HomeMy WebLinkAbout060733-A4 - Construction-Related - Contract - Brown and CaldwellCSC No. 60733-A4
AN�NDMENT No . 4
TO CITY SECRETARY CONTRACT No. 60733
WHEREAS, the City of Fort Worth (CITY) and Brown and Caldwell,
(ENGINEER) made and entered into City Secretary Contract No. 60733, (the
CONTRACT) which was authorized by M&C 23-1075 on the 12th day of
December, 2023 in the amount of $ 1,304,303.00; and
WHEREAS, the CONTRACT was subsequently revised by:
Amendment Number 1 in the amount of $ 1,797,323.00 which was authorized
authorized by M&C # 24-5013 on June 11, 2024, Amendment Number 2 in the
amount of $ 5,591,853.00 which was authorized authorized by M&C # 24-1132
December 10, 2024,Amendment Number 3 in the amount of $654,588.00 which
was authorized authorized by M&C # 25-0089 on January 28, 2025,
WHEREAS, the CONTRACT involves engineering services for the
following project:
Emerging Contaminants - PFAS Treatability Study, CPN 104942; and
WHEREAS, it has become necessary to execute Amendment No. 4 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 $515,450.00. (See Attached Funding
Breakdown Sheet, Page -4-)
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 $9,863,517.00.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
City of Fort Worth, Texas ,�me��g'ng Contam'nan�s — FrAS Treatapili�y S�udy
Prof Services Agreement Amendment Citti� ?ro;ect No. 10�g�2
Revision Date: June 12, 2025
Page 1 of 4
3.
All other provisions of the Contract, which are not expressly
amended herein, shall remain in full force and effect.
EXECUTED and EFFECTIVE as of the date subscribed by the City's
designated Assistant City Manager.
APPROVED:
City of Fort Worth
���`.�-
�
Jesica McEachern
Assistant City Manager
02/03/2026
DATE:
ENGINE R
Brow d C ldwell
Adam Evans, P.E.
Vice President
DATE : January 5, 2026
oavonnb
�s°�° EORr�aado
ATTEST: p~° o ��9-+0
P�jo o=d
1J ✓o-2.C�%�+uy- ��d* ��o o �* d
���,�r:�eR, o°�u nezp5�4b
Jannette Goodall
City Secretary
APPROVAL RECOMMENDED:
G�G�'G��EZ�J'�GL�!'' f�GLf^(lE�''
ChrisLopher Harder (J�dn 26, 202614:48'.26 CST;
Christopher Harder, P.E.
Director, inlater Department
�FFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
City of Fort Worth, Texas �merg'_-�g Contam'_-�a-��s — PFaS Preatapili�v S�udv
Prof Services Agreement Amendment City ?ro;ect No. 10�9�2
Revision Date: June 12, 2025
Page 2 of 4
Contract Compliance Manager:
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.
r�
Matt Kusnir, P.E.
Senior Capital Projects Officer
APPROVED AS TO FORM AND LEGALITY:
M&C No.#:
25-1091
�����
Douglas Black (Jan 26, 202618:0223 CST)
12/09/2025
M&C Date:
Douglas W. Black
Sr. Assistant City Attorney
City of Fort Worth, Texas
Prof Services Agreement Amendment
Revision Date: June 12, 2025
Page 3 of 4
_ r��_rg ::,nLam ___� PFAS -r•.i_aoi i_y :::_.�dy
Cli_v 'rp� ,�� Pdo. IJ�9�i
FUNDING BREAKDOWN SHEET
City Secretary No. 60733
Amendment No. 4
Department Fund-Account-Center Amount
Water Fund 56002 - Water & Sewer Capital Project $515,450.00
Total: $515,450.00
��ni �:7-r.g '�ntamir�-_r.Ts �E'_"�5 'lx ��.TaY:il Y/ `,r�.:<i�
�„lr'J i'Yii-,='-i:'. nii. li��]::�]L
Brown AND �
Caldwell '
November 11, 2025
Matt Kusnir, PE
Fort Worth Water Department
100 Fort Worth Trail
Fort Worth, TX 76102
Subject: Emerging Contaminants - PFAS Treatability Study
CPN-104942
Amendment No. 4- Additional Services
Dear Matt:
Additional services, not included in the original scope of the Project nor subsequent
Amendments No. 1, No. 2 and No. 3, were identified, discussed, and tracked for inclu-
sion in a future contract amendment. The following proposed contract modifications
(PCMs) are identified for inclusion in Amendment No. 4:
• PCM-04: Additional SUE and Survey
• PCM-05: South Holly WTP Filter MCC Replacements
• PCM-06: Task 003 PAC Deletion
• PCM-07: SEL Leachate Treatability Study - Bench Testing
• PCM-08: Task 270 NCP Additional Services
• PCM-09: SHWTP Primary Power Improvements
• PCM-10: Site Civil CP Evaluation and Design
The requested net contract change associated with these PCMs for Amendment No. 4 is
$515,450.00, which brings the overall Project contract to $9,863,517.00.
Included with this transmittal are the City Secretary - Amendment No. 4 form, the Texas
Ethics Commission Form 1295 and the defined scope and proposed level of effort asso-
ciated with each PCM.
From our discussions it is understood that this amendment is planned for the December
City Council agenda. Please advise if you have any questions or additional information
is required for this proposal.
Very truly yours,
Brown and Caldwell
Chad Bartruff, Proj Manager
cc: Mary Moiso, Brown and Caldwell
Chris Patin, Brown and Caldwell
CPM-104942 - Amend-04 20251111
City of Fort Worth Water Department
Emerging Contaminants - PFAS Treatability Study
CPN-104942
Amendment No. 4- Budget Update Summary
Phase
001
002
003
004
005
006
007
110
120
130
140
150
160
170
210
220
230
240
245
250
260
270
301
302
303
304
305
306
307
Description
Project Management
Data Review and WQ Monitoring
PAC Bench-Scale Testing
GAC Bench-Scale Testing
Alternatives Assessment
Regulatory/Funding Coord
Treatability Evaluation Report
Project Management
Site Investigations
Process Integration Evaluations
Design Definition
Regulatory and Funding Coord
Implementation Analysis
Prelim Engineering Report
Project Management
TCEQ Pilot Study
Intermediate Design
Final Design
Cathodic Protection Design
Regulatory and Code Compliance
Advert and Bid Support
NCP Compliance
Project Management
Data Collection and Review
Treatment Alts Assessment and Pilot Procurement
Pilot Testing
Regulatory and Funding Coordination
Treatability Evaluation Report
Treatment System Design
Prior Budget
(thru Amendment No. 3)
$72,503.00
$284,851.00
$266,977.00
$250,438.00
$240,424.00
$12,560.00
$176, 550.00
$98,720.00
$346,657.00
$353,107.00
$464,221.00
$42,700.00
$193,873.00
$298,045.00
$223,512.00
$675,220.00
$2,815,243.00
$1,376,288.00
$0.00
$69,300.00
$164,690.00
$267,600.00
$65, 351.00
$50,639.00
$96,414.00
$95,830.00
$19, 840.00
$51, 874.00
$274,640.00
Budget Revisions
(Amendment No. 4)
$0.00
$0.00
$ (142,440.00)
$0.00
$0.00
$0.00
$0.00
$0.00
$72,454.00
$0.00
$0.00
$0.00
$0.00
$0.00
$12,120.00
$0.00
$159,718.00
$134,276.00
$44,950.00
$7,770.00
$12,120.00
$105, 320.00
$10,990.00
$0.00
$0.00
$98,172.00
$0.00
$0.00
$0.00
TOTALS $9,348,067.00 $515,450.00
Revised
Budget Total
$72,503.00
$284,851.00
$124, 537.00
$250,438.00
$240,424.00
$12, 560.00
$176, 550.00
$98,720.00
$419,111.00
$353,107.00
$464,221.00
$42,700.00
$193,873.00
$298,045.00
$235,632.00
$675,220.00
$2,974,961.00
$1,510,564.00
$44,950.00
$77,070.00
$176,810.00
$372,920.00
$76,341.00
$50,639.00
$96,414.00
$194,002.00
$19,840.00
$51, 874.00
$274,640.00
$9,863,517.00
BI�OWI'1 Ar�a � September 17, 2025
Caldwell '
Matt Kusnir, PE
Fort Worth Water Department
100 Fort Worth Trail
Fort Worth, TX 76102
Subject: Emerging Contaminants - PFAS Treatability Study
CPN-104942
Proposed Change No. 04- Additional SUE and Survey
Dear Matt:
The Amendment No. 1 scope of services involved Task 2 Site Investigations, inclusive of
Task 2.1 Site Topographical Survey and Task 2.2 Subsurface Utility Investigation to de-
fine existing project site and infrastructure conditions relative to the anticipated design
development. These efforts were defined relative to the conceptual facility implementa-
tion plan for a GAC PFAS treatment facilities and related improvements. The original pro-
ject scope included 24 potholes with an average depth of 10-feet.
With advancement of the pre-design and design development (Amendment No. 2) - def-
inition of facility and infrastructure improvements and review of City-provided record
data - 13 additional pothole locations were identified for development of design infor-
mation. Additional services relative to this work, inclusive of project management and
coordination activities, are summarized in the following Table 1 and the corresponding
proposal from JQ is attached for reference. No schedule implications were identified
with this additional work.
To provide project funding for this PCM 04, we are proposing to reassign a portion of ex-
isting Task 3 Powdered Activated Carbon (PAC) Bench-Scale Testing budget associated
with project scope which FWWD has identified for deletion.
The original project scope included Task 3 PAC Bench Scale Testing to evaluate as an
alternative treatment for PFAS removal. In summary, this effort was defined to conduct
four individual sampling and testing events relative to all five of FWWD's water treat-
ment plants. Although the EPA does not identify PAC as a best available technology for
PFAS treatment, FWWD wanted to examine PAC perFormance relative to each WTP's
source water, process conditions, and facility operations.
Two of four defined PAC testing events as defined in the scope of work baseline testing
plan and the updated overall testing matrix were completed. This work included the fol-
lowing activities:
• Coordination for and execution of water collection and raw water field sampling
at all five WTPs.
• Bench-scale testing of three PAC products.
• 3rd party laboratory analyses and reporting.
• Data processing, review, and analysis.
Event data was reviewed with the City during intermediate project progress meetings to
discuss PAC perFormance and related observations, including estimated dosing require-
ments for PFAS removal. This data and information has been documented into the draft
Treatability Study Report for project record.
pco-04.1 addltional survey and sue
Matt Kusnir, PE
Fort Worth Water Department
September 17, 2025
Page 2
With FWWD's direction to delete the remaining scope of work from Task 003, the re-
maining Task 3 budget ($142,439.47) is available for reassignment to pending, pro-
posed contract modifications, including this PCM 04, which is summarized as follows:
Project Scope Item
Task 3 PAC Testing
Services Provided �l�
PCM-04
Approved
266,977.00
Budget Review
Expended/Proposed
$124, 53 7.53
$ 57,860.00
Remaining
$142,439.47
$ 84,579.47
(1) Services provided to date of this PCM.
The remaining balance from the Task 3 scope deletion ($84,579.47) will be resolved as
part of subsequent PCM/amendment submissions. We would request your concurrence
with this proposed contract change and administrative approval for execution. Formal
documentation of the contract change via change order/amendment will be subse-
quently submitted aggregate to pending PCMs.
Please advise if any questions or additional information is required for review of this pro-
posal.
Very truly yours,
Brown and Caldwell
����%�-.�—
Chad Bartruff, Pro t Manager
cc: Mary Moiso, Brown and Caldwell
Chris Patin, Brown and Caldwell
pco-04.1 addltional survey and sue
Matt Kusnir, PE
Fort Worth Water Department
September 17, 2025
Page 2
Table 1: Level of Effort
Client: City of Fort Worth Water Department
Project: South Holly WTP - PFAS Process Preliminary Engineering
Proj'ct No.: CPN-104942
Date: 17-Sep-25
PCM-04.01 Additional SUE and Survey
Brown � - Ca[dwell
I 1 — Projec[ Management
1 Projec[ Administra[ion and Reporting
� 2 Project Meetings
� 2 — Site Inves[igations
I � 1 Survey
� 2 SUE
� � 3 Geotechnical
� � 4 SiteVisi[s
$ 1�640 $ - $ - $ - $ - $ - $
4 I 2 I I O I $ 1,640 $ - $ - $ - $ - $ - $
�
`$ 1,680 $ - $ - $ - $ - $ - $
4 4 $ 640 $ ' $ - $ ' $ - $ - $
4 4 $ 1,040 $ - $ - $ - $ - $ - $
0 $ - $ - $ - $ - $ - $ - $
o S - S - S - s - S - S - S
$ - $
$ - $
$ - $
$ 53,640 $
$ 9,000 $
$ 44,640 $
$ - $
$
$
$
$
$
$
$
$
$
$
$
$
$
$
1,640
1,640
56,220
10,540
45,680
�-04.1 additional survey and sue
04.17.25
Chad Bartruff, PE
Sr. Project manger
Brown and Caldwell
5049 Edwards Ranch Road, Suite 400
Fort Worth, Texas 76109
Re: Modification to the Scope of Services — Amendment 05
FWWD Holly WTP PFAS PER, 1515 Edd Road, Dallas, Texas
JQ Project No.: 3240131
Dear Mr. Bartruff,
We understand the following contract revisions have been made to the base contract:
1. We understand the project requires alternate service for a Subsurface Utility Engineering: Level
A Testholes to be vacuum excavated by KMCE a 3rd party contractor
Qualitv Level "A" SUE
a. Employ vacuum excavation to verify the horizontal and vertical location ofthe existing utilities
at a maximum of Thirteen (13 testhole locations as specified by project engineers. Once each
utility is located, we will record the utility type, size material, depth to top and general
direction. Each test hole will be assigned to a unique ID number and will be marked with
rebar/cap. Testhole numbers will be painted in the filed next to each completed test hole. A
survey stake labeled with the testhole ID number and other pertinent utility information will
be placed at each testhole location. If rock or concrete is encountered during the excavation
and we are not able to excavate through normal testhole procedures, then the client will be
immediately notified of the field condition. Excavation in rock or to a depth greater than 10
feet is considered beyond the scope of this proposal and can be estimated for the Client on a
case-by-case basis.
b. Coordinate with the Client for survey of the utility testhole locations and manhole locations
once all field work has been completed.
972 ���,,; :; .;' PHONE
JQIENGLOM
Additional Services Authorization
FWWD Holly WTP PFAS PER, 1515 Edd Road, Dallas, Texas
Brown and Caldwell
04.17.25
Page 2 of 2
See the enclosed table that summarizes all proposed and accepted fees for this contract. The terms and
conditions of our base contract will apply to all contract revisions. If this contract amendment is
acceptable, please sign and return one copy to our office.
The terms and conditions of our base contract will apply to all work performed as part of these additional
services. If this proposal is acceptable, please sign and return one copy to our office.
Sincerely,
JQ Infrastructure, LLC
Texas Registered Engineering Firm: 7986
Chris N. Story PE
Partner
Accepted by:
Brown and Caldwell
CONTRACT SUMMARY
Services Task
Land Surveying
SUE
TOTAL
Staking out test holes.
Horizontal and Vertical
location of SUE markings
SUE Level A-Vacuum
Excavate 13 Test holes
Date
Contract
Amountl
$86,216.50
$92,750.00
$178,966.50
Current
Modification
Amount
$9,000.00
$44, 640.00
$53,640.00
Revised Contract
Amount
$95,216.50
$137,390.00
$232,606.50
1 Contract Amount includes the original contract amount and all previously accepted amendments.
BI�OWI'1 Ar�a � October 13, 2025
Caldwell '
Matt Kusnir, PE
Fort Worth Water Department
100 Fort Worth Trail
Fort Worth, TX 76102
Subject: Emerging Contaminants - PFAS Treatability Study
CPN-104942
Proposed Change No. 05- South Holly WTP Filter MCC Replacements
Dear Matt:
The Amendment No. 2 scope of services involved advancement of the pre-design and
design development - definition of facility and infrastructure improvements and review
of City-provided record data - for the SHWTP PFAS treatment improvements. Due to the
various South Holly WTP historical improvements projects, the pre-design and design ef-
forts required coordinated site investigation and review of facility infrastructure for inte-
gration of the planned PFAS treatment improvements.
Relative to the design advancement, electrical design progress and considerations were
discussed in Design Coordination Meeting No. 7(DCM-07) on April 22, 2025, inclusive
of the following:
• Overall site electrical layout and primary power supply
• South Holly Electrical Building (primary power and Oncor substation)
• Filtered Water Transfer Pump Station electrical improvements
• GAC Contactors - Electrical Room and facility layout
• Treated Water Pump Station electrical layout
• Backwash Wate Recovery facility layout
Based on review of existing facility infrastructure, related discussions in DCM-07, and
follow-up internal FWWD discussions, it was determined that the existing 480 power dis-
tribution capacity to accommodate the proposed Filtered Water Transfer PS (FTWTPS)
improvements with consideration of existing facilities and equipment required modifica-
tion of two existing MCCs in the Filter / Administration Building, MCC-T and MCC-ADM.
MCC-T is supplied from XFMR-T and it currently serves the existing Washwater Pumps,
site lighting, SHWTP Chemical Bldgs, and the Backwash Clarifier facility. The existing
MCC-T cannot be expanded in its current location to accommodate proposed ancillary
electrical loads associated with the planned FTWTPS and it is occupying space which will
be in conflict with future operations and maintenance activities. Additionally, MCC-T is
not in proximity to the existing Washwater Pumps, which can more effectively powered
from the planned GAC Electrical Room.
MCC-ADM is in the Filter/Administration Building basement and provides power to mis-
cellaneous 480 V equipment (HVAC equipment, sump pumps, and secondary panels).
MCC-ADM is supplied by the existing MCC-T, and it has exceeded its service life and
does not comply with current codes.
To minimize the necessary electrical improvements to accommodate the planned
FTWTPS ancillary electrical loads, the following modifications to MCC-T and MCC-ADM
were defined, discussed in DCM-07, and confirmed acceptable by the FWWD.
pcir-05 sh filter mcc replacement
Matt Kusnir, PE
Fort Worth Water Department
October 13, 2025
Page 2
• Relocate power for the existing Washwater Pumps from existing MCC-T to the
GAC Electrical Room, which increases available power from XFMR-T to the pro-
posed FTWTPS ancillary equipment.
• Install new MCC-TA, supplied by XFMR-T, to redistribute 480V power to the exist-
ing MCC-T services and planned FTWTPS ancillary equipment.
• Replace MCC-ADM with a new 480V power panel with a feed from MCC-TA.
• Install new 480V/120V transformer fed from MCC-TA and a 120V power panel
to serve the modified FTWTPS.
To implement the defined modifications, BC and GAI will perform necessary review of ex-
isting design information, conduct relevant site visits, and develop the necessary design
drawings and specifications for integration with the overall project design documents.
Attachment 1 identifies the proposed hours and fee to complete this work.
Upon your review, we would request your concurrence with this proposed contract
change. Formal documentation of the contract change via amendment will be subse-
quently submitted aggregate to pending proposed change modifications (PCMs).
Please advise if any questions or additional information is required for review of this pro-
posal.
Very truly yours,
Brown and Caldwell
����%�-.�—
Chad Bartruff,P.E. P� ct Manager
cc: Mary Moiso, Brown and Caldwell
Chris Patin, Brown and Caldwell
VK Gupta, GAI
pcir-05 sh filter mcc replacement
Matt Kusnir, PE
Fort Worth Water Department
October 13, 2025
Page 2
Attachment 1: Level of Effort
PCM-05 Filter TransFer PS MCC Repiacerne�l
Brcrin C�l�we.:
21f1 — Fr_�je�il.l�i»i�eiiieii[
t a,::p:r.,s::n,l,m,•:,rirr.n::R.,pn.rin,; �
2 Prslccihlcc:nps Q
2lO — Finel �esign � MCG7 enO MCGA�M Repla[eYnent
1 Electriwl Modi���aolo�s.,��%oordl�..,i I a
2 I&C Moai�ica[ivns and Coardi�w[lon 0
S �2Ma 5 - b - S - $ - S - y - $ - y - $ � - - 5 3,2FS0
0 I 0 I 0 I 9 I 0 0 I S ��R� 5 - S - S - E - 5 - S - E - E - E � 5 5 3.78U
$ 3.5fi0 $ � $ 19,H80 s � a � s � s - s � s - a 19980 $ - $ $5,42$
0 I 0 I 4 I 2 I 4 10 Y L.�G�� 5 - S LG.689 4 - 'A � 5 � 5 . 'A . 5 . 'A 15.68D S - S 19.198
0 0 6 � .+ Y L.�;1:� 4 ti a200 5 - . ti 4 , 4 S 42pD 5 - E 6.230
pcm-05 sh filter mcc replacement
Brown A�o �
Caldwell '
October 13, 2025
Matt Kusnir, PE
Fort Worth Water Department
100 Fort Worth Trail
Fort Worth, TX 76102
Subject: Emerging Contaminants - PFAS Treatability Study
CPN-104942
Proposed Change No. 06- Task 003 PAC Deletion (Remaining Balance)
Dear Matt:
The original project scope included Task 3 PAC Bench Scale Testing to evaluate as an
alternative treatment for PFAS removal. In summary, this effort was defined to conduct
four individual sampling and testing events relative to all five of FWWD's water treat-
ment plants. Although the EPA does not identify PAC as a best available technology for
PFAS treatment, FWWD wanted to examine PAC perFormance relative to each WTP's
source water, process conditions, and facility operations.
Two of four defined PAC testing events as defined in the scope of work baseline testing
plan and the updated overall testing matrix were completed. This work included the fol-
lowing activities:
• Coordination for and execution of water collection and raw water field sampling
at all five WTPs.
• Bench-scale testing of three PAC products.
• 3rd party laboratory analyses and reporting.
• Data processing, review, and analysis.
Event data was reviewed with the City during intermediate project progress meetings to
discuss PAC performance and related observations, including estimated dosing require-
ments for PFAS removal. This data and information has been documented into the draft
Treatability Study Report for project record.
With FWWD's direction to delete the remaining scope of work from Task 003 (PAC test-
ing, sampling, analytical services, etc), a portion of the remaining Task 3 budget
($142,439.47) was available for reassignment to pending, proposed contract modifica-
tions. PCM-04 deleted a portion of the Task 3 funding to off-set costs ($57,860) associ-
ated with additional survey and test-hole services. The remaining Task 3 contract bal-
ance was defined as $84,579.00. This PCM-06 includes deletion of the remaining
services and deducts the remaining contract fee of ($84,579.00) associated with Task 3
We would request your concurrence with this proposed contract change. Formal docu-
mentation of the contract change via change order/amendment will be subsequently
submitted aggregate to pending PCMs.
Matt Kusnir, PE
Fort Worth Water Department
October 13, 2025
Page 2
Please advise if any questions or additional information is required for review of this pro-
posal.
Very truly yours,
Brown and Caldwell
Chad Bartruff,P.E., ject Manager
cc: Mary Moiso, Brown and Caldwell
Chris Patin P.E., Brown and Caldwell
October 20, 2025
Brown A�o .
Caldwell � Matt Kusnir, PE
Fort Worth Water Department
100 Fort Worth Trail
Fort Worth, TX 76102
Subject: Emerging Contaminants - PFAS Treatability Study
CPN-104942
Proposed Change No. 07- SEL Leachate Treatability Study - Bench Testing
Dear Matt:
The Amendment No. 3 scope of services included the evaluation, selection, and design
of a feasible leachate treatment technology to manage PFAS concentrations in the City's
Southeast Landfill leachate and leach condensate. These liquid wastes were previously
discharged to the City's Village Creek Water Reclamation Facility.
Based on initial review and discussion of feasible technologies, bench-scale testing of
potential process vendor processes was recommended. This PCM-07 defines changes
to the Amendment No. 3 scope of services for Brown and Caldwell to facilitate, manage,
and review execution of the vendor testing. Attachment A describes the Amendment No.
3 scope changes and Attachment B summarizes the proposed hours and fee to com-
plete this work.
Upon your review, we would request your concurrence with this proposed contract
change. Formal documentation of the contract change via amendment will be subse-
quently submitted aggregate to pending proposed change modifications (PCMs).
Please advise if any questions or additional information is required for review of this pro-
posa I.
Very truly yours,
Brown and Caldwell
Chad Bartruff, P.E. oject Manager
cc: Mary Moiso, Brown and Caldwell
Chris Patin, Brown and Caldwell
Tim White, Brown and Caldwell
ATTACHMENT A
PROFESSIONAL ENGINEERING SERVICES FOR
PCM N0. 07: SE LANDFILL PFAS TREATMENT SYSTEM BENCH TESTING
CITY PROJECT NO.: 104942
ATTACHMENT A
PCM NO. 07:
SOUTHEAST LANDFILL LEACHATE TREATABILITY STUDY
BENCH TESTING
CITY PROJECT NO.: 104942
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
In response to the United States Environmental Protection Agency's proposed maximum
contaminant levels for PFAS compounds in drinking water, the CITY initiated a PFAS
management strategy focused on reduction through source identification and, if needed,
removal through treatment.
To support this, the CITY is evaluating options to proactively reduce sources of PFAS which
may be discharged to their existing wastewater collection and treatment facilities. PFAS is
not typically attenuated in most wastewater treatment processes, resulting in the effluent
being discharged to the environment and may adversely impact drinking water sources.
Like Publicly Owned Treatment Works, landfills do not actively produce PFAS and instead
are passive receivers given their role in managing society's wastes in a safe and responsible
manner. As a result, landfill leachate often contains significant levels of PFAS, which has
been identified as a specific contributor of PFAS to the Publicly Owned Treatment Works.
This resulted in the CITY implementing a moratorium on acceptance of trucked leachate at
the Village Creek Water Reclamation Facility (VCWRF). However, the CITY is still accepting
direct discharge of leachate from their Southeast Landfill (SEL) to VCWRF, which
contributes a significant mass load to the plant influent. Management and/or removal of the
PFAS load to the VCWRF is important to reducing the potential for this constituent to be
released.
As a modification to the original scope of work defined by Amendment No. 3, this proposed
contract modification (PCM) No. 7 defines the revised approach to further evaluate feasible
technologies for a leachate PFAS treatment facility at the SEL by utilizing bench testing to
assess the effectiveness and viability of different configuraton of vendor-provided systems.
The work will develop information to support development of biddable construction
documents (design-bid-build) to implement a PFAS treatment facility at SEL inclusive of the
following facilities and systems:
• Implement a vendor-provided modular PFAS treatment system that can be installed
directly on a slab-on-grade at the SEL and integrated into the existing
leachate/condensate management systems.
City of Fort Worth, Texas
Attachment A
PMO Release Date: 07.23.2012
Page 1 of 7
ATTACHMENT A
PROFESSIONAL ENGINEERING SERVICES FOR
PCM N0. 07: SE LANDFILL PFAS TREATMENT SYSTEM BENCH TESTING
CITY PROJECT NO.: 104942
• Identify system performance and constraints that should be considered as part of
subsequent design and/or pilot testing.
• Develop initial performance data to allow for consideration of operating protocols
• Generate treatment residual (foamate) for further evaluation to determine an
effective management strategy for the waste product.
WORK TO BE PERFORMED
As part of the Amendment No. 3— Southeast Landfill Leachate Treatability Study (Study)
the modified scope defined by this PCM No. 07 will be executed as defined within the
following primary Study tasks over an approximate 3-month duration. The overall Study
duration is not expected to change, but will be depdendent on potential subsequent pilot
activities following completion of the bench testing.
• Phase 300
o Task 1. Project Management
o Task 4. Pilot Testing (new Subtask 004 Bench Testing)
Task-specific activities, associated assumptions and work products, and defined
deliverables are described in the following paragraphs. Additional assumptions to those
identified for the Study are summarized at the end of this scope of work.
TASK 1. Project Management.
ENGINEER will perform project management duties to manage change, communicate
effectively, coordinate internally and externally as needed, and proactively address issues
with the CITY's Project Manager and others as necessary to make progress on the work.
The ENGINEER will perform the following tasks:
1.1. Project Management and Reporting
• Lead, manage, and direct team activities associated with the expanded scope.
• Task and allocate team resources.
• Communicate internally among team members.
• Implement ENGINEER's quality assurance and quality control practices in
performance of the defined scope of services.
• Advise the CITY when the established project expectations cannot be met or when
the engineering fee will increase as a change directive from the CITY for the scope
of desired modifications.
• Update ENGINEER's internal project management plan and quality management plan
to guide the project team in execution of the project scope.
City of Fort Worth, Texas
Attachment A
Page 2 of 6
ATTACHMENT A
PROFESSIONAL ENGINEERING SERVICES FOR
PCM N0. 07: SE LANDFILL PFAS TREATMENT SYSTEM BENCH TESTING
CITY PROJECT NO.: 104942
1.2 Project Meetings
• Testing Status Meetings — Conduct two (2) status meetings to provide the CITY's
project manager with project status update. Meetings are assumed as 1-hour
duration, exclusive of ENGINEER's preparation and documentation efforts, and will
include the project manager, their surrogate, and/or project task leader(s) as
appropriate.
Task Assumptions:
• Testing status meetings will be conducted virtually.
Task Work Products:
• Updated project schedule.
• Monthly invoices, progress reports and schedule updates.
• Meeting summaries with action item and decision logs.
TASK 4. Pilot Testing
4.1 Testing Execution
Amendment No. 3, Task 4.1 Testing Execution scope of services will be deleted and not
performed.
4.2 Pilot Testing Evaluation Report
Amendment No. 3, Task 4.2 Pilot Testing Evaluation Report scope of services will be
deleted and not performed.
4.3 Pilot Testing Results Workshop
Amendment No. 3, Task 4.3 Pilot Testing Results Workshop will be maintained as part of
the amendment scope of services.
4.4 Bench Testing
ENGINEER will develop, procure, and oversee bench testing executed by up to 5 system
vendors for estimation of foam fractionation performance as a primary treatment mechanism
for the removal of PFAS from landfill leachate and condensate. Results may be considered
when identifying vendors for potential procurement and to define subsequent pilot testing
efforts and scope of services.
City of Fort Worth, Texas
Attachment A
Page 3 of 6
ATTACHMENT A
PROFESSIONAL ENGINEERING SERVICES FOR
PCM N0. 07: SE LANDFILL PFAS TREATMENT SYSTEM BENCH TESTING
CITY PROJECT NO.: 104942
ENGINEER will complete the following tasks to plan and execute the bench testing efforts.
4.4.1. Bench Testing Support
• ENGINEER will serve as overall manager, responsible for oversight to achieve
the bench testing goals and objectives.
ENGINEER will coordinate sampling, including setup of contract with external
laboratory for water quality analysis and coordination of all sample containers.
ENGINEER will oversee sample collection and shipment to appropriate
laboratory for all external laboratory samples. ENGINEER is responsible for
payment of all third-party laboratory costs as defined in the Bench Test Protocol
(Task 4.4.3).
• ENGINEER will perform regular checks of vendor bench testing operations and
performance.
• CITY is responsible for coordination with other departments and contractors.
4.4.2. Bench Testing Vendor Procurement
• ENGINEER will obtain quotations from system vendor(s)/supplier(s) to define
testing requirements, cost, and schedule of availability.
• Completion of foam fractionation bench testing at the vendor's facility
• Following completion of testing, the vendor shall provide one or more
samples of the product water and foamate for analysis by the
ENGINEER and/or send samples for water quality analysis at a
laboratory identified by the Engineer.
• Vendor shall provide a brief written summary of the testing activities,
including description of the testing apparatus, field notes taken
during testing, and a summary of results and observations.
• ENGINEER will arrange for shipment of the leachate/condensate blend to the
vendor's location.
• ENGINEER will arrange shipment via ground transportation
• Shipment shall be via tote or poly drum, depending on the volume
required. ENGINEER will obtain the necessary supplies unless the
vendor provides specific materials for shipping.
CITY will furnish totes to supply vendors with leachate/condensate
samples.
City of Fort Worth, Texas
Attachment A
Page 4 of 6
ATTACHMENT A
PROFESSIONAL ENGINEERING SERVICES FOR
PCM N0. 07: SE LANDFILL PFAS TREATMENT SYSTEM BENCH TESTING
CITY PROJECT NO.: 104942
4.4.3 Bench Test Protocol
• ENGINEER will coordinate with vendors to develop a draft standard bench
testing protocol for submittal for ENGINEER review. The protocol will include
schematic of the bench testing system, labor expectations, operational data
logs, water quality sampling matrix, sampling frequencies, and schedule for
completion of testing.
• The pilot protocols and schematic design will be updated following CITY review
and submitted as Final to the CITY.
4.4.4 Bench Testing Report
• At the conclusion of the bench testing, the ENGINEER will review the written
summary from each vendor and compile the information into a brief draft report.
The compiled draft will be submitted for CITY review. Following CITY review,
ENGINEER will update the report and submit a signed and sealed report.
Task Work Products
Bench Test Protocol (Draft / Final for CITY review)
• Quotations for bench testing (up to 5 vendor testing quotations)
• Bench Testing Report (Draft / Final for CITY review)
SCOPE OF WORK ASSUMPTIONS
In the development of this PCM-07 scope of work and associated task budgets defined in
"Attachment B", ENGINEER has made the following governing assumptions in addition to
and inclusive of those identified in Amendment No. 3:
• Deliverables (draft and final) will be submitted in electronic/digital (PDF) format for
CITY review and record. Paper submittals will not be required for any deliverables.
• CITY will complete document reviews within five business days of submission.
Review comments will be compiled/logged within a single (PDF) document or
compiled into a spreadsheet file (Excel) and returned to the ENGINEER for
documentation of responses and tracking of completion.
• ENGINEER will document meeting/workshop notes and Project action items and
decisions for Project records for identified meetings and workshops. Notes will be
summaries of ineetings/workshops and key points and shall not be considered
verbatim documentation of ineeting discussions.
• ENGINEER provision of forensic engineering or retained expert services is excluded
from this scope of work. In the event ENGINEER is subsequently requested by CITY
or others to provide documents or testimony regarding this scope of work, those
additional services will be negotiated via change management pursuant to the rates
and costs reflected in this Agreement, as may be amended in the future.
City of Fort Worth, Texas
Attachment A
Page 5 of 6
ATTACHMENT A
PROFESSIONAL ENGINEERING SERVICES FOR
PCM N0. 07: SE LANDFILL PFAS TREATMENT SYSTEM BENCH TESTING
CITY PROJECT NO.: 104942
• Adjustments to the design will be considered as project progresses and/or if
regulatory aspects of the project evolve. If modifications are proposed, the
ENGINEER will identify them as early as possible for discussion with and
consideration by the CITY's project manager.
Final Design Engineering Assumptions:
Process design is limited to the currently measured PFAS compounds and
concentrations found in the landfill leachate and condensate as defined herein and
evaluated as part of the Leachate PFAS Treatability Study with respect to the current
EPA MCLs defined for those compounds. Detection of new PFAS compounds and/or
the addition or modification of EPA compliance requirements are considered out of
the scope of this Project and additional evaluation of the Process suitability for those
compounds would require additional investigation.
• Design will be developed in accordance with TCEQ regulations, as applicable to the
project scope and facility performance objectives. Analyses, testing, and other
requests by the regulatory agency that are not specifically included within this scope
will be considered additional services.
End of `Attachment A'
City of Fort Worth, Texas
Attachment A
Page 6 of 6
ATTACHMENT B
PROFESSIONAL ENGINEERING SERVICES FOR
PCM N0. U7: SE LAN�FILL PFAS TREATMENT SYSTEM BENCH TESTING
CITY PROJECT NO.: 104941
1 ProJect Management
1 Projec[ Administration and Reporting
� 2 Project Meetings (Client Kickoff)
2 Projec[ Meetings (Project Meetings)
� a Pilotiesting
1 PilotTesting
2 Testing Evaluation and TM
3 Workshop
4 Bench Testing
001Bench Testing Support
002.Vendor Procurement
003.Bench Test Protocol
004.Bench Test Renort
ATTACHMENT B
PCM NO. 07:
SOUTHEAST LANDFILL LEACHATE TREATABILITY STUDY BENCH TESTING
CITY PROJECT NO.: 104942
2 12
�8)
(2) (4)
6 12
2
2 S 2
4 S 4
��4) ��4) (48) �16)
(16) (8) (24) (24)
2 8 16 16 16
4 24 24
2 4 2 16 16
2 4 S 8 16
$11,4So
26 $6,090
16 $4,900
($1,150)
(S) (128) ($34,360) ($20,000)
(7S) ($18,240) ($5,080)
2 60 $14,780 $16,500
70 $18,640
2 42 $8,940 $3,500
40 $9.090 $S.OSO
$90,293 $90,293
$9Q293 $90,293
$10,990
$6,090
$4,900
$98,172
($56,360)
($23,528)
$32,930
$117,962
$12,790
City of Fort Wor�h, Texas
Atlachmen� 6
PMO Release Date: 07 23.2012
Page 1 of 1
Client: City of Fort Worth Water Department
Project: Emerging Contaminants - PFAS Treatability Study - Amendment 3(SE Landfill )
Project No.: CPN-104942
Date: 20-Oct-24
PCM-07: Southeast Landfill Leachate Treatability Study- Bench Testing
BI�OWn Ar�° , November 9, 2025
Caldwell '
Matt Kusnir, PE
Fort Worth Water Department
100 Fort Worth Trail
Fort Worth, TX 76102
Subject: Emerging Contaminants - PFAS Treatability Study
CPN-104942
Proposed Change No. 08- Task 270 NCP Additional Services
Dear Matt:
The Amendment No. 2 scope of services for the Holly Water Treatment Facility PFAS
treatment system design (Project) included Task 7 NCP Compliance. Task 7 was defined
to provide services relative to the Project design for substantial compliance with Na-
tional Contingency Plan (NCP) requirements for the assessment of PFAS impacts on the
FWWDs drinking water supply system. As defined in Amendment No. 2, these activities
included the following tasks:
• Task 7.1 Preliminary Assessment
Task 7.2 Preparation of a Quality Assurance Project Plan (QAPP) and Analytical
Data Validation
• Task 7.3 Focused Feasibility Study
After execution of Amendment No. 2, additional discussions in February 2025 between
FWWD, their legal counsel, and the Engineer were conducted to align Task 7 services
with FWWD's project approach. These discussions clarified scope efforts relative to the
defined preliminary assessment, the quality assurance plan and the focused feasibility
study and defined additional scope for completion of a public participation plan and de-
cision document. These modifications were documented in email correspondence and
scope language revisions between the Engineer, FWWD and their legal counsel and are
summarized in Attachment No. 1.
Primary modifications and additions to the Amendment No. 2 scope include the follow-
i ng:
• Task 7.1 - Preliminary Assessment
o Expand task definition to reflect requested completion of a prelimi-
nary assessment and site inspection and define constraints of those
elements.
o Identify and review PFAS data and sampling completed by FWWD.
o Remove from the PA/SI completion of a hazardous ranking system
evaluation.
Task 7.2 Preparation of a Quality Assurance Project Plan and Analytical Data
Validation
o Expand data validation review of previously sampled and planned
sampling of PFAS data associated with FWWD reservoir and water
system sources relative to the NCP process. This includes Level 2
data validation of FWWD sample data and reservoir data supplied to
pcm-08 task 270 ncp add svcs
Matt Kusnir, PE
Fort Worth Water Department
November 9, 2025
Page 2
FWWD by TRWD. The historical data review included 46 reports and
additional.
o Prepare a field sampling plan.
In addition to the revised scope activities, the pilot execution and laboratory
data processes resulted in additional data sets requiring validation for com-
pliance with the NCP QAPP. The original effort made assumptions based on
the original pilot plan/protocol, but the execution required additional sample
sets for review and validation. The NCP process necessitates continued
data validation relative to the selected response action. It is assumed that
sampling and analyses will continue through February 2026, and additional
services are included based on validation efforts to date and relative to the
planned pilot schedule. The additional services assumes review of FWWD
source water data only through January 2026.
• Task 7.3 Focused Feasibility Study
o Clarify use of acceptance criteria in the feasibility evaluation.
• Task 7.4 Public Participation Plan
o Add this task to the NCP effort
• Task 7.5 Response Action Decision Document
o Add this task to the NCP effort
Attachment No. 2 identifies the proposed hours and fee to complete the scope of ser-
vices changes described.
Upon your review, we would request your concurrence with this proposed contract
change. Formal documentation of the contract change via amendment will be subse-
quently submitted aggregate to pending proposed change modifications (PCMs).
Please advise if any questions or additional information is required for review of this pro-
posa I.
Very truly yours,
Brown and Caldwell
�,��%.-.�s—
Chad Bartruff,P.E. ect Manager
cc: Mary Moiso, Brown and Caldwell
Chris Patin, Brown and Caldwell
Andy Sufalko, Brown and Caldwell
pcm-08 task 270 ncp add svcs
ATTACHMENT A
PROFESSIONAL ENGINEERING SERVICES FOR
PCM-08 - TASK 7 NCP ADDITIONAL SERVICES
CIN PROJECT NO.: 104942
ATTACHMENT A
PCM-08
HOLLY WATER TREATMENT FACILITY
TASK 7- NCP ADDITIONAL SERVICES
CITY PROJECT NO.: 104942
WORK TO BE PERFORMED
This Amendment No. 2- HOLLY WATER TREATMENT FACILITY PFAS
TREATMENT SYSTEM DESIGN (Project) was defined by the following primary
tasks.
Task 1. Project Management
Task 2. Pilot Study
Task 3. Intermediate Design (75%)
Task 4. Final Design / Issued for Bid
Task 5. Regulatory and Permitting
Task 6. Advertisement and Bid Support
Task 7. NCP Compliance
This Attachment A identifies and defines Task 7— NCP Compliance scope
modifications discussed and coordinated with the CITY following approval and
execution ofAmendment No. 2. All otherAmendment No. 2 scope items, unless
otherwise noted herein, are unchanged by this PCM-08.
TASK 7. NCP Compliance
ENGINEER will complete activities relative to the project design as required to
provide substantial compliance with National Contingency Plan (NCP) requirements
for the assessment of PFAS impacts on the CITY's drinking water supply system.
The services shall include the following Tasks:
Page 1 of 8
7.1 Preliminary Assessment/Site Inspection
ENGINEER will perForm a Preliminary Assessment and Site Inspection (PA/SI) in
general conformance with EPA/540/G-91/013 "Guidance for Performing Preliminary
Assessments under CERCLA." The objective of the PA/SI is to determine whether
impacts from per and polyfluoroalkyl substances (PFAS) from NAS JRB Fort Worth,
the Air Force Plant 4 Superfund Site, and potential other sources present a potential
threat to human health, safety, and the environment through impacts on the CITY
drinking water supply system. For the purposes of the PA/SI, the Site is defined as
Lake worth in the vicinity of the CITY drinkinq water supply intake. The scope of this
task will specifically include the following:
• Review of reasonably ascertainable reports, data and other information
prepared for NAS JRB Fort Worth and the Air Force Plant 4 Superfund Site
regarding PFAS releases and migration pathways.
• Review of historical aerial photographs, and other site maps to identify
locations where PFAS releases are known or suspected at the NAS JRB
Fort Worth and Air Force Plant 4 SuperFund Site.
• Review databases such as Environmental Database Reports (EDR)
provided by Lightbox and the EPAAnalytic Tools to identify other potential
sources of PFAS in the vicinitv of the Site.
• Review of surFace water PFAS surFace water data collected bv the CITY
from Lake Worth.
• Review of reasonablv ascertainable geologic information to understand local
stratigraphy and structure and to identify aquifers and surFace water bodies
potentially impacted by PFAS.
• Identify potential migration pathways, particularly surface water and
groundwater pathways, from known or suspected PFAS releases which
could result in PFAS entering the CITY's water supply system.
• Document information pertaining to the CITY's water supply
system, including the system's source of drinking water,
information pertaining to its supply wells and surface water
intakes including but not limited to location, depth, output
capacity, and population served, and PFAS analvtical results
obtained from historical system samplinq events completed bv
the CITY.
Page 2 of 8
• Preparation of a Preliminary Assessment/Site Inspection Report to
document the assessment findings and to provide recommendations for
additional assessment or other actions, if necessary.
ENGINEER will prepare a draft report for CITY review and
comment.
CITY will provide a summary of comments/questions for
ENGINEER rereview and response.
ENGINEER will revise and update the report considerate of the
CITY's comments/questions.
7.2 Field Samplinq Plan and Qualitv Assurance Proiect Plan
• Preparation of a Field Samplinq Plan and Quality Assurance Project Plan and
Analytical Data Validation for evaluation and inclusion of existina data, future
samplinq of Lake Worth, if necessary, and for the samplinq of the CITY's
water system. These Plans will include the followinq:
• ENGINEER will prepare a Field Samplinq Plan describinq the number, tvpe,
and location of samples and analvses to be done.
• ENGINEER will prepare a Quality Assurance Project Plan (QAPP) in
accordance with EPA QA/G-5, "Guidance for Quality Assurance Plans", to
define testing and quality assurance requirements for PFAS sampling of the
CITY's drinking water supply system.
• The QAPP will be a stand-alone document to be implemented and utilized
relative to the data collected for completion of the Task 2— Pilot Study, Task
7.1 - PreliminaryAssessment/Site Inspection, Task 7.3 — Focused Feasibility
Study.
ENGINEER will prepare the draft QAPP for CITY review and
comment.
CITY will provide a summary of comments/questions for
ENGINEER rereview and response.
ENGINEER will revise and update the report considerate of the
CITY's comments/questions.
• Per the process documented in the QAPP, the ENGINEER will review and
perform a Level 2 data validation on PFAS data previously collected by the
City of Forth Worth (beqinninq January 2024 throuqh completion of the
Amendment No. 2, Task 8 in January 2026) from its drinking water supply
Page 3 of 8
system reservoirs and system to assess and document the useability of
those data.
• ENGINEER will perform level 2 data validation for all pilot and source water
quality monitoring data collected by the ENGINEER throuqh January 2026
used to inform the pilot study design. Level 2 data validation will include
review of the following:
• Data completeness and chain of custody
• Case narratives and lab qualifiers
• Preservation and hold times
• Method reporting limits and method detection limits
• Method blanks and field blank contamination
• Method surrogate recoveries
• Laboratory control sample recoveries (LCS/LCSD)
• Matric spike and matrix spike duplicate samples (MS/MSD)
• Lab duplicates
• Field duplicate comparison
Third-partv data and reports furnished bv the Citv, which are not provided as an
electronic data deliverable (EDD), will not be inteqrated into the proiect
database.
7.3 Focused Feasibility Study/Proposed Plan
• ENGINEER will prepare a Focused Feasibility Study to evaluate EPA-
defined best available technologies (i.e., GAC, ion exchange, nanofiltration,
and reverse osmosis) alternatives to treat PFAS impacted water that is
entering the CITY drinking water supply system. The Focused Feasibilitv
Study will be based on the EPA 540/G-89/004, "Interim Final Guidance for
Conducting Remedial Investigations and Feasibility Studies Under
CERCLA," however, the procedure described in the Guidance will be
streamlined and presented in the form of a Focused Feasibility Study. It is
anticipated that the Focused Feasibility Study will include the following
elements:
Page 4 of 8
• Introduction
• Identification of Applicable or Relevant and Appropriate
Requirements (ARARs). Only the ARARs directly related to the
concentrations of PFAS in the treated stream will be included.
• Determination of the PFAS concentrations and the volumetric flow
rate of the stream to be addressed
• Establishment of Remedial Action Objectives
• Identification and definition of the best available treatment
technologies
• Screening of the technologies. The screening will be conducted
based on the criteria of feasibility, effectiveness and relative
(qualitative) cost.
• Assemblv of the remedial alternatives. The remedial alternatives
will be described in sufficient detail to allow for the evaluation and
will be illustrated using simplified figures and /or process flow
diagrams.
• Comparative evaluation of the remedial alternatives. The
evaluation will be conducted using the following criteria:
• Threshold Criteria: 1) Overall protection of human health and
the environment, and 2) Compliance with ARARs
• Primary Balancing Criteria: 1) Long-term effectiveness and
permanence, 2) Reduction of toxicity, mobility or volume, 3)
Short- term effectiveness, 4) Implementability, and 5) Cost
• The modifyinq criteria of State Acceptance and Communitv Acceptance will
not be utilized in the FFS, however mav be evaluated followinq the public
comment period as part of the Response Action Decision Document, if
required and authorized bv the CITY.
The comparative evaluation will develop an overall score for each alternative to
allow for the selection of the preferred remedial alternative.
• The engineer's opinion on probable cost for the alternatives will be
developed in accordance with the EPA 540-R-00-002 "A Guide to
Developing and Documenting Cost Estimate During the Feasibility Study" to
provide accuracy in the range of -30 to +50 percent. Where applicable, the
Page 5 of 8
Focused Feasibility Study, and Proposed Plan will include limited text and
will present the analysis in tables.
ENGINEER will prepare a draft Focused Feasibilitv Studv and
Proposed Plan for CITY review and comment.
CITY will provide a summary of comments/questions for
ENGINEER rereview and response.
ENGINEER will revise and update the Focused Feasibilitv Studv
and Proposed Plan considerate of the CITY's
comments/questions.
• ENGINEER will coordinate with CITY and its counsel to make the Focused
Feasibilitv Studv and Proposed Plan available for public comment and other
stakeholder outreach per the Public Participation Plan.
7.4 Public Participation Plan
• Support the CITY in the preparation of a Public Participation Plan that will
include the followinq:
• Establishment of a stakeholder contact list
• Support the CITY in developinq a public notification letter, fact
sheet, and/or newspaper advertisement to announce events that
would be of interest to the public
• List of events that are to be subiect to public announcement (e.q.,
the release of a technical report)
• Location of a repository from which the public mav review
technical reports
• Mechanism for receivinq and respondinq to public comments.
• Public Participation Process
ENGINER will review public comments to the proiect elements
which are relative to the ENGINEER's scope of services and
provide respective comments and responses to the CITY.
ENGINEER will have three attendees, includinq the proiect
manaaer, in person at the public meetina for discussion of Proiect
information relative to the NCP process and the PFAS treatment
strateqies evaluated for the Proiect.
Page 6 of 8
The ENGINEER will assist the CITY with development of the
meetinq slides and presentation material and attend planninq
meetinqs to support these efforts.
CITY will be responsible for meetinq items includinq, but not
limited to:
• schedulinq and all related loqistics
• siqn-in sheet
• meetinq notes
7.5 Response Action Decision Document
• The ENGINEER will prepare a Response Action Decision Document that will
be prepared in a manner similar to that of an EPA Record of Decision. The
Decision Document will identify the selection of the response action for the
CITY's water system and the basis for that selection.
• ENGINEER will respond to and incorporate siqnificant comments received
as part of public participation in the Response Action Decision Document.
The Response Action Decision Document will be made publiclv available for
review per the Public Participation Plan.
• Before construction beqins, ENGINEER will develop and make available to
the public a fact sheet describinq the final enqineerinq desiqn per the Public
Participation Plan.
Task Assumptions
• CITY will provide available PFAS data previously collected from its drinking
water supply system and from Lake Worth.
• ENGINEER is not conductinq site visits or investiqation activities at the NAS
JRB Fort Worth and Air Force Plant 4 SuperFund Site or at Lake Worth since
data has and is continuinq to be collected from those locations bv others.
• Because this is a private party action being conducted in general
conformance with the NCP process, the remedial alternative will be selected
by the CITY rather than the USEPA.
Task Work Products
• Public Participation Plan (Draft report to the CITY and final report followinq
the resolution of the CITY comments)
Page 7 of 8
• Support in preparation of public participation materials (e.q., public meetinq
presentation, fact sheet, newspaper notification)
• Preliminary Assessment/Site Inspection Report (Draft report to the CITY and
final report following the resolution of the CITY comments)
• Quality Assurance Project Plan (QAPP) (Draft report to the CITY and final
report following the resolution of the CITY comments)
• Focused Feasibility Study and Proposed Plan (Draft report to the CITY and
final report following the resolution of the CITY comments)
• Response Action Decision Document inclusive of responses to public
participation comments (Draft report to the CITY and final report followinq
the resolution of the CITY comments)
End of Attachment A
Page 8 of 8
ATfACHMENT B
PROFESSIONAL ENGINEERING SERVICES FOR
PCM-08 - TASK 7 NCP ADDITIONAL SERVICES
CITY PROJECT NO.: 104942
ATTACHMENT B
PCM-08
TASK 7 NCP ADDITIONAL SERVICES
LEVEL OF EFFORT
Client Name: City of Forl Worth Water Department
Project: SHWTP PFAS - PCM-OS
Project No.: CPN-104942
Phase Task
�-
Project Management and I
270 NCP Compliance
7.1 PA/51
7.2 QAPP/ 6ata Validation
7.3 Focused Feasibiliry5tudy
7.4 Pu61ic Participation Plan
7.5 ResponeActionDocument
Bill
Project Data Data Pilot Treatment
Project Analyst/ Validation Validation Data Technical
Principal Manager ,4dmin QA/4C Lead Mgmt Lead NCPSME NCPLead NCP
Chad hlarihel Vital j Benjamin Hania Andy Marek
Chris Patin Bartruff hlary Moiso �eff �avin Long Zanih K11e Hay Sufalko �strowski �eff C:
$ 346 $ 346 $ 146 $ 240 $ 166 $ 146 $ 226 $ 266 $ 360 $ 2
0 4 8 0 0 0 0 0 0 0
0 0 0 0 0 0 o s ie o
0 0 0 30 140 72 0 0 0 0
0 0 0 0 0 0 0 0 0 0
0 8 G 0 0 0 18 24 24 2
0 22 6 0 0 0 0 3G GO 2
Total Hrs I Total Labor
$ 2,480 $
12 $ 2.480 $
$1Q3,32Q $
2a � e,saa �
242 $ 39,G86 $
0 $ - $
82 $ 21,446 $
126 $ 35,326 $
O�Cs Total Cost
$ - $ 2,480
$ $ 2.480
$2,aaa $G5,641
� � e,aaa
$ - $ 39,G80
$ - $ -
$ 2,006 $ 23,440
$ $ 35,320
pcm-08 task 270 ncp add svcs
November 9, 2025
BI'OWCI An�D •
Caldwell � Matt Kusnir, PE
Fort Worth Water Department
100 Fort Worth Trail
Fort Worth, TX 76102
Subject: Emerging Contaminants - PFAS Treatability Study
CPN-104942
Proposed Change No. 09- SHWTP Primary Power Improvements
Dear Matt:
The work defined via Amendment No. 2- PFAS Treatment System Design (CPN-
104942) required coordination with the local electric power utility (Oncor) to support the
additional electrical load associated with the planned integration of a new GAC treat-
ment process. Amendment No. 2 assumed that a new primary power feed and meter,
separate from the existing South Holly Substation (Substation), would be provided. Via
subsequent coordination with Oncor in January 2025 following execution of Amendment
No. 2, Oncor advised they would require replacement of the existing Substation to pro-
vide a common power feed for the existing South Holly WTP and the new GAC treatment
process facilities. Additionally, Oncor advised the Substation has exceeded its useful life
and must be replaced, as they cannot support the equipment to reliably meet the CITY's
operational requirements for the South Holly WTP and the planned PFAS treatment im-
provements.
This PCM-09 defines the engineering services discussed with FWWD to develop the con-
cept and final design of the necessary Substation replacement improvements concur-
rent with Amendment No. 2 design services. Primary power concepts were discussed
with Oncor and FWWD and the included figures identify the selected design configura-
tion and facility integration to align with the FWWD's existing South Holly emergency pre-
paredness plan and Oncor's planned substation configuration. It should be noted that
Oncor has not yet provided final confirmation for their discussed substation configura-
tion.
Upon your review, we would request your concurrence with this proposed contract
change. Formal documentation of the contract change via amendment will be subse-
quently submitted aggregate to pending proposed change modifications (PCMs).
Please advise if any questions or additional information is required for review of this pro-
posa I.
Very truly yours,
Chad Bartruff, P.E. ject Manager
Brown and Caldwell
cc: Mary Moiso, Brown and Caldwell
Chris Patin, Brown and Caldwell
ATTACHMENT A
PROFESSIONAL ENGINEERING SERVICES FOR
PCM-09 - PFAS PRIMARY POWER IMPROVEMENTS
CITY PROJECT NO.: 104942
ATTACHMENT A
PROFESSIONAL ENGINEERING SERVICES FOR
PCM-09
HOLLY WATER TREATMENT PLANTS
SHWTP PRIMARY POWER IMPROVEMENTS
CITY PROJECT NO.: 104942
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 work defined via Amendment No. 2— PFAS Treatment System Design (CPN-104942)
required coordination with the local electric power utility (Oncor) to support the additional
electrical load associated with the planned integration of a new GAC treatment process.
Amendment No. 2 assumed that a new power feed, separate from the existing South Holly
Substation (Substation), would be provided. Via subsequent coordination with Oncor
following execution of Amendment No. 2, Oncor advised that the existing Substation has
exceeded iYs useful life and can not be supported to reliably meet the CITY's operational
requirements. Oncor will require replacement of the existing Substation to provide a
common power feed for the existing South Holly WTP and the new GAC treatment process
facilities.
This scope of work defines the tasks to develop biddable construction documents (design-
bid-build) concurrent with the Amendment No. 2 design efforts for replacement of the
existing Substation inclusive of the following elements:
• Replace existing Substation and definition of Oncor/contractor work elements.
• Demolish the existing subststion, feeder to the primary metering unit and feeder to
the south Holly Pump Station out door switchgear.
• Oncor will provide 2-5000 KVA transformers at 2400 V and associated primary
switchgear.
• Provide oil containment for the 5000 KVA transformers as per power company
direction.
• Provide a new 3500 KVA / 2400V transformer to feed power to PFAS facility.
• Modify the existing underground duct banks and provide power to the existing South
Holly Pump Station switchgear from one of the 5000 KVA trsnformer Oncor
transformer
City of Fort Worth, Texas
Attachment A
PMO Release Date: 09.23.2012
Page 1 of 15
ATTACHMENT A
PROFESSIONAL ENGINEERING SERVICES FOR
PCM-09 - PFAS PRIMARY POWER IMPROVEMENTS
CITY PROJECT NO.: 104942
• Define primary power easement to integrate Substation utility equipment (switch,
metering unit, and transformers)
• Integrate a primary-power electrical building and associated distribution switchgear.
• Single-story, CMU block structure, approximately 25-ft by 30-ft, with a hollow
core roof, load bearing masonry and structural foundation. Piers or other
deep foundations are assumed to be not required.
• Building environmental controls for heating and ventilation including air
conditioning.
• Building will be unoccupied, with means of egress compliant with applicable
building codes and for equipment operation and maintenance.
• Building will not include electronic security access systems.
• Develop facility site/civil improvements commensurate with integration of the
proposed electrical infrastructure modifications.
• Facility siting and assessibility evaluation
• Driveway and access road modifications.
• Stormwater evaluation and infrastructure modifications
• Existing utility evaluation and profiling for primary ductbanks
• Profiling for ductbank routing
• Expand South Holly WTP SCADA system to accommodate the associated
digital/analog inputs/outputs necessary for the electrical system expansion and GAC
treatment process ancillary systems.
The Substation electrical system will be configured as schematically illustrated in Figure A-1.
The overall Substation and associated Substation Electrical Building site layout and access
will be similar to as represented in Figure A-2. The building will have the following
characteristics:
• Single-story, CMU block structure, approximately 25-ft by 30-ft, with a truss-
supported roof system and structural foundation. Piers or other deep foundations
are assumed to be not required.
• Building environmental controls for heating and ventilation including air conditioning.
• Building will be unoccupied with means of egress compliant with applicable building
codes and for equipment operation and maintenance.
• Building will not include electronic security access systems.
WORK TO BE PERFORMED
This PCM-09 — PFAS Primary Power Improvements will be executed concurrent with
Amendment No. 2- SHWTP PFAS Treatment Design as defined by the following primary
tasks.
City of Fort Worth, Texas
Attachment A
Page 2 of 12
ATTACHMENT A
PROFESSIONAL ENGINEERING SERVICES FOR
PCM-09 - PFAS PRIMARY POWER IMPROVEMENTS
CITY PROJECT NO.: 104942
Phase Task 1. Project Management
Task 2. Site Invstigations
Task 3. Intermediate Design (75°/o)
Task 4. Final Design / Issued for Bid
Task 5. Utility Company Coordination and Permitting
Task 6. Advertisement and Bid Support
Task-specific activities, associated assumptions and work products, and defined
Deliverables are described in the following paragraphs. Overall assumptions are
summarized at the end of this scope of work.
PHASE 200 — PFAS Treatment Design
TASK 210. Project Management.
ENGINEER will perform project management duties to manage change, communicate
effectively, coordinate internally and externally as needed, and proactively address issues
with the CITY's Project Manager and others as necessary to make progress on the work.
The ENGINEER will perform the following tasks applicable to this PCM-09 concurrent to the
Amendment No. 2 project management activities but respective to the additional services
described herein:
1.1. Project Management and Reporting
• Lead, manage, and direct team activities.
• Task and allocate team resources.
• Communicate internally among team members.
• Implement ENGINEER's quality assurance and quality control practices in
performance of the defined scope of services.
• Advise the CITY when the established project expectations cannot be met or when
the engineering fee will increase as a change directive from the CITY for the scope
of desired modifications.
• Prepare and submit invoices monthly progress reports.
• Update the design schedule as required in Attachment D of the Standard Agreement
and according to the City of Fort Worth's Schedule Guidance Document.
• Corodinate revised Monthly M/WBE reporting.
• Update ENGINEER's internal project management plan and quality management plan
to guide the project team in execution of the project scope.
Task Assumptions:
• Status updates and meetings applicable to this scope will be conducted as defined in
individual tasks of this PCM-09.
Task Work Products:
City of Fort Worth, Texas
Attachment A
Page 3 of 12
ATTACHMENT A
PROFESSIONAL ENGINEERING SERVICES FOR
PCM-09 - PFAS PRIMARY POWER IMPROVEMENTS
CITY PROJECT NO.: 104942
• Monthly invoices, progress reports and schedule updates.
TASK 220. Site Investigations
ENGINEER will perform site investigations consisting of subsurFace utility investigation,
topographical survey, and easement development/definition applicable to this PCM-09. The
ENGINEER's design team will conduct general site/facility walk-throughs to verify existing
site conditions respective to available record data provided by the CITY and to develop
engineering design information relative to the planned process facilities and associated
infrastructure.
2.1. Easement Definition
ENGINEER will develop and define the necessary uility easement for the proposed
Substation area for filing by the City of Fort Worth.
Easement Document bv Separate Instrument: This project requires the
preparation of a proposed easement to be recorded and dedicated by others at the
County Clerk's office. The legal description (fieldnotes) will be signed and sealed
by a Texas Registered Professional Land Surveyor. A sketch will accompany the
legal description.
a. We will prepare a fieldnote description and exhibit for a proposed ONCOR
electrical utility easement. In accordance with ONCOR standards.
b. We will forward preliminary documents for your review prior to any staking
being done on the ground or signing and sealing the easements.
c. NOTE: electronic Civil 3D cadd file needs to be provided for the location of
the proposed easement, prior to any survey work can be performed.
Stakina of easement perimeter on the around:
Survey crews will stake points (wood laths) between all angle points of the
easement and set a 5/8-inch capped iron rod stamped JQI ESMT at all corners of
the easement. Scheduling and coordination with ONCOR regarding layout for their
construction needs.
Deliverables:
Final approved utility easement by all will be signed and sealed by a Texas
Registered Professional Land Surveyor.
2.2 Subsurface Utility Engineering (SUE)
Additional SUE servies relative to this PCM-09 and the area of construction, which
are in addition to the scope of work defined by the original contract at the time of this
PCM-09 were included with PCM-04.
2.3 Site Visits
• ENGINEER will perform site visits to confirm existing facility and infrastructure
conditions relative to available record data provided by the CITY.
City of Fort Worth, Texas
Attachment A
Page 4 of 12
ATTACHMENT A
PROFESSIONAL ENGINEERING SERVICES FOR
PCM-09 - PFAS PRIMARY POWER IMPROVEMENTS
CITY PROJECT NO.: 104942
• ENGINEER will update the defined project-specific field work safety plan
applicable to the work described herein as to be conducted by their personnel
and respective to the CITY's site-specific facility safety plans.
• Prior to conducting site visits to the CITY's facilities, the ENGINEER or any of its
sub-consultants will pre-schedule with the CITY's designated representative and
provide notification prior to arrival on-site.
• This PCM-09assumed site visits inclusive of three persons visiting the Project
facilities for two ,2-hour site visits exclusive of travel and preparation time.
Deliverables:
• None
Task Assumptions
• CITY will advise of facility-specific safety plans upon request to enable ENGINEER
completion of their field safety plans.
• Background checks or other third-party verification of ENGINEER's staff prior to site
visits will not be required.
• CITY will respond to data requests with complete information within one week from
request submission.
• CITY will provide utility locates for on-site utilities not marked by Texas One-Call.
• Subsurface utility locates will be limited to the areas of interest and will rely on
existing record drawings and other client data to assist with location identification.
• CITY will make available senior operations and maintenance personnel for key
relative areas for questions, general input regarding the facility condition and known
issues on the day of the site visits. If needed, CITY will provide qualified staff as
escort for site visits and as necessary to de-energize or place equipment and spaces
in a safe work condition for ENGINEER observation and evaluation.
Task Work Products
• Draft utility easement
• Final utility easement
TASK 230. Intermediate Design (75%)
As applicable to the design elements associated with this PCM-09, ENGINEER will develop
design documents (drawings and specifications) for the site civil improvements (paving,
grading, utility profiles, etc), electrical utility infrastructure and ancillary facilities described
above. Drawings will be prepared in 3D using Revit as part of the Autodesk Suite. The
design will utilize ENGINEER's design production standards.
3.1. 75% Package
The 75% Design Submittal will include the following:
City of Fort Worth, Texas
Attachment A
Page 5 of 12
ATTACHMENT A
PROFESSIONAL ENGINEERING SERVICES FOR
PCM-09 - PFAS PRIMARY POWER IMPROVEMENTS
CITY PROJECT NO.: 104942
• Drawinas: The drawings will include facility diagrams, plans, sections and details
relative to the design scope.
• Technical Specifications — develop technical specifications applicable to the design in
CSI format. The technical specifications will be coordinated with the Division 00 and
01 requirements and with other engineering disciplines.
• Cost Estimate: Relative to the design elements described in this PCM-09, ENGINEER
will develop necessary information to prepare a cost estimate based on the 75%
design package. The cost estimate will be an AACE Class 3 with an error range of -
15% /+ 25 %. ENGINEER will obtain budgetary vendor estimates for major
equipment and materials.
ENGINEER will compile the design submittal into a draft package for transmittal to the
CITY for review.
ENGINEER will participate in a design review meeting to discuss the PCM-09 design
and CITY's respective comments.
3.2. 75% Design Package Review Comments
Following CITY review, ENGINEER shall consolidate all submittal review comments and
provide a written response.
Task Assumptions
• Applicable design drawings and specifications defined herein will be integrated with
the overall Amendment No. 2 design package for transmittal to the CITY for review.
• Design review meeting will be conducted concurrent with the 75% Design Workshop
defined in the Amendment No. 2 scope of work.
• Review comments received on the 75% package will be incorporated into the Final
Design package; resubmittal of a conformed 75% design package is not included.
• Specifications for the 75% package will focus on Civil, Structural, Architectural, and
HVAC Mechanical disciplines. Specifications for Electrical and Controls will be
included based on availability and suitability of project definition to support
development of the required information.
Task Work Products
• 75% Design Submittal Review Drawings, Technical Specifications (with estimated
delivery timeframe), and Cost Estimate (AACE Class 3)
• 75% Design Submittal Comments Response
TASK 240. Final Design / Issued for Bid
As applicable to the design elements associated with this PCM-09, ENGINEER will progress
the Design, including additional detailing and the incorporation of applicable 75% Design
review comments provided by the CITY.
4.1. Final Design Package
City of Fort Worth, Texas
Attachment A
Page 6 of 12
ATTACHMENT A
PROFESSIONAL ENGINEERING SERVICES FOR
PCM-09 - PFAS PRIMARY POWER IMPROVEMENTS
CITY PROJECT NO.: 104942
The Final Design Package will include the following:
• Drawinas: The drawings will include applicable updates from the 75% Design
package as well as additional notes, layouts, dimensions, section cut and detail
callouts with cross-references, and updated schedules
• Technical Specifications — Update and develop technical specifications applicable to
the design in CSI format, including applicable updates from the 75°/o Design package.
The technical specifications will be coordinated with the Division 00 and 01
requirements and with other engineering disciplines.
• Cost Estimate: ENGINEER will refine the estimate produced based on the 75%
design package to reflect the increased level of definion. The cost estimate for Final
Design will be an AACE Class 2 with an error range of -10% /+ 15 %.
• Facilitv Commissioninq Framework: Concurrent with the Amendmnet No. 2 design
ENGINEER will develop an overview document to establish a framework for
commissioning of the new facilities associated with this scope.
ENGINEER will compile the design submittal into a draft package for transmittal to the
CITY for review.
ENGINEER will participate in a design review meeting to discuss the PCM-09 design
and CITY's respective comments.
4.3. Final Design Review Comments
Following CITY review, ENGINEER shall consolidate all submittal review comments and
provide a written response applicable to the scope of work defined herein.
4.4. Issued for Bid
Following resolution of Final Design comments, ENGINEER issue an sealed Issued for Bid
package of the final design.
Task Assumptions
• Applicable design drawings and specifications defined herein will be integrated with
the overall Amendment No. 2 design packages for transmittal to the CITY.
• Design review meeting will be conducted concurrent with the Final Design Workshop
defined in the Amendment No. 2 scope of work.
• Review comments received on the Final Design package will be incorporated into the
Issued for Bid package; resubmittal of a conformed Final Design Package is not
included.
• Specifications for the Final Design package will address comments received as part
of the 75% package for Process, Mechanical, Civil, Structural, and Architectural
disciplines plus initial draft for any remaining Electrical and Controls.
• Production of the Issued for Bid package is limited to conforming the documents to
address review comments from the Final Design review. Comments are expected to
include correction to notations or similar minor clarifying changes. Modifications to
layout, section, or details as reflected in the Final Design is not included.
City of Fort Worth, Texas
Attachment A
Page 7 of 12
ATTACHMENT A
PROFESSIONAL ENGINEERING SERVICES FOR
PCM-09 - PFAS PRIMARY POWER IMPROVEMENTS
CITY PROJECT NO.: 104942
Task Work Products
• Final Design Submittal Review Drawings, Technical Specifications, Lists, and Cost
Estimate (AACE Class 2)
• Final Design Submittal Comments Response
• Issued for Bid (IFB) Package (Drawings and Technical Specifications), stamped by
Texas PE
TASK 250. Utility Company Coordination and Permitting
ENGINEER will coordinate with the utility company (Oncor) for the planning, design, and
bidding of the new Substation.
ENGINEER will support the CITY's Project Manager to fulfill CITY, Fort Worth Development
Services (FWDS), permiting requirements as defined herein relative to design elements
defined in this PCM-09 and Amendment No. 2.
ENGINEER will prepare permitting applications and packages for submittal by the CITY to
the appropriate FWDS official and will coordinate necessary reviews to confirm compliance
with the Texas Accessibility Standards (TAS).
5.1. Utility Service Agreement (USA)
• ENGINEER coordinate with Oncor and the CITY to develop and define an
updated USA for the modified Substation.
• ENGINEER will provide appropriate documentation required for the USA
• As part of this scope, 8 hours are assumed and allocated for project manager
coordination and task lead support.
5.2 City Permitting
Permitting assistance associated with the Project as a whole, which are in addition to
the scope of work defined by the original contract - Amendment No. 1 and
Amendment No. 2- will be included as part of a separate proposed contract
modification request.
5.3 Texas Department of Licensing and Registration (TDLR) Support
• ENGINEER will coordinate with a Registered Accessibility Specialist (RAS) for
plan review and verification of compliance with the TAS as applicable to this
PCM-09 and in conjunction with efforts defined in Amendment No. 2.
Task Assumptions
� CITY will facilitate confirmation of CITY permitting requirements and submission of
the applicable documents as developed by the ENGINEER.
� CITY Commerical New Building Permit will be required from FWDS for the
Substation Electrical Building, GAC Treatment Facility, and modified Filtered Water
Transfer Pump Station.
City of Fort Worth, Texas
Attachment A
Page 8 of 12
ATTACHMENT A
PROFESSIONAL ENGINEERING SERVICES FOR
PCM-09 - PFAS PRIMARY POWER IMPROVEMENTS
CITY PROJECT NO.: 104942
• Irrigation systems to support vegetation systems are excluded from this scope of
services. All irrigation (temporary and manual systems) will be the responsibility of
the contractor or the CITY.
• Proposed Substation Electrical Building, as unoccupied machinery spaces, will be
considered exempt from TAS requirements.
• Floodplain Development Permit is assumed to be not be required for the North Holly
and South Holly WTP project areas as the facility sites are not identified as being
within a designated flood plain, zone, or area.
• Stormwater Pollution Prevention Plan (SWPPP) and Texas Pollution Discharge
Elimination System (TPDES) permit will be the responsibility of the selected
contractor. ENGINEER will not be developing the construction phase SWPPP or
filing the TPDES or Notice of Termination (NOT) with the Texas Commission on
Environmental Quality.
Task Work Products
• Utility Service Agreement documentation.
• TASK 260. Advertisement and Bid Support
ENGINEER will support the CITY in advertising the bid documents for selection of a
contractor to construct the facilities and infrastructure defined in this PCM-09 and
Amendment No. 2 as an integral project.
For the scope of work defined herein, ENGINEER will provide the following services:
6.1. Advertisement and Bidding
• Prepare/assemble bid package for solicitation for firm bids, including appropriate
procurement documents and example contract
• Receive, review and respond to contractor questions via addenda.
Task Assumptions
• Construction will be competitively bid; the ENGINEER will serve as the primary point
of contact for questions.
• ENGINEER's Project Manager will assist the CITY's Project Manager in execution of
the Pre-Bid Conference, which is assumed to occur at the Holly facility and will be
approximately 2 hours excluding travel time.
� Up to three addenda will be issued.
• Conforming the Issued for Bid documents to the recommended bid is not included.
These services may be included as part of engineering services during construction.
Task Work Products
• Responses to bidder questions (up to 10)
• Addenda (if required)
City of Fort Worth, Texas
Attachment A
Page 9 of 12
ATTACHMENT A
PROFESSIONAL ENGINEERING SERVICES FOR
PCM-09 - PFAS PRIMARY POWER IMPROVEMENTS
CITY PROJECT NO.: 104942
SCOPE OF WORK ASSUMPTIONS
In the development of this scope of work and associated task budgets defined in
"Attachment B", ENGINEER has made the following governing assumptions:
• All in-person workshops and meetings will be conducted at the Holly Facility —
SCADA Building or North Classroom unless otherwise specifically noted.
• Deliverables (draft and final) will be submitted in electronic/digital (PDF) format for
CITY review and record. Paper submittals will not be required for any deliverables.
• CITY will complete document reviews within five business days of submission.
Review comments will be compiled/logged within a single (PDF) document or
compiled into a spreadsheet file (Excel) and returned to the ENGINEER for
documentation of responses and tracking of completion.
• ENGINEER will document meeting/workshop notes and Project action items and
decisions for Project records for identified meetings and workshops. Notes will be
summaries of ineetings/workshops and key points and shall not be considered
verbatim documentation of ineeting discussions.
• ENGINEER provision of forensic engineering or retained expert services is excluded
from this scope of work. In the event ENGINEER is subsequently requested by CITY
or others to provide documents or testimony regarding this scope of work, those
additional services will be negotiated via change management pursuant to the rates
and costs reflected in this Agreement, as may be amended in the future.
• Adjustments to the design will be considered as project progresses and/or if
regulatory aspects of the project evolve. If modifications are proposed, the
ENGINEER will identify them as early as possible for discussion with and
consideration by the CITY's project manager.
• ENGINEER coordination with local sponsor (Tarrant Regional Water District, TRWD)
related to the proposed GAC Process design and construction in proximity to the
Trinity River levee system occurred during the Preliminary Engineering project
phase. TRWD direction was to maintain construction outside of the Trinity River
levee system `template' and coordination with the U.S. Army Corps of Engineers
(USACE) was not otherwise required. Additional coordination with TRWD during
design phase will be limited to verification of construction limits relative to their
previous direction. Additional engineering analysis and document production
associated with development and submission of permitting applications are
specifically excluded.
• The 75% design will update the PER design and add structural sections, process
instrumentation drawings (P&ID), process mechanical plans and sections, electrical
distribution and routing, and instrumentation schematics. Draft specifications
specifications will be provided, including Division 1.
• The Final design will include all disciplines plans, sections, and details. Complete
draft specifications will be provided, including front-end documents (Division 0) and
Division 1.
City of Fort Worth, Texas
Attachment A
Page 10 of 12
ATTACHMENT A
PROFESSIONAL ENGINEERING SERVICES FOR
PCM-09 - PFAS PRIMARY POWER IMPROVEMENTS
CITY PROJECT NO.: 104942
• Designs will be developed based on the current CITY codes effective at the time of
execution of this PCM-09. Future changes to CITY codes prior to advertisement and
bidding will require evaluation of design impacts and additional efforts will be
addressed via change management.
• The project will be developed based on a design-bid-build format with standard low-
bid, competitive procedures. The project will be advertised and bid as a single
project. Alternative contractor proposal and/or bidding formats are considered an
additional service and scope and level of effort will be determined accordingly.
• CITY provision of their most current standard front end (Division 0 and Division 1)
documents are assumed for use in procurement.
• Contractor pre-qualification / selection is not included.
• The Issued for Bid (IFB) will be based on the Final Design package that has been
conformed to CITY review. The IFB package and Basis of Design will be suitable to
be sealed by a Texas Professional Engineer.
Project Funding
• Project will not be funded by Texas Water Development Board (TWDB) DWSRF,
SWIFT, or other State or Federal funding sources that necessitate additional contract
and/or design execution requirements beyond what would be required for a City-
funded project.
• Environmental investigations or reviews required by the CITY's selected funding
sources, beyond those previously conducted by the CITY, will not be required for the
Project.
Final Design Engineering Assumptions:
• Design will be developed in accordance with TCEQ regulations, as applicable to the
project scope and facility performance objectives. Analyses, testing, and other
requests by the regulatory agency that are not specifically included within this scope
will be considered additional services.
• Evaluation of existing site facilities, related to assessment, abatement, and/or
mitigation for lead paint and asbestos, are excluded from this scope of services.
• Site investigations and activities during site visits do not include formal condition
assessments of assets and will be limited to the identification of apparent issues. If
conditions are identified that warrant additional investigation or a condition
assessment, ENGINEER will suggest the additional services.
• Cathodic protection (CP) systems associated with existing facility piping are
assumed to be isolated from the Project yard piping system and no CP designs will
be required as part of this Project.
• Applications Engineering Services (AES), inclusive of CITY SCADA and HMI
updates, will be developed and performed by a General Contractor based on the
Engineer's design and specifications.
City of Fort Worth, Texas
Attachment A
Page 11 of 12
ATTACHMENT A
PROFESSIONAL ENGINEERING SERVICES FOR
PCM-09 - PFAS PRIMARY POWER IMPROVEMENTS
CITY PROJECT NO.: 104942
• Project will not modify the existing operations facilities and all operator
supervisory/control interface capabilities (remote/local) will be maintained as is.
• Project designs will be developed using REVIT. Site / Civil model will be developed
using AutoCAD Civil 3D.
The following items are excluded from this PCM-09 and will not be examined nor
evaluated, unless otherwise explicitly noted and described in this Scope of Work.
• Facility Security
• Software licenses or hardware
• PLC or HMI programming
• On-site cathodic protection system
• Coordination with Local, State, and Federal agencies, governing bodies, cities, etc.
unless otherwise noted in this Scope of Services
• Site retaining walls, landscape, irrigation, relative to potential CITY codes.
Submittal Documents and Review Procedures.
• Milestone submittals will be delivered electronically in PDF format unless otherwise
stated herein. No paper copies will be provided. Electronic copies of drawings will
be 22"x34".
• CITY will develop, collect, and summarize review comments into a single PDF
document and/or Excel spreadsheet, allowing for electronic summary and extraction
by the ENGINEER.
• ENGINEER will review CITY comments and provide a summary of responses to
each comment prior to the subsequent submittal milestone.
Project Delivery Approach and Schedule:
• The CITY's planned project delivery approach for design and construction will be
developed for advertisement and bidding as a single contract.
• Development of pre-selection or pre-purchase documents are excluded from this
scope of work.
• Project completion within the defined PCM-09 schedule does not otherwise
guarantee the schedule for construction and start-up of the GAC Process.
• Design development for this PCM-09 will be performed concurrent with the
Amendment No. 2 schedule.
End of `Attachment A'
City of Fort Worth, Texas
Attachment A
Page 12 of 12
�� �
S��I (�
I jl��� cc
4
l=.
�o.IC 5�.,�u
�e�l,� ►v�i7 .
,Tp �s
���°�z°�-- -
� sw���„� � ��,.>�?�s�
J--y-- c � u � ..- �u .
--- i i I � � � I
-s
�
. � ���`��—�l
� 1
I sl vA �v41
Ii-►
� f � ;s-.r Z3�V
�' �. —�_i .— — - ' --_
� I
'•2 �
'
_ __ __— _ —"_ _ � — _ _' _ _
I NiIt�I f cc Ith�C
_��_. 4 —
v
DoT�I Sc���Tt-1 ' . I
►vl.v� l,�,l� i �
�i g �.aTP . _ _ — — — — — — _ — _
� ._ � ----
zp�
3'1 c� eM�'
4��04�
�
�__._�
1
� �� �
I
�
- Figure A-1
South Holly WTP
�� Primary Power One-line Concept
� � Gupta & Associates, Inc
��� CONSULTING ENGINEERING
/' � � - - j'1 'jl�f �2Fi2� ..�..
/ , / . �'� rx.>
�i i� , �.;�;�e ��.� �,.
LS i �;� y ' ,, �. ,
_ i , � :� h � r �'" � � �ti�2to9�
� � E•12�o2.T
� � c: �� 64�6 i / �� � • \i �.. .
. `1. n • �J.►� / ti.l .�4'! 01
�J � � !' ' g`Ilral;0 . .
�'r � � � 5�5 . � ' � % �i , ,L�i
-3�' / .\ �. �•.� 1 ,� / Y `��1 � � '• 1d __ `
H. / , �t � ` , �� � .
��c^csed
J. �^SI �d �CC � � ,.�p/� � y � , i�t 9 � _. _ � ' eCC-' � i --- .Nd 90
� ■ _
'"i '� u � e_r�cz
o�o.p Y N. iC�iai
� -`'. � ,I �, ; ,�p i � � ' i. / — -- ----
/ . 11 / Q�'�j�At�e �-C�+7.4�� � e•��r�9 6
� iV �R'^�%� � � J�J 0 / %I .S.�SL'CIlOn _ , �''�_:�'77.�
y, ,�' o < � � P-
� � � , � � _; -a-�b., , �
,! . �''�,� � �'•�) �C<�� ' � � �� � ' � ', � ,
� �F;'�`� �/ \ i G a,. .p �� t � `'Sp/esh d'cckr
.3''Birhd.. �y�C �. � - �,t 2 i � G �� i � / �
:1 � _-. _ �' •��i• \ /' \� 9 . �` / �:� Rfn � Z� Zay oiat � �
f 1 /) �` .� � �.f
�-_ i�_��,-r+�i'J �� ,..\�J`CJ� PM oR [',� /2�6� J` d �'� S isco � i� o ONCOR b� O
��i• . � f ��,;` N.a� ` � :s�b sy.� ki ,� EQUIPMENT �'
�
������ \�� ��� f►�� �e�K�� 6` � � ,��� � � �ii ' � �ty{�� �, V
r\'GO��,�n. � ��\ ' \ � ■ li ■ o� . � . _ �. _ c. . � '� N-N�dd.B Np. 2 � _
� ��'�o �\.�� �\ / ' ` j,� � M , I
�p �., � \y f 6-MILLION GaLLON (200 D; .HETER) CLEAf� WELLS
� � � �'} � � � PRIMARY � nde� Se,o ra� Cont�acf)
� eK. J iCa�c. � � �� .
� ` '- ` '" � SWG BLDG
- � '► H-$:er.i# � i H I(� H I
� �,,.g�'o� Ei'�c�c.t • ,SER�CE
,y' � � � ry�` }� ' PU P ' 0 1
� � `� ' � � �� f��•��� E•��6 �d0 . — i � �J TQT ���i , �! -i� � �.s
� 1 N M.J '
iq�� Kn�iac � e +�c i •lB�r�ensferFcm,o�;;tch. >
.
� �� �� 91M.� � i =-__ — � E_N.$!�Q�-- �
� � E1 - tV—, - _ —
- - t/ �l � � � a: - _^ p •� �,�_
ty� �.rt
� , � ��� �-� ��"-�M�t7f ��-� �` ^. - ._ Ca'�hi � 'E N-7r83�, t•/?�Calank0�arnGv7CwN�Ere�.� ..' _ ' _
pY _ TiT-� e �` _ I„ �-�
' �' ' �N7�90
� ° — � — — — � rc �� ?d��
�L � e sfn. - - 1 - �. _= -_--- '_ - - •_ - - _ --= Exir� 30"San. Sewe�/ -.---
�, i GAC 480V _ ._�� �4,`,� °�; co ���nrc .� _ I .
� s�c� � -
XFRMRS �wnc�.n Tf .I� , �
l"y e�e ��,• �
w . �., X. 391
r / �. �v ' � i .. �, fE'�� . � . a
�0 i' A , i �� � r
�� �� • , ,�•,�,�,� __ : ' -- � _ �---
' ; �I '� ;
�� � � ��'�� -; � --- � 1 �.:�,V�IPIIS�RATIO?J � I
c � -. .. . , . � . :- _ . ° o��,����?�o _r., �-- -
��„�,��a � ��
' S i� t � — ;urica BUIID�INC `i , f� ��hi.o�f _, 1 i
}�r ..,.. ., n'��eios �` , �
l, / ,J � " ' d -=:��s::::, !.',.9k_!7.>n � 'i
,���\5. �///.o_� 9��,i ,`�_s--'==r=- �'J. . ". , � I�I F� I�I � I L III �T III E� � II�4 X 4III � �„
i
Figure A-2
SITE PLAN South Holly WTP
SCALE: 1�� = so� Primary Power Site Concept
ATTACHMENT B
PROFESSIONAL ENGINEERING SERVICES FOR
PCM-�9 - PFAS PRIMARY POWER IMPROVEMENTS
CITY PROJECT NO.: 104943
ATTACHMENT B
PROFESSIONAL ENGINEERING SERVICES FOR
PCM-09
HOLLY WATER TREATMENT PLANTS
SHWTP PRIMARY POWER IMPROVEMENTS
CITY PROJECT NO.: 104942
Client: City of Fort Worth Water Department
Project: SHWTP PFAS - PCM-07
Project No.: CPN-104942
Brown.�=Caldwell: Ra�
Phase Task
Nem
_ BiIIRe[e($/h
200 — PCM-0]SHIM1TPPrimaryPpwerlmP�ovements
210 Projec[ManagementantlReporting
" zzo Sireinvestigations
� 230 Intermetliate Design (]5°h)
� 240 Final Design / Issued for Bitl
� 250 PowerlltilltyCoortlinatlonandEascmcn�s
�ProjectManagemenl DesignCoortlination :ivilDesign ArchitecWreDesign CostEstimating �
Project Process/ Cos[ Cost
Project Project Design Spec BIM Process Civil Civil Civil Arch Arch Slaff Estimator
Principal Analysl/ HyGraulia BIM LeaG Eslimalor Estimator
Manager Con[rols Atlmin Manager Manager E g eeR QA/QC Designer QA/QC Leatl Designer QA/QC Leatl Arch Leatl (Generel) (Elecjl&C)
lesse Sam Miller
Chris Chatl Tim Mary Brantly Claylon Hamm/ Tracy Datle ��oel Abbi Nic Peter Dean loe Heather BillAgster Davitl Yatlicl
Patin Bartru% W�ite Moiso Martinez lohnson �auren Eastman Irwin garnes Dorn Oltean Schuhen WalGrop 5[eines Byrnes Shroyer Rotlriguez
$340 $340 $320 $140 $220 $290 $200 $225 $215 $160 $300 $200 $160 $320 $240 $180 $300 $280 $280
0 6 10 8 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
0 9 0 o s o 0 0 0 0 0 12 1s o 0 0 0 0 0
0 4 0 0 20 0 0 2 12 0 8 60 ]20 16 31 116 2 8 8
0 12 0 0 18 0 0 2 6 0 8 48 80 8 16 48 2 4 4
0 8 0 0 0 0 0 0 2 0 0 0 0 0 0 0 0 0 0
24 $ 6,360 i - $ - $ - $ � $ � $ 6.360 �
44 $ 9,440 $ 4,685 $ - $ - $ 9,685 $ - $ 14,594 �
40] $ 80,910 5 16,3�0 5 3,300 $ 52,1]3 $]1,643 $ - $ 159,�18 �
256 $ 52,460 5 2],535 5 1,]00 $ 22.02] $ 51.262 $ - $ 108,848 �
10 $ 3,150 $ - $ - $ 4.200 $ 4.200 $ - $ ?.�10 �
Ci�y of Fort Wor�h, Texas
Atlachmen� B
Page 1 of 1
November 10, 2025
Brown A�o .
Caldwell � Matt Kusnir, PE
Fort Worth Water Department
100 Fort Worth Trail
Fort Worth, TX 76102
Subject: Emerging Contaminants - PFAS Treatability Study
CPN-104942
Proposed Change No. 10- Site Civil CP Evaluation and Design
Dear Matt:
Amendment No. 2- PFAS Treatment System Design (CPN-104942) identified specific
assumptions and exclusions due to unknown project considerations at the time of scope
development. Cathodic protection (CP) was specifically identified in the assumptions
and exclusions, noting that (1) it was assumed the facility piping systems were isolated
from other systems and no CP designs would be required, and (2) the evaluation and de-
sign of on-site CP systems were excluded.
The project geotechnical report and associated laboratory analyses identified the ambi-
ent soil characteristics to have varying corrosivity potential. To evaluate the geotech-
nical observations respective to the proposed piping systems and infrastructure design,
BC recommended a comprehensive corrosivity review. Concurrent to the Amendment
No. 2 design efforts, BC initiated the review to determine if integrated CP system de-
signs would be required and the draft review report was forwarded to you for review.
Based on the corrosivity review, CP measures are recommended for the planned piping
system designs. This PCM-10 defines the engineering services for execution of the cor-
rosivity review and design development for passive CP systems relative to proposed
steel systems.
Upon your review, we would request your concurrence with this proposed contract
change. Formal documentation of the contract change via amendment will be subse-
quently submitted aggregate to pending proposed change modifications (PCMs).
Please advise if any questions or additional information is required for review of this pro-
posa I.
Very truly yours,
Chad Bartruff, P.E. r ject Manager
Brown and Caldwell
cc: Mary Moiso, Brown and Caldwell
Chris Patin, Brown and Caldwell
Nic Oltean, Brown and Caldwell
ATTACHMENT A
PROFESSIONAL ENGINEERING SERVICES FOR
PCM-10 - CP EVALUATION AND DESIGN
CITY PROJECT NO.: 104942
ATTACHMENT A
PROFESSIONAL ENGINEERING SERVICES FOR
PCM-10
HOLLY WATER TREATMENT PLANTS
CATHODIC PROTECTION (CP) EVALUATION AND DESIGN
CITY PROJECT NO.: 104942
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
Amendment No. 2— PFAS Treatment System Design (CPN-104942) identified specific
assumptions and exclusions due to unknown project considerations at the time of scope
development. Cathodic protection (CP) was specifically identified in the as-sumptions and
exclusions, noting that (1) it was assumed the facility piping systems were isolated from
other systems and no CP designs would be required, and (2) the evaluation and design of
on-site CP systems were excluded.
The project geotechnical report and associated laboratory analyses identified the ambient
soil characteristics to have varying corrosivity potential. To evaluate and mitigate the
geotechnical observations respective to the proposed piping systems and infrastructure
design, the following additional services will be performed:
• Complete a comprehensive corrosivity review.
• Recommend passive cathodic protection systems for planned below grade, steel
piping system designs.
• Develop design documents integral to the civil design efforts.
This PCM-10 defines the engineering services for execution of these services. This scope
of work defines the tasks to develop biddable construction documents (design-bid-build)
concurrent with the Amendment No. 2 design efforts.
WORK TO BE PERFORMED
This PCM-09 — PFAS Primary Power Improvements will be executed concurrent with
Amendment No. 2- SHWTP PFAS Treatment Design as defined by the following primary
tasks.
Phase 200 — PFAS Treatment Design
Task 210. Project Management
Task 245. Cathodic Protection
Task 260. Advertisement and Bid Support
City of Fort Worth, Texas
Attachment A
PMO Release Date: 09.23.2012
Page 1 of 6
ATTACHMENT A
PROFESSIONAL ENGINEERING SERVICES FOR
PCM-09 - PFAS PRIMARY POWER IMPROVEMENTS
CITY PROJECT NO.: 104942
Task-specific activities, associated assumptions and work products, and defined
Deliverables are described in the following paragraphs. Overall assumptions are
summarized at the end of this scope of work.
The work described herein will be completed concurrent with the Amendment No. 2 design
efforts. The CP design information and documents will be integrated into the Issued for Bid
set of documents in advance of the CITY's planned advertisement, which is assumed as
April 2025. The work described herein will be completed by January 2026.
PHASE 200 — PFAS Treatment Design
TASK 210. Project Management.
ENGINEER will perform project management duties to manage change, communicate
effectively, coordinate internally and externally as needed, and proactively address issues
with the CITY's Project Manager and others as necessary to make progress on the work
described herein. The ENGINEER will perform the following tasks applicable to this PCM-
10 concurrent to the Amendment No. 2 project management activities but respective to the
additional services described herein:
1.1. Project Management and Reporting
• Lead, manage, and direct team activities.
• Task and allocate team resources.
• Communicate internally among team members.
• Implement ENGINEER's quality assurance and quality control practices in
performance of the defined scope of services.
• Advise the CITY when the established project expectations cannot be met or when
the engineering fee will increase as a change directive from the CITY for the scope
of desired modifications.
• Prepare and submit invoices monthly progress reports.
• Update the design schedule as required in Attachment D of the Standard Agreement
and according to the City of Fort Worth's Schedule Guidance Document.
• Update ENGINEER's internal project management plan and quality management plan
to guide the project team in execution of the project scope.
Task Assumptions:
• Status updates and meetings applicable to this scope will be conducted as defined in
individual tasks of this PCM-10.
Task Work Products:
• Monthly invoices, progress reports and schedule updates.
City of Fort Worth, Texas
Attachment A
Page 2 of 5
ATTACHMENT A
PROFESSIONAL ENGINEERING SERVICES FOR
PCM-09 - PFAS PRIMARY POWER IMPROVEMENTS
CITY PROJECT NO.: 104942
TASK 245. Cathodic Protection
ENGINEER will utilize a specialty engineering subcontractor (Corrosion Proce Inc (CPI)) to
execute the cathodic protection evaluation and design tasks defined herein. As applicable
to the design elements associated with this PCM-10, ENGINEER will progress the Design,
including additional detailing and incorporate into the civil design documents for review by
the CITY.
245.1 Corrosivity Review
ENGINEER will conduct a comprehensive corrosivity review of the proposed site
locations according to best practices by considering published methods and CPI Internal
Procedures, which will be detailed in a technical memorandum. The appropriate level of
corrosion protection will be recommended based on this evaluation. The review will
include:
• Desktop Review & Backaround Information Collection. This includes information
pertaining to known corrosivity in the area, including any available past break history
and material performance data. Timely submission of this type of information is
required for it to be considered in CPI's assessment.
• Soil Corrosivitv. CPI will use available information to understand corrosivity.
Evaluation of the available data may result in recommendations for additional review
and consideration if necessary.
• Other Corrosion Accelerator Review. CPI will review and consideration of other
factors at the site that could accelerate corrosion and cause premature failure,
including: sources of possible stray currents; galvanic interactions with other metallic
materials; connections to other pipelines; and building or vault penetrations.
Technical memorandum will be prepared to summarize recommendation(s) relating to
materials and corrosion control considerations for the proposed yard piping.
Recommendation will be based on what CPI understands to be the acceptable level of
risk while lowering life cycle costs in a cost-effective manner.
ENGINEER will transmit the draft technical memorandum to the CITY for review.
Task Assumptions
• The corrosivity review will be developed based on the eixistng, available
geotechnical information,as developed by Terracon Geotechnical Engineering
Report (Draft) April 17, 2025, a subcontractor to Brown and Caldwell for this project.
Task Work Products
• Draft technical memorandum
• Final technical memorandum (Texas PE sealed)
245.2 Cathodic Protection Design
ENGINEER will perform cathodic protection (CP) design services for the following plant
pipelines included as part of the PFAS Treatment System Design (Amendment No. 2).
City of Fort Worth, Texas
Attachment A
Page 3 of 5
ATTACHMENT A
PROFESSIONAL ENGINEERING SERVICES FOR
PCM-09 - PFAS PRIMARY POWER IMPROVEMENTS
CITY PROJECT NO.: 104942
From preliminary review of the Terracon geotechnical report, the following steel pipeliens
were identified as being at high risk for corrosion, and a passive cathodic protection
system for each is recommended:
• 36 inch diameter / GAC Contactors Waste/Backwash Water / 110 LF
• 42 inch diameter / Water Clearwell 5 Blending Box / 760 LF
• 48 inch diameter / Treated Water Pump Station Discharge / 340 LF
• 48 inch diameter / Filtered Water to GAC Contactors / 580 LF
The design services will include the following efforts:
• Soils Corrosiveness Analvsis — Soil corrosivity information along the alignment will
serve as the basis of the CP design.
• Basis of Desiqn — Define the basis of design for each pipeline including soil
corrosiveness, preliminary CP design calculations, and a general arrangement for a
passive CP system.
• Cathodic Protection Specifications —Develop specifications for materials and
installation of CP on the pipelines.
• Drawinas — Develop drawings of CP system components and installation and
integrate with the civil drawings.
• OPCC — Update the defined opinions of probable construction cost for CP system
materials and installation.
Task Assumptions
• Drawings and specifications will be developed and integrated with the issued for bid
set of documents.
Task Work Products
Draft and final documents will be developed for CITY review.
• CP system design drawings and details. (Texas PE sealed)
• CP specification (Texas PE sealed)
TASK 260. Advertisement and Bid Support
ENGINEER will support the CITY in advertising the bid documents for selection of a
contractor to construct the facilities and infrastructure defined in this PCM-10 and
Amendment No. 2 as an integral project.
For the scope of work defined herein, ENGINEER will provide the following services:
6.1. Advertisement and Bidding
• Prepare/assemble bid package for solicitation for firm bids, including appropriate
procurement documents and example contract
City of Fort Worth, Texas
Attachment A
Page 4 of 5
ATTACHMENT A
PROFESSIONAL ENGINEERING SERVICES FOR
PCM-09 - PFAS PRIMARY POWER IMPROVEMENTS
CITY PROJECT NO.: 104942
• Receive, review and respond to contractor questions via addenda.
Task Assumptions
• Construction will be competitively bid; the ENGINEER will serve as the primary point
of contact for questions.
Task Work Products
• Responses to bidder questions
• Addenda
SCOPE OF WORK ASSUMPTIONS
In the development of this scope of work and associated task budgets defined in
"Attachment B", ENGINEER has made the following governing assumptions:
• Deliverables (draft and final) will be submitted in electronic/digital (PDF) format for
CITY review and record. Paper submittals will not be required for any deliverables.
• CITY will complete document reviews within five business days of submission.
Review comments will be compiled/logged within a single (PDF) document or
compiled into a spreadsheet file (Excel) and returned to the ENGINEER for
documentation of responses and tracking of completion.
• ENGINEER provision of forensic engineering or retained expert services is excluded
from this scope of work. In the event ENGINEER is subsequently requested by CITY
or others to provide documents or testimony regarding this scope of work, those
additional services will be negotiated via change management pursuant to the rates
and costs reflected in this Agreement, as may be amended in the future.
• Adjustments to the design will be considered as project progresses and/or if
regulatory aspects of the project evolve. If modifications are proposed, the
ENGINEER will identify them as early as possible for discussion with and
consideration by the CITY's project manager.
Final Design Engineering Assumptions:
• Site investigations and activities during site visits do not include formal condition
assessments of assets and will be limited to the identification of apparent issues. If
conditions are identified that warrant additional investigation or a condition
assessment, ENGINEER will suggest the additional services.
Submittal Documents and Review Procedures.
� Submittals will be delivered as defined in Amendment No. 2..
Project Delivery Approach and Schedule:
• Project completion within the defined PCM-10 schedule does not otherwise
guarantee the schedule for construction and start-up of the GAC Process.
End of `Attachment A'
City of Fort Worth, Texas
Attachment A
Page 5 of 5
ATTACHMENT B
PROFESSIONAL ENGINEERING SERVICES FOR
PCM-10 - CP EVALUATION AND DESIGN
CITY PROJECT NO.: 104942
ATTACHMENT B
PROFESSIONAL ENGINEERING SERVICES FOR
PCM-10
HOLLY WATER TREATMENT PLANTS
SITE CIVIL CP EVALUATION AND DESIGN
CITY PROJECT NO.: 104942
Client: City of Fort Worth Water Department
Project: SHWTP PFAS - PCM-10
Project No.: CPN-104942
Project Management Design Coortlination Civil Design �
Project
CS�IiWe�� � p Project Y� Design BIM Civil Civil Civil
Brownallo Role Princi al Manager Anal s Manager Qp�Q� BIM Lead QA�QC Lead Designer
Admin
i
Phase Task
Name Chris Chad Mary Brandy Tracy Derek Abbi Nic Peter
Patin Bartruff Moiso Martinez Eastman Irvin Dorn Oltean Schuhen
— BiIlRate($/h�) $340 $340 $140 $250 $225 $215 $300 $200 $160 �
200 — PCM-07 SHWTP Primary Power Improvemen4s
� 210 Project Management and Reporting 0 4 6 0 0 0 0 0 0 10 $ 2,200 $ - $ - $ - $ - $ - $ 2,200
� 220 Site Investigations 0 0 0 0 0 0 0 0 0 0 $ - $ - $ - $ - $ - $ - $ -
� 230 Intermediate Design (75%) 0 0 0 0 0 0 0 0 0 0 $ - $ - $ - $ - $ - $ - $ -
� 240 Final Design / Issued for Bid 0 0 0 0 0 0 0 0 0 0 $ - $ - $ - $ - $ - $ - $ -
� 250 Cathodic Protection 0 0 0 4 0 4 2 20 24 54 $ 10,300 $ 27,080 $ - $ - $ 27,080 $ - $ 40,088
260 Advertisement and Bid Support 0 0 0 0 0 0 0 0 0 0 $ - $ 2,420 $ - $ - $ 2.420 $ - $ 2.662
City of Fort Worth, Texas
Attachment B
PMO Release Date: 09.23.2012
Page 1 of 1
City of Fort Worth,
Mayor and
Texas
Council Communication
DATE: 12/09/25 M&C FILE NUMBER: M&C 25-1091
LOG NAME: 60PFASTREATMENTSTUDYA4-BROWN AND CALDWELL
SUBJECT
(ALL) Authorize Execution of Amendment No. 4 to an Engineering Agreement with Brown and Caldwell in the Amount of $515,450.00 for a
Revised Contract Amount of $9,863,517.00 for the Emerging Contaminants Per- and Polyfluoroalkyl Substances Treatment Study Project and
Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to the Fiscal Years 2026-2030 Capital Improvement Program
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize execution of Amendment No. 4 to City Secretary Contract Number 60733, an engineering agreement with Brown and Caldwell, in
the amount of $515,450.00, for a Revised Contract Amount of $9,863,517.00 for the Emerging Contaminants Per- and Polyfluoroalkyl
Substances Treatment Study project; and
2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water and Sewer Capital Projects Fund
in the amount of $515,450.00, transferred from available PayGo funds within the Water and Sewer Fund, for the purpose of funding the
Emerging Contaminants Per- and Polyfluoroalkyl Substances Treatment Study project (City Project No. 104942) to effect a portion of
Water's Contribution to the Fiscal Years 2026-2030 Capital Improvement Program.
DISCUSSION:
The United States Environmental Protection Agency's (USEPA) ruling for regulating Maximum Contaminant Levels and Hazard Index for Per- and
Polyfluoroalkyl Substances (PFAS) in drinking water has prompted the Water Department to formulate plans to monitor potential sources and
reduce PFAS levels through source identification and treatment (if necessary). Prior to the adoption of USEPA's final rules, the Water Department
initiated testing of multiple sources including raw water, sewer, and drinking water to better understand the full water life-cycle challenge in
removing these contaminants. Through early testing, staff determined that additional advanced treatment may be needed at the drinking water
treatment plants in order to comply with the proposed PFAS regulations.
On December 12, 2023 Mayor & Council Communication (M&C 23-1075), the City Council authorized execution of an engineering agreement with
Brown and Caldwell in the amount of $1,304,303.00 to conduct systematic sampling and testing of the water through various phases of the
treatment process to help determine the optimal treatment strategy for reliable and economical removal of PFAS. Sampling has been conducted
from all existing raw water sources and from various stages at all five City water treatment plants. The results will affect all existing and future
customers. On June 11, 2024 (M&C 24-0513), the City Council authorized Amendment No. 1 to the engineering agreement in the amount
of $1,797,323.00, for preliminary engineering design services. On December 10, 2024 (M&C 24-1132), the City Council authorized Amendment
No. 2 to the engineering agreement in the amount of $5,591,853.00, for additional engineering design services regarding electrical, civil and
process design improvements. On January 28, 2025 (M&C 25-0089), the City Council authorized Amendment No. 3 to the engineering agreement
with Brown and Caldwell in the amount of $654,588.00 for additional engineering design services to identify potential treatment options and
develop a final design for a treatment system to remove PFAS from wastewater generated at the City-owned Fort Worth Southeast Landfill.
Wastewater from the facility was identified as a point source containing PFAS that discharges into the collection system. Anticipated benefits of
this project include reducing PFAS concentrations in wastewater treatment plant influent, effluent, and biosolids, as well as establishing a
demonstration facility that Fort Worth can showcase to other local and regional industries evaluating PFAS reduction and removal options.
Amendment No. 4 will provide additional funding to conduct bench-scale testing of selected treatment technologies for PFAS removal. The
amendment includes added survey and Surface Utility Engineer (SUE) work, electrical system upgrades, landfill bench-scale testing, and
additional National Contingency Plan (NCP) compliance tasks required by the updated regulatory approach.
It is the practice of the Water Department to appropriate its Capital Improvement Program (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 appropriate funds in support of the Water Utility's portion of the City of Fort Worth's Fiscal Years 2026-2030 Capital
Improvement Program.
Funding is currently available in the Transfer to Water/Sewer account of the Water & Sewer Fund for the purpose of funding the Emerging
Contaminants PFAS Treatment Study project.
Funding for the Emerging Contaminants PFAS Treatment Study project is depicted below:
Fund Existing Additional project Total*
Appropriations Appropriations
Fund 56002 —
W&S Capital $9,373,067.00 $515,450.00 $9,888,517.00
Project
i
Project Total $9,373,067.00 $515,450.00 $9,888,517.00
*Numbers rounded for presentation purposes.
FY2026 — Water PAYGO Appropriations per City Ordinance 27979-09-2025
FY2026 Amended PayGo YTD PayGo FY2026
FY2026 Original (includes any council Approved for / Remaining
Adopted PayGo actions subsequent to Moved to Capital This M&C payGo
budget adoption) Projects Balance
I$101,090,082.00I $101,090,082.00I ($22,448,958.00)I($515,450.00) $78,125,674.00
Note: there may be other pending actions or recently approved actions that are not reflected in the table
This project is located in ALL COUNCIL DISTRICTS.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are currently available in the Water & Sewer Fund and upon the approval of the above
recommendations and adoption of the attached appropriation ordinance, funds will be available in the W&S Capital Projects Fund for the
Emerg. Cont. PFAS Trtmnt Study project to support the execution of the engineering amendment. Prior to any expenditure being incurred, the
Water Department has the responsibility of verifying the availability of funds.
Submitted for Citv Manaaer's Office bv: Jesica McEachern 5804
Oriainatina Business Unit Head: Chris Harder 5020
Jerry Pressley 8257
Additional Information Contact: Makayla Johnson 6529
Expedited
F�RT��RTHo
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name: Brown and Caldwell
Sub�eCt Of tlle f�greemerit: Amendment 4 will provide additional funding to conduct bench-scale testing
of selected treatment technologies for PFAS removal. The amendment includes added survey and Surface Utility
Engineer (SUE) work, electrical system upgrades, landfill bench-scale testing, and additional National Contingency
Plan (NCP) compliance tasks required by the updated regulatory approach.
M&C Approved by the Council? * Yes ❑✓ No ❑
If �so, the M&C must be attached to the contract.
Is this an Amendment to an Existing contract? Yes ❑✓ No ❑ 60733-A4
If �so, provide the original contract number and the amendment number.
Is the Contract "PermanenY'? *Yes 0 No ❑
If �unsure, see back page for permanent contract listing.
Is this entire contract Confidential? *Yes ❑ No ❑✓ If only specific information is
Confidential, please list what information is Confidential and the page it is located.
Effective Date: Expiration Date:
If different from the approval date. If applicable.
Is a 1295 Form required? * Yes ❑✓ No ❑✓
*If �so, please ensure it is attached to the approving M&C or attached to the contract.
Proj ect Number: If applicable. 104942
*Did you include a Text field on the contract to add the City Secretary Contract (CSC)
number? Yes ❑✓ No ❑
Contracts need to be routed for CSO processin� in the followin� order:
1. Katherine Cenicola (Approver)
2. Jannette S. Goodall (Signer)
3. Allison Tidwell (Form Filler)
*Indicates the information is required and if the information is not provided, the contract will be
returned to the department.
Permanent Contracts
Advanced Funding Agreements
Architect Service
Community Facilities
Completion Agreement
Construction Agreement
Credit Agreement/ Impact Fees
Crossing Agreement
Design Procurement
Development Agreement
Drainage Improvements
Economic Development
Engineering Services
Escrow Agreement
Interlocal Agreements
Lake Worth Sale
Maintenance Agreement/Storm Water
Parks/Improvement
Parks/Other Amenities
Parks/Play Equipment
Project Development
Property/Purchase (Property owned by the City)
Property/Sales (Property owned by the City)
Property/Transfers (Property owned by the City)
Public Art
Sanitary Sewer Main Replacements
Sanitary Sewer Rehabilitations
Settlements (Employees Only)
Streets/Maintenance
Streets/Redevelopment
Streets/Repairs
Streets/Traffic Signals
Structural Demolition (City owned properties)
Utility Relocation
Water Reclamation Facility
Water/Emergency Repair
Water/Interceptor
Water/Main Repairs
Water/Main Replacement
Water/Sanitary Sewer Rehabilitation
Water/Sewer Service
Water/Storage Tank