
1
1
101
1
531
1
931
44
14
Project
CAD Tech
Accounta
Engineer
-Senior
CAD Tech nt
Admin
Hours
I
Hours
Hours
Hours
Hours
0
I
I
0
0
12 I
0
1
1
I
121
1
I
120
I
I
I
26 I
84 I
I
I
0 I
16
81
I
I
I
601
201
601
1
1
81
I
1
I
I
1
I
I
1
I
I
I
I
I
�1
I
e1
II
41
1
1
1
81
1
1
1
1
1
1
21
1
81
1
1
81
1
1
1
81
1
1
1
1
1
1
21
1
81
1
1
81
I
I
I
I
81
I
1
I
1
I
1
14
I
4 I
12 I
0 1
0
1
61
I
1
I
1
I
81
I
I
41
I
I
1�1
I
I
j11
I
I
I
1341-
I
301
I
951
I
121
11
SUBS
Subtotal
ODCs
Markup
TOTAL
Hours
Cost
5%
SUBS
10% 1
Cost
57
$
14,265
$713
$0
I
$01 $
14,978
28
$
6,440
$322
$0
Sol $
6,762
21
$
5,525
$276
$0
Sol $
5,801
0
$
-
$0
$0
Sol $
-
8
$
2,300
$115
$0
Sol $
2.415
0
$
-
$0
$0
Sol $
0
$
-
$01
$0
Sol $
-
391
$
72,300 1
$3,6151
$01
$01 $
75,915
28
$
6,360 1
$3181
1
Sol $
6,678
172
$
27,000 1
$1,3501
1
Sol $
28,350
0
$
-1
$01
1
Sol $
-
22
1 $
4,260 1
$2131
1
Sol $
4,473
0
1$
-1
$01
I
Sol$
-
5
1 $
1,400 1
$701
1
Sol $
1,470
19
1 $
2,960 1
$1481
1
Sol $
3,108
8
1 $
1,850 1
$931
1
Sol $
1,943
15
1 $
3.010 1
$1511
1
Sol $
3,161
10
$
2,8201
$1411
1
So $
2,961
19
1 $
2,9601
$1481
1
so $
3,108
12
1 $
2,530 1
$1271
1
Sol $
2,657
15
1 $
3,010 1
$1511
1
Sol $
3,161
10
1 $
2,820 1
$1411
1
Sol $
2,961
19
$
2,960 1
$1481
1
Sol $
3,108
12
1 $
2.530 1
$1271
1
Sol $
2,657
10
1 $
2,820 1
$1411
1
Sol $
2,961
15
1 $
3,010 1
$1511
1
Sol $
3,161
60
1 $
11,610 1
$5811
$01
$01 $
12,191
0
1$
- 1
$01
$01
Sol $
-
16
1 $
3,370 I
$1691
$01
Sol $
3.539
44
1 $
8.240
$4121
$01
Sol $
8,652
0
1 $
Ifl
$01
$01
Sol $
-
0
1$
-1
$01
Sol
Sol $
-
I
5081
I
V8,175.1
I
$4.901,
I
$01 $
- 1 $
103,084
City of Fort Worth, Texas
Mayor and Council Communication
DATE: Tuesday, June 10, 2025 REFERENCE NO.: **M&C 25-0505
LOG NAME: 60VCWRFPIIIELECTRICALA2-GUPTA
SUBJECT:
(CD 5) Authorize Execution of Amendment No. 2 in the Amount of $999,826.00 to an Engineering
Agreement with Gupta and Associates, Inc. for the Phase III of the Electrical Improvements at the Village
Creek Water Reclamation Facility, and Adopt Appropriation Ordinance to Effect a Portion of Water's
Contribution to 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 $999,826.00 to City Secretary Contract
No. 56537 an Engineering Agreement with Gupta and Associates, Inc. for the Village Creek Phase
III Electric Switchgear Improvements Project for a revised contract amount of $2,238,966.00; and
2. Adopt the attached appropriation ordinance adjusting appropriations in the W&S Rev Bonds Series
2025 Fund by increasing appropriations in the Village Creek Phase III Electric Switchgear
Improvements project (City Project No. 103323) amount of $1,221,096.00 and decreasing
appropriations in the Commercial Paper project (City Project No. UCMLPR) by the same amount, to
effect a portion of Water's contribution to the Fiscal Years 2025-2029 Capital Improvement Program.
DISCUSSION:
On September 28, 2021, Mayor and Council Communication (M&C 21-0768) authorized execution of an
Engineering Agreement with Gupta and Associates, Inc., in the amount of $1,198,900.00 (City Secretary
Contract No. 56537), for the Design of the Phase III Electrical Improvements at the Village Creek Water
Reclamation Facility (VCWRF). The agreement was subsequently revised by Amendment No. 1 in the
amount of $40,240.00 administratively authorized November 2, 2022, that provided design for demolition
of the existing maintenance building adjacent to Return sludge pump station No. 5 and sulfur dioxide area
modification.
Amendment No. 2 will provide for the design of additional electrical improvements including thirty percent
design to replace the main switchgear at the plant and the street feeder system, and final design to add
backup generator power for immediate start of the turbine from shut down and replacement of the motor
control center for the Odor Control System in the primary clarifier area. The work will also include a
phasing plan for the proposed improvements.
Gupta and Associates, Inc., proposes to perform the necessary work for a fee in the amount of
$999,826.00. In addition to the contract amount, $221,270.00 is required for project management and
material testing.
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:
Capital project FY2025 CIP Budget Change Revised
Fund Name Appropriations Authority (Increase/Decrease) FY2025
Name Budget
W&S
Rev
103323-
Bonds
VC PH3
Series
Electric
2025
Switchgear
Fund
Imp
56023
$0.00 This M&C $1,221,096.00 $1,221,096.00
Funding is budgeted in the Commercial Paper project within W&S Rev Bonds Series 2025 Fund for the
purpose of funding the Village Creek Phase III Electric Switchgear Improvements project.
Funding for the Village Creek Phase III Electric Switchgear Improvements project, are as depicted below:
Funding Existing Additional project Total
Appropriations Appropriations
W&S
Commercial
Paper Fund $1,375,650.00 $0.00 $1,375,650.00
56020
W&S Rev Bonds
Series 2025 $0.00 $1,221,096.00 $1,221,096.00
Fund 56023
Project Total 1 $1,375,650.001 $1,221,096.00 $2,596,746.00
Business Equity: Gupta Associates, Inc. agrees to maintain its initial M/WBE commitment of 10
percent that it made on the original contract and extend and maintain that same M/WBE commitment of 10
percent to all prior change orders up to and inclusive of this Change Order No. 2. Therefore, Gupta
Associates, 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.
This project serves the entire City and is physically located in COUNCIL DISTRICT 5.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are available in the Commercial Paper project within the W&S
Rev Bonds Series 2025 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 2025 Fund for the
VC PH3 Electric Switchgear Imp project to support the approval of the above recommendations and
execution of the amendment. Prior to any expenditure being incurred, the Water Department has the
responsibility to validate the availability of funds.
FUND IDENTIFIERS (FIDs),:
TO
Fund Department ccoun Project ctivit Bud et Reference # �4mountp JY 9ID 1 ID �Program
( Year (Chartfield 2)
FROM
Fund Department ccoun Project ctivity Budget Reference # mound
ID ID �Program
I Year I (Chartfield 2)
CERTIFICATIONS:
Submitted for City Manager's Office by_ Jesica McEachern (5804)
Originating Department Head: Chris Harder (5020)
Additional Information Contact: Suzy Abbe (8209)
ATTACHMENTS
1. 1295 Form.Ddf (CFW Internal)
2. 25-103323 (APCF CO 2)-TS.Ddf (CFW Internal)
3. 60VCWRFPIIIELECTRICALA2 - GUPTA FID Table (WCF 05.09.25).xlsx (CFW Internal)
4. 60VCWRFPIIIELECTRICALA2-GUPTA MAP.Ddf (Public)
5. Funds Availabilibi for Commercial Paper Fund 56026 5.14.25.docx (CFW Internal)
6.ORD.APP_60VCWRFPIIIELECTRICALA2-GUPTA 56023 A025(r2).docx (Public)
7. PBS CPN 103323.pdf (CFW Internal)
8. SAM.gov search Gupta.pdf (CFW Internal)
60VCWRFPIIIELECTRICALA2-GUPTA FID Table
2&3)
56023
0600430
2&3)
56023
0700430
2&3) I
56023 I
0600430
2&3) I
56023 I
0700430
UCMLPR I UNSPEC I 2025 I I ($1,221,096.00)I
I 103323 I 001430 I 2025 I I I $1,221,096.001 I
2&3)
56023
0600430
4905163
UCMLPR
UNSPEC
9999
$1,221,096.00 IThis entry might not be posted
2&3)
I
56023
0700430
4905163
103323
I
001430
9999
I
($1,221,096.00) Itill June when the $ is received
I I
I
I I
'Rec #
Fund
Dept #
Account
Project
2 Program Amount
jActivity
l�Budget �CF
2&3)
56023
0700430
5110101
103323
001430
9999
$169,950.00 Staff Costs
1)
56023
0700430
5330500
103323
001430
9999
$999,826.00 To pay Engineering Company
2&3)
56023
I 0700430
I 5330500
I 103323 I
001484
I 9999 I
I $33,990.00 Soil Lab Consultant
12&3) I
56023
I 0700430
I 5310350
I 103323 I
001484
I 9999 I
I I $11,330.00 Soil Lab TPW Staff Cost
2&3) I
I
56023
I 0700430
I
14905163 I
I I
103323 I
I
001430
I 9999 I
I I
I I ($1,221,096.00) I
I I
ATTACHMENT E
F
,4t
W
rn
VILLAGE CREEK WATER w
tr
RECLAMATION FACILITY RE
(VCWRF)
r t.
MEE
GREEN`OAKSYBLVD''
R rLl
s e eeeeeeee,eeeIEEE o
iise ME®��
BE �: v
gat • �� �� �■
�' 'i®eeeeeet�■ ONE
MIME
me�
EXIT 26
W
J
W "
LL
Z
/,
SL 2020