Loading...
HomeMy WebLinkAboutContract 47702 1 y V01VrV SECRE TA Z_ ED CITY OF FORT WORTH, TEXAS APR 2 0 2016 CITY OFFORI 'ltVORT11 STANDARD AGREEMENT FOR PROFESSIONAL SERVICES ITY SECRETARY This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality (the "CITY"), and MWH Americas Inc., authorized to do business in Texas, an independent contractor ("Consultant"), for a PROJECT generally described as: VCWRF Liquid Biosolids Storage Tanks. Article I Scope of Services (1) Consultant hereby agrees to perform as an independent contractor the services set forth in the Scope of Services attached hereto as Attachment "A". These services shall be performed in connection with VCWRF Liquid Biosolids Storage Tanks. (2) Additional services, if any, will be requested in writing by the City. City shall not pay for any work performed by Consultant or its subconsultants, subcontractors and/or suppliers that has not been ordered in writing. It is specifically agreed that Consultant shall not be compensated for any alleged additional work resulting from oral orders of any person. Article II Compensation Consultant shall be compensated in accordance with the Fee Schedule shown in Attachment "B". Payment shall be considered full compensation for all labor, materials, supplies, and equipment necessary to complete the services described in Attachment "A". However the total fee paid by the City shall not exceed a total of $989,477.00 unless the City and the Consultant mutually agree upon a fee amount for additional services and amend this Agreement accordingly. The Consultant shall provide monthly invoices to the City. Payment for services rendered shall be due within thirty (30) days of the uncontested performance of the particular services so ordered and receipt by City of Consultant's invoice for payment of same. Acceptance by Consultant of said payment shall operate as and shall release the City from all claims or liabilities under this Agreement for anything related to, done, or furnished in connection with the services for which payment is made, including any act or omission of the City in connection with such services. City of Fort Worth,Texas Standard Agreement for Professional Services U IPIQ941�`}��,; lir ,'�r�fyr_, Revision Date:9/24/2014 // II' �•r f `iHC/\{vI U F Page 1 of 8 l�U4u �� l�iit' I�4-t1i1ti l li'61Ju U1U�.JUL�ylJll� U G� S Article III Term Unless terminated pursuant to the terms herein, this Agreement shall be for a term of 2 (two) years, beginning upon the date of its execution, or until the completion of the subject matter contemplated herein, whichever occurs first. Article IV Independent Contractor Consultant shall operate hereunder as an independent contractor, and not as an officer, agent, servant, or employee of the City. Consultant shall have exclusive control of and the exclusive right to control the details of its work to be performed hereunder and all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, employees, contractors and subcontractors. The doctrine of respondent superior shall not apply as between City and Consultant, its officers, agents, employees, contractors, and subcontractors, and nothing herein shall be construed as creating a partnership or joint venture between City and Consultant. Article V Professional Competence and Indemnification (1) Work performed by Consultant shall comply in all aspects with all applicable local, state and federal laws and with all applicable rules and regulations promulgated by the local, state and national boards, bureaus and agencies. Approval by the City shall not constitute or be deemed to be a release of the responsibility and liability of Consultant or its officers, agents, employees, contractors and subcontractors for the accuracy and competency of its services performed hereunder. (2) In accordance with Texas Local Government Code Section 271.904, the Consultant shall indemnify, hold harmless, and defend the City against liability for any damage caused by or resulting from an act of negligence, intentional tort, intellectual property infringement, or failure to pay a subcontractor or supplier committed by the Consultant or Consultant's agent, consultant under contract, or another entity over which the Consultant's exercises control. City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:9/24/2014 Page 2 of 8 r o Article VI Insurance (1) Consultant shall not commence work under this Agreement until it has obtained all insurance required under this Article and the City has approved such insurance, nor shall Consultant allow any subcontractor to commence work on its subcontract until all similar insurance of the subcontractor has been so obtained and approval given by the City; provided, however, Consultant may elect to add any subconsultant as an additional insured under its liability policies. Commercial General Liability $1,000,000 each occurrence $1,000,000 aggregate Automobile Liability $1,000,000 each accident (or reasonably equivalent limits of coverage if written on a split limits basis). Coverage shall be on any vehicle used in the course of the Project. Worker's Compensation Coverage A: statutory limits Coverage B: $100,000 each accident $500,000 disease - policy limit $100,000 disease -each employee (2) Additional Insurance Requirements a. Except for employer's liability insurance coverage under Consultant's worker's compensation insurance policy, the City, its officers, employees and servants shall be endorsed as an additional insured on Consultant's insurance policies. b. Certificates of insurance shall be delivered to the Water Department, Attention: Seiavash Mir, 1000 Throckmortan Street, Fort Worth, TX - 76102-6311, prior to commencement of work. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:9/24/2014 Page 3 of 8 s � e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. g. Workers' compensation insurance policy(s) covering employees employed on the Project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. h. City shall not be responsible for the direct payment of insurance premium costs for Consultant's insurance. i. Consultant's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. j. In the course of the Agreement, Consultant shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. k. Consultant's liability shall not be limited to the specified amounts of insurance required herein. I. Upon the request of City, Consultant shall provide complete copies of all insurance policies required by these Agreement documents. Article VII Transfer or Assignment City and Consultant each bind themselves, and their lawful successors and assigns, to this Agreement. Consultant, its lawful successors and assigns, shall not assign, sublet or transfer any interest in this Agreement without prior written consent of the City. Article VIII Termination of Contract (1) City may terminate this Agreement for its convenience on 30 days' written notice. Either the City or the Consultant for cause may terminate this Agreement if either Party fails substantially to perform through no fault of the other and does not City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:9/24/2014 Page 4 of 8 commence correction of such nonperformance with 5 days of written notice and diligently complete the correction thereafter (2) If City chooses to terminate this Agreement under Article 8, upon receipt of notice of termination, Consultant shall discontinue services rendered up to the date of such termination and City shall compensate Consultant based upon calculations in Article 2 of this Agreement and Exhibit "B" attached hereto and incorporated herein. (3) All reports, whether partial or complete, prepared under this Agreement, including any original drawings or documents, whether furnished by the City, its officers, agents, employees, consultants, or contractors, or prepared by Consultant, shall be or become the property of the City, and shall be furnished to the City prior to or at the time such services are completed, or upon termination or expiration of this Agreement. Article IX Right to Audit (1) Consultant agrees that the City shall, until the expiration of three (3) years after final payment under this Agreement, have access to and the right to examine any directly pertinent books, documents, papers and records of Consultant involving transactions relating to this Agreement. Consultant agrees that the City shall have access during normal working hours to all necessary facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. City shall give Consultant reasonable advance notice of intended audits. (2) Consultant further agrees to include in all its subcontracts hereunder, a provision to the effect that the subcontracting consultant agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and records of such sub-consultant, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all sub- consultant facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article. City shall give Consultant and any sub-consultant reasonable advance notice of intended audit. (3) Consultant and sub-consultants agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Consultant for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:9/24/2014 Page 5 of 8 Article X Minority Business and Small Business Enterprise (MBE)(SBE) Participation In accordance with the City's Business Diversity Enterprise Ordinance No. 20020-12-2011, as amended, the City has goals for the participation of minority business enterprises and/or small business enterprises in City contracts. Consultant acknowledges the MBE and SBE goals established for this Agreement and its accepted written commitment to MBE and SBE participation. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Consultant may result in the termination of this Agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. Article XI Observe and Comply Consultant shall at all times observe and comply with all federal, state, and local laws and regulations and with all City ordinances and regulations which in any way affect this Agreement and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. Consultant agrees to defend, indemnify and hold harmless City and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. Form 1295 Certification No. 2016-22095 Article XII Venue and Jurisdiction If any action, whether real or asserted, at law or in equity, arises on the basis of any provision of this Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas — Fort Worth Division. This Agreement shall be construed in accordance with the laws of the State of Texas. Article XIII Contract Construction The Parties acknowledge that each party and, if it so chooses, its counsel have reviewed City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:9/24/2014 Page 6 of 8 i and revised this Agreement and that the normal rule of construction to the effect that any ambiguities are to be resolved against the drafting party must not be employed in the interpretation of this Agreement or any amendments or exhibits hereto. Article XIV Severability The provisions of this Agreement are severable, and if any word, phrase, clause, sentence, paragraph, section or other part of this Agreement or the application thereof to any person or circumstance shall ever be held by any court of competent jurisdiction to be invalid or unconstitutional for any reason, the remainder of this Agreement and the application of such word, phrase, clause, sentence, paragraph, section, or other part of this Agreement to other persons or circumstances shall not be affected thereby and this Agreement shall be construed as if such invalid or unconstitutional portion had never been contained therein. Article XV Notices Notices to be provided hereunder shall be sufficient if forwarded to the other Party by hand-delivery or via U.S. Postal Service certified mail return receipt requested, postage prepaid, to the address of the other Party shown below: City of Fort Worth Attn: Seiavash Mir Water Department 1000 Throckmorton Street Fort Worth, Texas 76102-6311 Consultant: MWH Americas Inc. Attn: Randy Bush 10000 N. Central Expressway, Suite# 1140 Dallas, Texas 75231 Article XVI Headings The headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of this Agreement City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:9/24/2014 Page 7 of 8 Article XVII Counterparts This Agreement may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. Executed and effective this the day of koI , 2010 BY: BY: CITY OF FORT WORTH ENGINEER MWH Americas, Inc. 12 Jesus J. Chapa R. Christopher Young Assistant City Manager Vice President Date: 4'l e Date: s b APPROVAL RECOMMENDED: By: - rhn /J-oCarman' Director, Water Department APPROVED AS TO FORM AND LEGALITY M&C No.: C-27656 oq By: M&C Date: 3/29/2016 ouglas Black Assistant City Attorney ATTEST: ® 4 at KAafy J. v ser `�� 04 , City Sec r tary '°°o°,0° X S s OFFICIAL RECORD City of Fort Worth,Texas CITY SECRETARY Standard Agreement for Professional Services f��° Revision Date:9/24/2014 He WORTH9 TX Page 8 of 8 E � ATTACHMENT A DESIGN SERVICES FOR VCWRF LIQUID BIOSOLID STORAGE TANKS CITY PROJECT NO.:02669 ATTACHMENT A Scope for Engineering Desiqn Related Services for WASTEWATER TREATEMENT ENGINEERING SERVICES DESIGN SERVICES FOR VCWRF LIQUID BIOSOLID STORAGE TANKS CITY PROJECT NO.: 02669 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. Description of Existing Facilities The VCWRF is a 166 MGD (Permitted Average Daily Flow) activated sludge wastewater treatment system comprised of primary, secondary and tertiary treatment, chlorine disinfection and dechlorination. (2 Hour) Peak flow capacity is rated at 369 MGD). The plant was expanded to 144 MGD in 1988-1994 (25 MGD Expansion Project). The plant was up- rated to 166 MGD based on the 1997 Village Creek Wastewater Treatment Plant Uprating Study by Alan Plummer Associates, Inc., with initial construction contracts in 2002-2005. An 80 MGD high rate clarification (HRC) system was added during 2003-2005 to treat high influent flow events over 255 MGD (in accordance with current discharge permit). The VCWRF currently de-waters, processes and disposes of digested sludge by application to agricultural land. The Solids Processing Facility (dewatering facility), located approximately 1 mile north of the VCWRF, is operated under contract to Renda Environmental, Inc. (REI). The dewatering facility has five 2 meter BFPs (with a 6th BFP to be added), two dry polymer chemical mixing and feed systems (with a 3rd system to be added), one conveyor belt system, and one lime mixing system (to be upgraded) and associated equipment. The Solids Processing Facility currently has two small liquid storage tanks (approximately 1.2 MG of storage)which have no covers or mixing equipment. Description of Proposed Project The Texas Commission on Environmental Quality (TCEQ) has recently determined that storage of processed bio-solids during wet weather events will, currently, only be allowed at the VCWRF site. Previous temporary remote wet weather storage sites were closed and there are no current plans to build remote sites to TCEQ requirements. As bio-solids cannot be applied during wet weather, liquid storage tanks need to be constructed to store the liquid bio-solids until the wet weather event is over and the bio-solids can be de-watered, processed and land applied. To provide liquid bio-solids for approximately 10 days, two 5 MG tanks are needed. City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 1 of 17 ATTACHMENTA DESIGN SERVICES FOR VCWRF LIQUID BIOSOLID STORAGE TANKS CITY PROJECT NO.:.:02669 The Engineer, as part of this project, will: • Evaluate current Bio-Solids processing for suitability for the two bio-solids storage tanks and associated equipment& piping. Review Bio-solids Master Plan for location recommendation for liquid storage tanks and other improvements. • Determine the location and configuration of existing yard piping for liquid sludge. • Determine how the two new 5 MG tanks will function alongside the current existing storage tanks and emergency sludge pond, inclusive of piping modifications needed to support the new infrastructure. • Perform Odor monitoring and characterization of air to be treated through sludge sampling and bench scale odor testing. • Evaluate the feasibility of aerating the liquid storage in the two new 5 MG tanks and in the existing storage tanks with the stated goal of improving odors associated with bio-solids land application activities. • Evaluate tank configuration (including covers) and tank material options. • Evaluate support equipment which may be required including: o Odor control systems (including covers) o Mixing systems o Sludge pumping to the Belt Filter Presses o Ability to clean tanks easily, including access for small equipment (like a bob-cat) to tank interior for cleaning. o Monitoring equipment o Electrical infrastructure o Account for location and space allocation of future Chemical Feed Station • Submit a preliminary engineering report (PER) with recommendations concerning the tank sizing, type and location along with any required modifications and additional equipment required to operate the bio-solids liquid storage tank. • Prepare construction plans and specifications. • Submission of construction plans/specification for approval by TCEQ. • Assist the City during advertisement period and award. Conduct pre-bid meeting during advertisement period. Issue Addendums & clarifications as necessary City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 2 of 17 ATTACHMENT A DESIGN SERVICES FOR VCWRF LIQUID BIOSOLID STORAGE TANKS CITY PROJECT NO.:.:02669 ❑ Deliverables for the Design Phase: • Provide Preliminary Engineering Report & Technical Memorandums as necessary. o PFD & Process Goals TM o Odor Control and Aeration Alternatives TM o Structural Evaluation TM o Electrical & I/C Evaluation TM o Preliminary Engineering Report • Provide design (60%) and (90%) plans/specifications for review. • Submit Approved (100%) Final Plans/Specifications to TCEQ for Review. • Provide Opinion of Probable Construction Cost with Preliminary Engineering Report, 60%, 90%, and Final Bid Submittals • Geotechical Borings • Survey data • SUE data (as needed) • Requirements for Advertisement. • Provide Notice to Bidders (in electronic form) to project manager • Provide copies of Bid Documents in paper and in electronic form to project manager. • Provide for purchase of contract documents at Engineer's Office during bidding phase. • Conduct pre-bid meeting with prospective bidders. • Provide addendums and Clarifications as necessary to the bidders. • After Bid Opening, provide Bid Tabulation and Letter of Recommendation of Award of Construction Contract. • Provide conformed contract documents to the Contractor for execution after award of contract by the City Council. • Provide Project Schedule with monthly updates ❑ Deliverables during Construction Phase: • Approved final submittals • Record Drawings in Mylar & Electronic Form • Updated Plant O&M Manual WORK TO BE PERFORMED Task 1. Design Management Task 2. Conceptual Design Task 3. Preliminary Design Task 4. Final Design Task 5. Bid Phase Services Task 6. Survey and Subsurface Utility Engineering Services Task 7. Permitting City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 3 of 17 ATTACHMENTA DESIGN SERVICES FOR VCWRF LIQUID BIOSOLID STORAGE TANKS CITY PROJECT NO.:.:02669 TASK 1. DESIGN MANAGEMENT. ENGINEER shall ensure efficient and effective use of ENGINEER's and CITY's time and resources. ENGINEER shall 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. 1.1. Managing the Team • Lead, manage and direct design team activities • Ensure quality control is practiced in performance of the work • Communicate internally among team members • Task and allocate team resources 1.2. Communications and Reporting • Attend a pre-design project kickoff/chartering meeting with CITY staff to confirm and clarify scope, understand CITY objectives, and ensure economical and functional designs that meet CITY requirements. This meeting shall include plant operations staff an include a dedicated portion of the meeting to establish system operational expectations. • Conduct review meetings with the CITY at the end of each design phase • Prepare invoices and submit monthly in the format requested by the CITY. • Prepare and submit monthly progress reports in the format provided by the Water Department. • Prepare and submit baseline Project Schedule initially, and Project Schedule updates with a schedule narrative monthly, as required in Attachment D to this Standard Agreement and according to the City of Fort Worth's Schedule Guidance Document. • Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at the end of the project • Coordinate with other agencies and entities as necessary for the design of the proposed infrastructure, and provide and obtain information needed to prepare the design • With respect to coordination with permitting authorities, ENGINEER shall communicate with permitting authorities such that their regulatory requirements are appropriately reflected in the designs. ENGINEER shall work with regulatory authorities to obtain approval of the designs, and make changes necessary to meet their requirements, as part of the design scope. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 4 of 17 4 ATTACHMENT A DESIGN SERVICES FOR VCWRF LIQUID BIOSOLID STORAGE TANKS CITY PROJECT NO.:.:02669 • Personnel and Vehicle Identification: When conducting site visits to the project location, the ENGINEER or any of its sub-consultants shall carry readily visible information identifying the name of the company and the company representative. ASSUMPTIONS • 9 MWBE reports will be prepared • 4 meetings with city staff • 9 monthly water department progress reports will be prepared • 9 monthly project schedule updates will be prepared DELIVERABLES A. Meeting summaries with action items B. Monthly invoices C. Monthly progress reports D. Baseline design schedule E. Monthly schedule updates with schedule narrative describing any current or anticipated schedule changes F. Monthly M/WBE Report Form and Final Summary Payment Report Form G. Project Execution Plan and Risk Register TASK 2. CONCEPTUAL DESIGN (30 PERCENT). The Conceptual Design shall be submitted to CITY per the approved Project Schedule. The purpose of the conceptual design is for the ENGINEER to ■ Study the project, ■ Identify and develop alternatives that enhance the system, ■ Present (through the defined deliverables) these alternatives to the CITY ■ Recommend the alternatives that successfully addresses the design problem, and ■ Obtain the CITY's endorsement of this concept. ENGINEER will develop the conceptual design as follows. 2.1. Data Collection • ENGINEER to evaluate design standards, material preferences, standard specifications, standard details, and coordination and approval protocol that are required by the CLIENT and TCEQ, for use in preparing and acceptance of the design and contract documents. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 5 of 17 a ¢ ATTACHMENT A DESIGN SERVICES FOR VCWRF LIQUID BIOSOLID STORAGE TANKS CITY PROJECT NO.:.:02669 • ENGINEER to review the Biosolids Masterplan developed by Alan Plummer Associates, Inc. • In addition to data obtained from the CITY, ENGINEER will research proposed improvements in conjunction with any other planned future improvements that may influence the project, which include modifications under the Belt Filter Press, Sludge Thickening and Peak Flow basin improvement projects. • The ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project. 2.2. Meetings and Site Visits • ENGINEER to attend up to 5 site visits and technical memorandum review meetings and workshops as part of the Conceptual Design. 2.3. Characterization of Air • ENGINEER to perform a characterization of emissions from the solids stored in the sludge storage tanks. Samples of the sludge will be collected and evaluated in bench scale testing to simulate the anticipated off-gassing in the aeration alternatives. Air samples will be collected in and around the existing sludge storage tanks. The samples will be sent to a lab for analysis including dilution level testing. Evaluation of the on-site data and the analytical laboratory data is included in this task. 2.4. PFD and Process Goals Evaluation (TM#1) • ENGINEER to evaluate the existing site, project objectives, and process goals, inclusive of the following: • Description of Existing equipment • Design Criteria, including anticipated flow and concentrations anticipated • Process Assessment • Hydraulics • General Arrangement (GA) • Plan layout for each of major structure • Siting • General Process Flow Diagrams • ENGINEER to prepare a technical memorandum documenting the process goals, and summarizing the design criteria to demonstrate compliance with TCEQ and City of Fort Worth requirements. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 6 of 17 a � ATTACHMENTA DESIGN SERVICES FOR VCWRF LIQUID BIOSOLID STORAGE TANKS CITY PROJECT NO.:.:02669 2.5 Odor Control and Aeration Alternatives Analysis (TM#2) • ENGINEER to evaluate options for new wet weather sludge storage tanks including aeration, access, operation, and materials. As part of this analysis, ENGINEER will: • Evaluate modification options and potential process upgrade on the existing tanks. • Evaluate Aeriation alternatives and aeriation implementation on existing tanks and new tanks. • Evaluation of tanks covers for new and existing tanks • Evaluate appropriate odor control technologies based on sludge facility . operation, retention time, and tank sizing provided by CITY inclusive of • Determination of volume of air needed for aeration • Determination of volume of exhaust to be collected • Identification of potential treatment types along with air dispersion modeling of the effectiveness of the proposed solution. • ENGINEER to prepare a technical memorandum summarizing odor control criteria for this project, existing odor control measures, and proposed odor control, inclusive of evaluation of potential technologies, and covers, as applied to the existing and future tanks, as well as aeration and cleaning systems to be utilized. 2.6. Structural Analysis (TM#3) • ENGINEER to prepare a technical memorandum summarizing the structural capability of the existing tanks for potential modification, and structural requirements for the new tanks. • ENGINEER to summarize the architechtural requirements for new structures needed for blower, odor control and electrical equipment. Architectural requirements for this project are assume to be pre-fabricated metal structures. 2.7. Electrical and I&C Analysis (TM#4) • ENGINEER to prepare a technical memorandum summarizing the electrical capability of the existing systems and upgrades need to handle the additional electrical equipment, inclusive of power requirements, control panels, instrumentation and control philosophy and SCADA. In addition, this technical memorandum will review and coordinate proposed improvements with the electrical, instrumentation and power needs of dewatering facility currently being redesigned. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 7 of 17 a ATTACHMENT A DESIGN SERVICES FOR VCWRF LIQUID BIOSOLID STORAGE TANKS CITY PROJECT NO.:.:02669 2.8. Preliminary Engineering Report • ENGINEER to prepare a preliminary engineering report summarizing the final design decisions based on the evaluation and recommendations from the technical memorandums. • ENGINEER to prepare a budget level opinion of probable cost as defined as Class IV Estimate per AACE International Recommend Practice No 18R-97, with an expected accuracy of-30% to +50%. • The CLIENT shall provide written comments on the draft PER within 15 calendar days of receipt of the PER. • ENGINEER will host a preliminary design review meeting with CLIENT, and incorporate received comments into final PER to the CLIENT within 15 days of preliminary design review meeting. • ENGINEER will and maintain a QA/QC comment log documenting CLIENT review comments and resolutions. ASSUMPTIONS • 3 copies of the each Technical Memorandum will be delivered, along with an electronic pdf copy. Report shall be letter sized and comb- bound with a clear plastic cover. • 3 copies of the Preliminary Engineering Report (30% design)will be delivered, along with an electronic pdf copy. Report shall be letter sized and comb- bound with a clear plastic cover. • ENGINEER shall prepare the meeting minutes of the Preliminary Design Review meeting and revise the report, if needed. • ENGINEER shall not proceed with Preliminary Design activities (Task 3) without obtaining written approval by the CITY of the Preliminary Design Report. DELIVERABLES A. Technical Memorandums 1-5 B. Preliminary Engineering Report C. PDR Review Meeting minutes and QA/QC log D. Engineers Opinion of Probable Construction Cost Class IV estimate City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 8 of 17 ATTACHMENT A DESIGN SERVICES FOR VCWRF LIQUID BIOSOLID STORAGE TANKS CITY PROJECT NO.:.:02669 TASK 3. PRELIMINARY DESIGN (60 PERCENT). Preliminary plans and specifications shall be submitted to CITY per the approved Project Schedule. 3.2. Preliminary Design and Specifications • ENGINEER will develop Preliminary Design Drawings and Specifications including civil, structural, mechanical, odor control equipment, yard piping, electrical, instrumentation plans and specifications for the modification of existing storage tanks, and new storage tanks per the recommendations of the Preliminary Engineering Report. • ENGINEER will develop and maintain detailed engineering calculations in support of Design plan. • ENGINEER will utilize City of Fort Worth Standard Details and Specifications, and front end contract documents, supplemented by consultant technical specifications as needed. • Anticipated Design Drawings to address the following components: • Retrofit of Existing Tanks (Aeration and Covers) • New Wet Weather Storage Tanks w/Aeration and Covers • New Blower Station • New Foul Air Collection System • New Odor Control facility • New Electrical Enclosure • New Sludge Recycle Pump Station • Yard Piping, as required 3.2. Geotechnical Investigation • Soil investigations, including field and laboratory tests, borings, related engineering analysis and recommendations for determining soil conditions will be made. In addition to the above investigations, borings and appropriate field and laboratory analysis will be made at reasonable intervals within the project site. • The borings will be sampled continuously to a depth of 10 feet, and at 5-foot intervals thereafter, to determine site stratigraphy and to obtain samples for laboratory testing. Cohesive soil samples will be obtained with a three-inch thin- walled (Shelby) tube sampler in general accordance with ASTM D-1587 standard. Cohesionless samples will be obtained using a split spoon sampler. All the field and laboratory tests will be performed according to ASTM standards, where applicable, or with other well established procedures. Rock encountered will be cored and evaluated using the Uniaxial Compressive Strength Test. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 9 of 17 ATTACHMENT A DESIGN SERVICES FOR VCWRF LIQUID BIOSOLID STORAGE TANKS CITY PROJECT NO.:.:02669 • Results of the field and laboratory data will be used to develop recommendations for the design and construction of the structure foundations with associated pipeline installation (if any). All borings will be backfilled with bentonite chips and/or soil cuts after obtaining ground water measurements. • The laboratory testing program will be developed once the field boring logs have been reviewed and the general site stratigraphy developed. The laboratory tests will include natural moisture contents, Atterberg Limits, percent passing the no. 200 sieve, pH, chloride content, sulfates content, swell, consolidation, unconfined compressive strength and unit dry weight tests. • Engineer to provide up to 14 borings based on the following boring schedule. Final borings locations and depth subject to change based on the results of the structural evaluation in the PER: Boring Description/Location No, Depth(ft) Center of 1st Pro used Tank B-1 100 Perinheter of 1 st Proposed Tank B-2 60 Perimeter of 7 st Proposed Tank B-3 60 Perimeter of 1 st Proposed Tank B-4 60 Center of 2nd Proposed Tack B-5 100 Perimeter of 2nd Proposed Turk B-6 60 Perimeter of 2nd Proposed Tank B-7 60 Perimeter of 2nd Noposed Tank B-8 60 Biofilter/Odor Control Facility-(Assunhed kght meiht structure atgrade) $-9 30 Biofilter/Odor Control Facia(Asstuned light weight strvc=e at de) B-10 30 Biotilter/Odor Control Facility(Assumed light wei&structure atgrade) B-11 30 MisceUaneuos Pi in Assumed Invert depth less than 15 feet B-12 20 UsceMneuos Piping(Assumed Invert depth less dean 15 feet) B-13 20 Aliscellaneuos Pi in (Assumed Invert depth less dum 15 feet) B-14 20 Total 710 3.3. Constructability Review • Prior to the 60 percent review meeting with the CITY, the ENGINEER shall schedule and attend a project site visit with the CITY Project Manager and Construction personnel to walk the project. The ENGINEER shall summarize the CITY's comments from the field visit and submit this information to the CITY in writing. 3.4. Opinion of Probable Construction Cost • ENGINEER to prepare a budget level opinion of probable cost as defined as Class III Estimate per AACE International Recommend Practice No 18R-97, with an expected accuracy of-15% to +20%. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 10 of 17 ATTACHMENT A DESIGN SERVICES FOR VCWRF LIQUID BIOSOLID STORAGE TANKS CITY PROJECT NO.:.:02669 ASSUMPTIONS • 0 public meeting(s) will be conducted or attended during the preliminary design phase. • 3 sets of 11x17(Half size plans will be delivered for the Preliminary Design (60% design). • 1 sets of specifications for equipment will be delivered for the Preliminary Design (60% design). • DWF files created from design CAD drawings will be uploaded to the designated project folder in Buzzsaw. • The CITY's front end and technical specifications will be used. The ENGINEER shall supplement the technical specifications if needed. • ENGINEER shall not proceed with Final Design activities without written approval by the CITY of the Preliminary Design plans. DELIVERABLES A. Preliminary Design drawings and specifications B. Estimates of probable construction cost C. Geotechnical Borings TASK 4. FINAL DESIGN (90 PERCENT)AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT). Upon approval of the Preliminary plans and Agreement to Design Freeze, ENGINEER will prepare construction plans as follows: • For projects that disturb an area greater than one (1) acre, the Contractor will be responsible for preparing and submitting the Storm Water Pollution Prevention Plan (SWPPP) with appropriate regulatory agencies. The Engineer will prepare the iSWM Construction Plan according to the current CITY iSWM Criteria Manual for Site Development and Construction which will be incorporated into the SWPPP by the contractor. • Draft Final plans (90%) and specifications shall be submitted to CITY per the approved Project Schedule. • Following a 90% construction plan review meeting with the CITY, the ENGINEER shall submit Construction Documents (100%) to the CITY per the approved Project Schedule. Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas. • The ENGINEER shall submit a final design opinion of probable construction cost as defined as Class III Estimate per AACE International Recommend Practice No 18R-97, with an expected accuracy of-15%to +20%with both the 90% and issued for bid design packages. This estimate shall use ONLY standard CITY bid items. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 11 of 17 ATTACHMENT A DESIGN SERVICES FOR VCWRF LIQUID BIOSOLID STORAGE TANKS CITY PROJECT NO.:.:02669 ASSUMPTIONS • 3 sets of 11x17 (Half) size drawings and 1 set of specifications will be delivered for the 90% Design package. • A DWF file for the 90% Design will be created from design CAD drawings and will be uploaded to the project folder in Buzzsaw. • 1 sets of 22x34 (full) size drawings and specifications will be delivered for the 100% Design package. • A DWF file for the 100% Design will be created from design CAD drawings and will be uploaded to the project folder in Buzzsaw. DELIVERABLES A. 90% construction plans and specifications. B. 100% construction plans and specifications. C. Class III Opinion of Probable construction Cost. D. Original cover mylar for the signatures of authorized CITY officials. TASK 5. BID PHASE SERVICES. ENGINEER will support the bid phase of the project as follows. 5.1. Bid Support • The ENGINEER shall upload all plans and contract documents onto Buzzsaw for access to potential bidders. • Contract documents shall be uploaded in a .xIs file. • Unit Price Proposal documents are to be created utilizing CFW Bidtools only and combined in a specified spreadsheet workbook, Bid Proposal Worksheet Template, and will be populated and configured so that all pages are complete and the Summary Worksheet(s) in the workbook detail and automatically summarize the totals from the inserted Unit Price Proposal document worksheets. • Plan Sets are to be uploaded to Buzzsaw in two formats, .pdf and Awf files. The .pdf will consist of one file of the entire plan set. The Awf will consist of individual files, one for each plan sheet, and will be numbered and named in a manner similar to that of the plan set index. • The ENGINEER shall sell contract documents and maintain a plan holders list on Buzzsaw from documents sold and from Contractor's uploaded Plan Holder Registrations in Buzzsaw. • The ENGINEER will develop and implement procedures for receiving and answering bidders' questions and requests for additional information. The City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 12 of 17 ATTACHMENT A DESIGN SERVICES FOR VCWRF LIQUID BIOSOLID STORAGE TANKS CITY PROJECT NO.:.:02669 procedures shall include a log of all significant bidders questions and requests and the response thereto. The log shall be housed and maintained in the project's Buzzsaw folder titled Request for Information. The ENGINEER will provide technical interpretation of the contract bid documents and will prepare proposed responses to all bidders questions and requests, in the form of addenda. The ENGINEER shall upload all approved addenda onto Buzzsaw and mail addenda to all plan holders. • Attend the prebid conference in support of the CITY. • Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. • When substitution prior to award of contracts is allowed in the contract documents, the ENGINEER will advise the CITY as to the acceptability of alternate materials and equipment proposed by bidders. • Attend the bid opening in support of the CITY. • Tabulate and review all bids received for the construction project, assist the CITY in evaluating bids, and recommend award of the contract. A copy of the Bid Tabulation and the CFW Data Spreadsheet created utilizing CFW Bidtools only are to be uploaded into the project's Bid Results folder on Buzzsaw. • Incorporate addenda into the contract documents and issue conformed sets. 5.2 Final Design Drawings Format 1) Final Design Drawings shall be submitted in both Adobe Acrobat PDF format (version 6.0 or higher) format and DWF format. There shall be one (1) PDF file and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for the Water plan set. Each PDF and DWF file shall be created from the original CAD drawing files and shall contain all associated sheets of the particular plan set. Singular PDF and DWF files for each sheet of a plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: I. TPW file name example — "W-1956_0rg47.pdf" where "W-1956" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W-0053_org3.pdf and K-0320_org5.pdf 11. Water and Sewer file name example — "X-35667_org36.pdf" where "X- 35667" is the assigned file number obtained from the CITY, "—org" designating the file is of an original plan set, "36" shall be the total number of sheets in this file. Example: X-12755_org18.pdf City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 13 of 17 ATTACHMENT A DESIGN SERVICES FOR VCWRF LIQUID BIOSOLID STORAGE TANKS CITY PROJECT NO.:.:02669 Both PDF and DWF files shall be uploaded to the project's Final Drawing folder in Buzzsaw. 2) In addition to the PDF and DWF files, the ENGINEER shall submit each plan sheet as an individual DWG file with all reference files integrated into the sheet. If the plans were prepared in DGN format, they shall be converted to DWG prior to uploading. The naming convention to be used for the DWG files shall be as follows: I. TPW files shall use the W number as for PDF and DWF files, but shall include the sheet number in the name — "W-1956—SHT01.dwg", "W- 1956—SHT02.dwg", etc. II. Water and Sewer file names shall use the X number as for PDF and DWF files, but shall include the sheet number in the name — "X- 12155—SHT01.dwg", "X-12755—SHT02.dwg", etc. For information on the proper manner to submit files and to obtain a file number for the project, contact the Department of Transportation and Public Works Vault at telephone number(817) 392-8426. File numbers will not be issued to a project unless the appropriate project numbers and fund codes have been assigned and are in the Department of Transportation and Public Works database. ASSUMPTIONS • The project will be bid only once and awarded to one contractor. • 10 sets of construction documents will be sold to and made available on Buzzsaw for plan holders and/or given to plan viewing rooms. • 5 sets of full size and drawings plans and specifications (conformed, if applicable)will be delivered to the CITY. • PDF, DWF and DWG files will be uploaded to Buzzsaw. DELIVERABLES A. Addenda B. Bid tabulations C. CFW Data Spreadsheet D. Recommendation of award E. Construction documents (conformed, if applicable) City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 14 of 17 ATTACHMENTA DESIGN SERVICES FOR VCWRF LIQUID BIOSOLID STORAGE TANKS CITY PROJECT NO.:.:02669 TASK 6. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES. ENGINEER will provide survey support as follows. 8.1. Design Survey • ENGINEER will perform field surveys to collect horizontal and vertical elevations and other information needed by ENGINEER in design and preparation of plans for the project. Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, rim/invert elevations, location of buried utilities, structures, trees (measure caliper, identify overall canopy, and have qualified arborist identify species of trees), and other features relevant to the final plan sheets. Existing drainage at intersections will be verified by field surveys. Spot elevations will be shown on intersection layouts with cross slope to fit intersecting grade lines. • The minimum survey information to be provided on the plans shall include the following: A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally on a scale of not less than 1:400: — The following information about each Control Point; a. Identified (Existing. CITY Monument#8901, PK Nail, 5/8" Iron Rod) b. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on CITY Datum only. C. Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). — Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. — No less than two horizontal bench marks, City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 15 of 17 ATTACNMENTA DESIGN SERVICES FOR VCWRF LIQUID BIOSOLID STORAGE TANKS CITY PROJECT NO.:.:02669 8.2. Subsurface Utility Engineering • ENGINEER to provide subsurface utility engineering (SUE) services to determine the location of critical structures affecting the design of this project based on the Design Survey and ENGINEER records review. ENGINEER to develop list of potential SUE locations, to be authorized by the CITY prior to the SUE survey authorization. ASSUMPTIONS • Design survey will not include a property boundary survey. DELIVERABLES A. Copies of field survey data and notes signed and sealed by a licensed surveyor, B. Drawing of the project layout with dimensions and coordinate list. TASK 7. PERMITTING ASSISTANCE ENGINEER shall evaluate potential odor control permits needed based upon the odor control technologies selected for the biosolid storage tanks. In addition, ENGINEER shall coordinate with CITY on changes to the TPDES permit application. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 16 of 17 ATTACHMENTA DESIGN SERVICES FOR VCWRF LIQUID BIOSOLID STORAGE TANKS CITY PROJECT NO.:.:02669 Additional Services not included in the existing Scope of Services — CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above. However, ENGINEER can provide these services, if needed, upon the CITY's written request. Any additional amounts paid to the ENGINEER as a result of any material change to the Scope of the Project shall be agreed upon in writing by both parties before the services are performed. These additional services include the following: • Services related to development of the CITY's project financing and/or budget. • Services related to disputes over pre-qualification, bid protests, bid rejection and re-bidding of the contract for construction. • Engineering Services during Construction • Construction management and inspection services • Design phase public meetings • Performance of materials testing or specialty testing services. • Services necessary due to the default of the Contractor. • Services related to damages caused by fire, flood, earthquake or other acts of God. • Services related to warranty claims, enforcement and inspection after final completion. • Services related to submitting for permits (ie.TxDOT, TPDES, etc.) • Services related to Survey Construction Staking • Services related to acquiring real property including but not limited to easements, right-of-way, and/or temporary right-of-entries. • Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. • Performance of miscellaneous and supplemental services related to the project as requested by the CITY. • Record Drawing production City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 17 of 17 ATTACHMENT B COMPENSATION Design Services for VCWRF Liquid Biosolids Storage Tanks City Project No. 02669 Time and Materials with Multiplier Project I. Compensation A. The ENGINEER shall be compensated for personnel time, non-labor expenses, and subcontract expenses in performing services enumerated in Attachment A as follows: i. Personnel Time. Personnel time shall be compensated based upon hours worked directly in performing the PROJECT multiplied by Direct Salaries multiplied by a factor of 3.26. Direct Salaries are the amount of wages or salaries paid ENGINEER's employees for work directly performed on the PROJECT, exclusive of all payroll- related taxes, payments, premiums, and benefits. ii. Non-Labor Expenses. Non-labor expenses shall be reimbursed as Direct Expenses at invoice or internal office cost. Direct Expenses (non-labor) include, but are not limited to, mileage, travel and lodging expenses, mail, supplies, printing and reproduction services, other direct expenses associated with delivery of the work; plus applicable sales, use, value added, business transfer, gross receipts, or other similar taxes. iii. Subcontract Expenses. Subcontract expenses and outside services shall be reimbursed at cost to ENGINEER plus a markup of ten percent(10%). iv. Budgets. ENGINEER will make reasonable efforts to complete the work within the budget and will keep the City informed of progress toward that end so that the budget or work effort can be adjusted if found necessary. ENGINEER is not obligated to incur costs beyond the indicated budgets, as may be adjusted, nor is the City obligated to pay ENGINEER beyond these limits. If ENGINEER projects, in the course of providing the necessary services, that the PROJECT cost presented in Article 2 of this Agreement will be exceeded, whether by change in scope of the project, increased costs or other conditions, the ENGINEER shall immediately report such fact to the City and, if so instructed by the City, shall suspend all work hereunder. When any budget has been increased, ENGINEER's excess costs expended prior to such increase will be allowable to the same extent as if such costs had been incurred after the approved increase. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 1 of 3 B-1 ATTACHMENT B COMPENSATION B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. II. Method of Payment A. The ENGINEER shall be paid by the City based upon an invoice created on the basis of statements prepared from the books and records of account of the ENGINEER, based on the actual hours and costs expended by the ENGINEER in performing the work. B. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. C. ENGINEER shall prepare and submit invoices in the format and including content as presented in Exhibit B-1. D. Payment of invoices will be subject to certification by the City that such work has been performed. III. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Water Department, monthly progress reports and schedules in the format required by the City. IV. Summary of Total Project Fees Firm Primary Responsibility Fee Amount % Prime Consultant MWH Americas, Inc. Design Engineer $575,226.00 58.1% Proposed MBE/SBE Sub-Consultants Gupta Associates, Inc. Electrical/I&C 169,764.00 17.2% HVJ Associates, Inc. Geotechnical $53,654.00 5.4% The Rios Group SUE $19,700.00 2.0% Gorrondona & Site Survey $8,000.00 0.8% Associates, Inc. Non-MBE/SBE Consultants Alan Plummer Odor Control Design 163,133.00 16.5% Associates, Inc. TOTAL $989,477.00 100% Project Number& Name Total Fee MBE/SBE Fee MBE/SBE 02669 VCWRF Liquid Biosolids Storage $989,477.00 $251,118.00 25.4% Tanks City MBE/SBE Goal = 15% Consultant Committed Goal = 17 % City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 2 of 3 B-2 a EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) Insert required invoice format following this page, including negotiated total budget and allocations of budgets across work types and work phases. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 3 of 3 B-3 E ] J k0 J ± ) o *ƒ { \ ) k _ Im � 2 � \ / � m \ \ § ( 2 $ g 4)0 / / \\ � ƒ § ) £2 | ) o® ® § E 3 e \ }\ \ { \ \ \; < « ) 2 ) � • % k — � 2 7 � g ƒ \ k § \ ) JJ / 22 / q $ E E2 { ( 5 4) / \ / \ / m I a \ m ƒ / a \ \ C) ( q / / » CD ! ci § ® E - W { r � k � ) . ] \ / \ \ // \ / 0000 }} a. iL 0 o u > a. s ml , ; „ � § d 0 <? / d ) § /a. ............. a&«a#&&&a#«a& 0IL (L \� L) / CL ] \ \ ° . fv § \ �\ E - LU § = 2 {\ , \ / ) 2 \/� - - { & � � � • & & aw 0)U) $ \\\\\ 2f § » ] n k \ \ \\) \ \ k\ k § ( {\}{2\ \ )\\ \ #) § ( / 2 %77° 0) CL E / / //■ t){ � k) \ \ > ) \ \ k t 3 ) J`}f!\ � ] S® t CL < k r § � § 2 ) « "0< \W, . / ) ; ] J J / y� ) � } ( \ \ \ { \ } a _ ] 2 § , E 2 { tom E � k \ { o k > � - / \ z { ƒ \ \ } \\ \ ) / \ \\ �< G \ k ; � / ® k \ ) ) f \ J < $/ J 3 \ o k � / / 07 L. / ) § j 1 \ U) « z � § ) e , 6 % 6 \ ) _ » � \ % « ] f ) moo & ; m \ 2 ) E 22 � / � ) . R [ / ® [ ) ) omrJ . 2m ; - � � 32 = � © ® E \� ) /$ t r-c> 0 ¢ _ § _ a ae / 2aI z 3 « � U- / a \ \ \ \ \ \ ITS s ag a:rry cogs aog gn o xo as rs s ggag ®g o� o's^^ `__ ^"s=e9$ dill Iscas aaa a F sya7 a &n`N a» goat $egg s ag g wsg» sa p as m sa 3 a as b gsaa gs gasa`= e �a g _ Em°S; '-9W N 9 ` a a g g gsg g a aw�ine ~ a a fz a oxg g g a s a s a a a a a s 0 g ;a s s a a os s a - ,a R F s a gs a» `F ages s g g o s a oam II a a s a s € gg g"aag n s o a1 g$ as 3'818 SA87 °'egg %Q �7 P F mF,h mm F ro n 8878 2 8888 F3 s` ooa 's? $? 1ewn s"a a"s a �Rmna "a ms"o anR o ass 9 FG�7a S 11 as � _ G ap gu F ffiA A.. F S E E 9� n€ S W F aqq` r �3 �y77 S a s AY nNo N¢��Z �-QI f K y O Yi W a�iQ IJV L ¢n JF K � - 9 > � 5 e a a g7a a e Fa ga z9 y�y A gaga €g A t 9 8S nm A QR q =a� F4 Fina x FAMA AF R At o� d� �8 8aF' a Q a gom F a8 -y9 .g 4� p gP°UsQi„�� a5o opo 6z�zWoK :,= EoP"° J019:1, I gkm!! 3 1 g! , I f qvp I a a ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for VCWRF Liquid Biosolids Storage Tanks City Project No. 02669 City of Fort Worth,Texas Attachment C PMO Release Date:05.19.2010 Page 1 of 1 Consulting Contract Schedule Specifications FORT WORTH City of Fort Worth Capital Improvement Program Attachment D—Project Schedule This PROTECT requires a Tier «3» schedule as defined herein and in the City's Schedule Guidance Document. D1. CONSULTING SERVICES SCHEDULE DEVELOPMENT: The CONSULTANT shall prepare schedules for consulting services that meet the requirements described in this specification, showing by Critical Path Method (CPM) the planned sequence and timing of the Work associated with the Agreement. All submittals shall be submitted in PDF format, and schedule files shall also be submitted in native file format (i.e. file formats associated with the scheduling software). The approved scheduling software systems for creating the schedule files are: — Primavera(Version 6.1 or later or approved by CITY) — Primavera Contractor(Version 6.1 or later or approved by CITY) — Microsoft Project(Version 2003/2007 or later or approved by CITY)(PHASING OUT) D2. BASELINE CONSULTING SERVICES SCHEDULE: Following notice-to-proceed, the CONSULTANT shall develop, submit and review the draft detailed baseline consulting services schedule with the CITY to demonstrate the CONSULTANT's understanding of the Agreement requirements and approach for performing the work. The CONSULTANT will prepare the final detailed baseline consulting services schedule based on CITY comments, if any,and submit to the CITY no later than the submittal of the first project invoice. The following guidelines shall be adhered to in preparing the baseline schedule, and as described in further detail in the CITY's Schedule Guidance Document. a. The scope shall be subdivided by work breakdown structure (WBS) representing the tasks,subtasks,and activities associated with delivering the work. b. The schedule shall accurately describe the major work activities,key milestones, and dependencies/relationships as appropriate to the work. c. The schedule should include appropriate meetings, review periods, critical decision points,including third party utility dependencies and reviewing agencies. D3. PROGRESS CONSULTING SERVICES SCHEDULE: The CONSULTANT shall prepare and submit monthly to the CITY for approval the updated schedule in accordance with D1 and D2 and the CITY's Schedule Guidance Document inclusive. As the Work progresses, the CONSULTANT shall enter into the schedule and record actual progress as described in the CITY's Schedule Guidance Document. The updated schedule submittal shall also include a concise schedule narrative that highlights the following,if appropriate and applicable: • Changes in the critical path, • Expected schedule changes, • Potential delays, • Opportunities to expedite the schedule, • Coordination issues the CITY should be aware of or can assist with, City of Fort Worth,Texas Attachment D PMO Release Date:02.15.2011 Page 1 of 2 • Other schedule-related issues that the CONSULTANT wishes to communicate to the CITY. D4. PERFORMANCE AND CONSULTING SERVICES SCHEDULE: If the work accomplished falls behind that scheduled due to factors within the CONSULTANT's control, the CONSULTANT shall take such action as necessary to improve the progress of the Work. In addition, the CITY may require the CONSULTANT to submit a revised schedule demonstrating the proposed plan to make up the delay in schedule progress and to ensure completion of the Work within the allotted Agreement time. D5. SCHEDULE TIERS SPECIAL INSTRUCTIONS: The requirements for the schedule are determined based on the nature and needs of the project. The schedule tier for this project is stated at the top of this document. CONSULTANT shall submit each schedule relying on the CITY's current Schedule Guidance Document. D6. SCHEDULE SUBMITTAL AND PAYMENT: As stated in III.A.(1). of the Agreement, CONSULTANT shall provide the information required by Attachment D. CONSULTANT's monthly invoices will not be accepted and processed for payment without monthly schedule updates that are submitted in the time and manner required by Attachment D and the CITY's current Schedule Guidance Document. City of Fort Worth,Texas Attachment D PMO Release Date:02.15.2011 Page 2 of 2 VCRWF • • Biosolids Storage Tanks City Project • ' • 1,500 1 1,500 FORT WORTH Feet '� ��:...�.r-` �_�. r ;fes. • ------�`� �� r r t .01 1'01(-:yC�(.lo OCcIN' ,Momm a M4s �,=�� ooG0Cn 6�rP�?NrlCliLfli}i- M&C Review Page 1 of 3 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FORT1 COUNCIL ACTION: Approved on 3/29/2016 - Resolution No. 4612-03-2016 REFERENCE 60LIQUID SLUDGE DATE: 3/29/2016 NO.: C-27656 LOG NAME: STORAGE TANKS AT VCWRF CODE: C TYPE: NON- PUBLIC CONSENT HEARING: NO SUBJECT: Authorize Execution of an Engineering Agreement with MWH Americas, Inc., in the Amount of$989,477.00 for Engineering Services for the Liquid Bio-Solids Storage Tanks Project at the Village Creek Water Reclamation Facility and Provide for Project Management and Staff Costs in the Amount of$75,000.00 for a Total Amount of $1,064,477.00 and Adopt Reimbursement Resolution (COUNCIL DISTRICT 5) RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of an Engineering Agreement with MWH Americas, Inc., in the amount of $989,477.00 for Engineering Services for the Liquid Bio-Solids Storage Tanks Project at Village Creek Water Reclamation Facility; and 2. Adopt the attached resolution expressing official intent to reimburse expenditures with proceeds of future debt for the Liquid Bio-Solids Storage Tanks Project. DISCUSSION: The Village Creek Water Reclamation Facility (VCWRF) processes approximately 900,000 gallons of anaerobically digested sludge daily at the Sludge Only Landfill (SOL). The sludge is pumped from the VCWRF to the SOL into two storage tanks which provide approximately 1.3 million gallons of storage capacity. The liquid sludge is pumped from the tanks to five belt presses where water is removed and Class AB biosolids are created. The biosolids are loaded onto trucks at the SOL and transported to Noticed Land Application Sites in seven counties around North Texas and then beneficially land applied. In October 2014, the Texas Commission on Environmental Quality (TECQ) amended the existing regulations governing the land application of biosolids. TCEQ also implemented new criteria for long term storage of biosolids at land application sites. TCEQ prohibits the land application of biosolids during wet weather events. Several approaches to meet the new regulations have been considered, such as developing approved storage pads on TCEQ Noticed Land Application Sites. However, it was determined that the most reasonable solution was the construction of storage tanks at the SOL to contain the anaerobically digested liquid sludge until conditions are again suitable for land application. Two 5 million gallon (MG) tanks are needed to provide approximately 10 days of storage. During May 2015 there were about 20 days that were unsuitable for land application of biosolids. The tanks can also be used for emergency storage of liquid sludge in the event of power or equipment failure at the dewatering facility. As part of this proposed contract, the engineer will evaluate the current biosolids processing system to optimize the integration of the new tanks and piping system, review the Biosolids Master Plan for http://apps.cfwnet.org/council_packet/mc_review.asp?ID=21985&councildate=3/29/2016 4/6/2016 M&C Review Page 2 of 3 consistency and consideration of future upgrades, determine the appropriate location of the two 5 MG tanks, appurtenances and piping, evaluate odor control needs and alternatives and prepare plans and specifications for the construction of the two new 5 MG tanks. This project is anticipated to be included in a future revenue bond issue for the Water and Sewer Fund. Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the Direct Purchase Note Program will be used to provide interim financing for this project until debt is issued. To the extent resources other than the Water and Sewer portfolio are used to provide interim financing, the Water and Sewer Fund will be charged interest that is equivalent to the overall rate of return being earned by the City portfolio (currently approximately one-percent annually). Should the City's portfolio not support the liquidity needed to provide an interim short-term financing source, another funding source will be required, which could mean issuance of securities under the Direct Purchase Note Program or earlier issuance of Water and Sewer revenue bonds than is currently planned. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached Reimbursement Resolution. The City Council adopted the Water Department's Fiscal Year 2016-2020 Five-Year Capital Improvement Plan on February 2, 2016 (M&C G-18662). This City Council-adopted plan includes this specific project, with funding identified through the DPN program to be reimbursed with future revenue bonds. In accordance with the provisions of the Financial Management Policy Statements, Staff anticipates presenting revenue-supported debt issuances to the City Council for consideration within the next three years. This debt must be issued within approximately three years to provide reimbursement for these expenses. If that does not occur, the costs will no longer be reimbursable by issuing tax-exempt debt and the funding source will have to be made whole through other budgetary methods. Adoption of this resolution does not obligate the City to sell bonds, but preserves the ability to reimburse the City from tax-exempt bond proceeds. Funding for the Liquid Bio-Solids Storage Tank Project is depicted in the following table: Description Amount MWH Americas, Inc. $ 989,477.00 Project Management Costs and Staff Salaries $ 75,000.00 Total Engineering Agreement Budget $1,064,477.00 Appropriations for the Liquid Bio-Solids Storage Tanks Project will consist of the following: Existing Additional Future �� Description A propriations A ro riations Appropriations Project Total Engineering $1,000,000.0=01 $0.00 11 $ 0.00 ( $ 1,000,000.00 Construction $ 935,000.00 11— $0.00 $11,000,000.00 11 $11,935,000.00 Project Management, Real Property Acquisitions, Inspection, :1i Testing and Contingencies $ 575,000.001 75,000.00 $0.00 $ 500,000.00 $ 1,075,000.00 Project Total $2,510,000.00 $0.00 1 $11,500,000.00 $14,010,000.W * Rounded for presentation purposes. Appropriations for the Liquid Bio-Solids Storage Tanks Project by fund will consist of the following: Fund 11 Appropriations* Water/Sewer DPN Fund 5600-5---Il $ 2,510,000.0-0-1 Future Revenue Bond $11,500,000.00 Project Total $14,010,000.00 * Numbers rounded for presentation purposes. http://apps.cfwnet.org/council_packet/mc review.asp?ID=21985&councildate=3/29/2016 4/6/2016 M&C Review Page 3 of 3 Engineering service are anticipated to commence in March 2016, with a contract time of 270 calendar days. The engineering services are estimated to be completed by January 2017 and the construction is anticipated to start in November 2017 and completed by the end of December 2018. M/WBE OFFICE: MWH Americas, Inc., is in compliance with the City's BDE Ordinance by committing to 25 percent SBE participation. The City's goal on this project is 15 percent. This project is located in COUNCIL DISTRICT 5, but this facility serves all of the Fort Worth Area. Operating impact starting in Fiscal Year 2018 is anticipated to be $42,000.00 per year. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available as directed by M&C G-18375 in the 2017 Water and Sewer Revenue Bonds Capital Project Fund for transfer from unspecified funding to the Village Creek Liquid Bio-Solid Storage Tanks Project as depicted in the table below: Existing Additional Future Fund Project Total* Appropriations Appropriations Appropriations Water/Sewer DPN Fund $0.00 $ 0.00 $ 2,510,000.00 56005 $2,510,000.00 Future Revenue Bond $ 0.00 $0.00 J $11,500,000.00 $11,500,000.00 Project Total $2,510,000.00 $0.00 $11,500,000.00 $14,010,000.00 *Rounded for presentation purposes. TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year I (Chartfield 2) FROM _ Fund Department Account Project Program Activity Budget Reference# Amount ID I ID I I I Year I (Chartfield 2) 560051 0700430 1 5330500 ICO26691 I C030301--20-1-6-1-- $989,477.00 Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: John Carman (8246) Additional Information Contact: Seiavash Mir(8404) ATTACHMENTS 60LIQUID SLUDGE STORAGE TANKS AT VCWRF map.pdf 60LIQUID SLUDGE STORAGE TANKS AT VCWRF REIMB RESOLUTIONrev.doc MWH TEC Form 1295 - signed.pdf http://apps.cfwnet.org/council_packet/mc_review.asp?ID=21985&councildate=3/29/2016 4/6/2016 CERTIFICATE OF INTERESTED PARTIES A99FOORMRM iofl Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2016-24506 MWH Americas, Inc. Broomfield,CO United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 03/10/2016 being filed. City of Fort Worth Date Aclthgwledged:! 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and pro/vide a description of the goods or services to be provided under the contract, Project ID-TBD Design of Liquid Biosolids Storage Tanks 4 Nature of interest(check applicable) Name of Interested Party City,State,Country(place of business) Controlling Intermediary Barnes, David Broomfield,CO United States X Lavoie,Blair Broomfield,CO United States X Kuiken,Jim Broomfield,CO United States X Adams,Joseph Broomfield,CO United States X Davert, Marshall Broomfield,CO United States X McConville, Dan Broomfield,CO United States X Krause,Alan Broomfield,CO United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. j ESQUIVEL Notary Public,State ofTexas - My Commission Expires 2016 4OF March 23, Signature of authorized agent of contrach @ bu Ines ent AFFIX NOTARY STAMP/SEAL ABOVE Swor o and subscribed before me,by the said k�T M {�',v tle LAAn this the �✓ day of C 20to certify which,witness my hand and seal of office. 4 ( ` A—A ' t nature of officer admini eying o Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.312