Loading...
HomeMy WebLinkAboutContract 47981 CITY SECRETARY ,��� � CONTRACT 40. CITY OF FORT WORTH, TEXAS wC CSQSITANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality (the "CITY"), and CP&Y, Inc authorized to do business in Texas, (the "ENGINEER"), for a PROJECT generally described as: Dewatering Processes at Village Creek Water Reclamation Facility Project. Article I Scope of Services A. The Scope of Services is set forth in Attachment A. Article II Compensation A. The ENGINEER's compensation shall be in the amount of $993,774.00 as set forth in Attachment B. Article III Terms of Payment Payments to the ENGINEER will be made as follows: A. Invoice and Payment (1) The Engineer shall provide the City sufficient documentation, including but not limited to meeting the requirements set forth in Attachment D to this AGREEMENT, to reasonably substantiate the invoices. (2) The ENGINEER will issue monthly invoices for all work performed under this AGREEMENT. Invoices are due and payable within 30 days of receipt. (3) Upon completion of services enumerated in Article I, the final payment of City of Fort Worth,Texas 6/16/2016 Standard Agreement for Engineering Related Design Services RevisePage I of 16e:9124/2014 rOFFIC71ALECORD ETARY H, TX any balance will be due within 30 days of receipt of the final invoice. (4) In the event of a disputed or contested billing, only that portion so contested will be withheld from payment, and the undisputed portion will be paid. The CITY will exercise reasonableness in contesting any bill or portion thereof. No interest will accrue on any contested portion of the billing until mutually resolved. (5) If the CITY fails to make payment in full to ENGINEER for billings contested in good faith within 60 days of the amount due, the ENGINEER may, after giving 7 days' written notice to CITY, suspend services under this AGREEMENT until paid in full. In the event of suspension of services, the ENGINEER shall have no liability to CITY for delays or damages caused the CITY because of such suspension of services. Article IV Obligations of the Engineer Amendments to Article IV, if any, are included in Attachment C. A. General The ENGINEER will serve as the CITY's professional engineering representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto. B. Standard of Care The standard of care applicable to the ENGINEER's services will be the degree of skill and diligence normally employed in the State of Texas by professional engineers or consultants performing the same or similar services at the time such services are performed. C. Subsurface Investigations (1) The ENGINEER shall advise the CITY with regard to the necessity for subcontract work such as special surveys, tests, test borings, or other subsurface investigations in connection with design and engineering work to be performed hereunder. The ENGINEER shall also advise the CITY concerning the results of same. Such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise City of Fort Worth,Texas 6/16/2016 Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 2 of 16 specified in Attachment A. (2) In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect the total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER. D. Preparation of Engineering Drawings The ENGINEER will provide to the CITY the original drawings of all plans in ink on reproducible mylar sheets and electronic files in .pdf format, or as otherwise approved by CITY, which shall become the property of the CITY. CITY may use such drawings in any manner it desires; provided, however, that the ENGINEER shall not be liable for the use of such drawings for any project other than the PROJECT described herein. E. Engineer's Personnel at Construction Site (1) The presence or duties of the ENGINEER's personnel at a construction site, whether as on-site representatives or otherwise, do not make the ENGINEER or its personnel in any way responsible for those duties that belong to the CITY and/or the CITY's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The ENGINEER and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. (2) Except to the extent of specific site visits expressly detailed and set forth in Attachment A, the ENGINEER or its personnel shall have no obligation or responsibility to visit the construction site to become familiar with the progress or quality of the completed work on the PROJECT or to determine, in general, if the work on the PROJECT is being performed in a manner indicating that the PROJECT, when completed, will be in accordance with the Contract Documents, nor shall anything in the Contract Documents or City of Fort Worth,Texas 6/16/2016 Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 3 of 16 the agreement between CITY and ENGINEER be construed as requiring ENGINEER to make exhaustive or continuous on-site inspections to discover latent defects in the work or otherwise check the quality or quantity of the work on the PROJECT. If the ENGINEER makes on-site observation(s) of a deviation from the Contract Documents, the ENGINEER shall inform the CITY. (3) When professional certification of performance or characteristics of materials, systems or equipment is reasonably required to perform the services set forth in the Scope of Services, the ENGINEER shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required in the Contract Documents. F. Opinions of Probable Cost, Financial Considerations, and Schedules (1) The ENGINEER shall provide opinions of probable costs based on the current available information at the time of preparation, in accordance with Attachment A. (2) In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, the ENGINEER has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, the ENGINEER makes no warranty that the CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from the ENGINEER's opinions, analyses, projections, or estimates. G. Construction Progress Payments Recommendations by the ENGINEER to the CITY for periodic construction progress payments to the construction contractor will be based on the ENGINEER's knowledge, information, and belief from selective sampling and observation that the work has progressed to the point indicated. Such recommendations do not represent that continuous or detailed examinations have been made by the ENGINEER to ascertain that the construction contractor has completed the work in exact accordance with the Contract Documents; that the final work will be acceptable in all respects; that the ENGINEER has made an examination to ascertain how or for what purpose the construction contractor has used the moneys paid; that title to any of the work, materials, or equipment has passed to the CITY free and clear of liens, City of Fort Worth,Texas 6/16/2016 Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 4 of 16 claims, security interests, or encumbrances; or that there are not other matters at issue between the CITY and the construction contractor that affect the amount that should be paid. H. Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. The ENGINEER is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. I. Minority Business and Small Business Enterprise (MBE)(SBE) Participation In accord with the City of Fort Worth Business Diversity 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. Engineer acknowledges the MBE and SBE goals established for this contract 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 Engineer 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. J. Right to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of five (5) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the ENGINEER involving transactions relating to this contract. ENGINEER agrees that the CITY shall have access during normal working hours to all necessary ENGINEER facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The CITY shall give ENGINEER reasonable advance notice of intended audits. (2) ENGINEER further agrees to include in all its subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shall, until the expiration of five (5) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subconsultant, involving transactions to the subcontract, and further, that the City of Fort Worth,Texas 6/16/2016 Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 5 of 16 CITY shall have access during normal working hours to all subconsultant facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with subsection (3) hereof. CITY shall give subconsultant reasonable advance notice of intended audits. (3) ENGINEER and subconsultant agree to photocopy such documents as may be requested by the CITY. The CITY agrees to reimburse ENGINEER for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. K. INSURANCE (1) ENGINEER'S INSURANCE a. Commercial General Liability — the ENGINEER shall maintain commercial general liability (CGL) and, if necessary, commercial umbrella insurance with a limit of not less than $1,000,000.00 per each occurrence with a $2,000,000.00 aggregate. If such Commercial General Liability insurance contains a general aggregate limit, it shall apply separately to this PROJECT or location. i. The CITY shall be included as an insured under the CGL, using ISO additional insured endorsement or a substitute providing equivalent coverage, and under the commercial umbrella, if any. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the CITY. The Commercial General Liability insurance policy shall have no exclusions by endorsements that would alter or nullify: premises/operations, products/completed operations, contractual, personal injury, or advertizing injury, which are normally contained within the policy, unless the CITY approves such exclusions in writing. ii. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the commercial general liability or commercial umbrella liability insurance maintained in accordance with this agreement. b. Business Auto — the ENGINEER shall maintain business auto liability and, if necessary, commercial umbrella liability insurance with a limit of not less than $1,000,000 each accident. Such insurance shall cover liability arising out of "any auto", including owned, hired, and non-owned autos, when said vehicle is used in the course of the PROJECT. If the City of Fort Worth,Texas 6/16/2016 Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 6 of 16 engineer owns no vehicles, coverage for hired or non-owned is acceptable. i. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the business auto liability or commercial umbrella liability insurance obtained by ENGINEER pursuant to this agreement or under any applicable auto physical damage coverage. c. Workers' Compensation —ENGINEER shall maintain workers compensation and employers liability insurance and, if necessary, commercial umbrella liability insurance with a limit of not less than $100,000.00 each accident for bodily injury by accident or $100,000.00 each employee for bodily injury by disease, with $500,000.00 policy limit. i. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by workers compensation and employer's liability or commercial umbrella insurance obtained by ENGINEER pursuant to this agreement. d. Professional Liability — the ENGINEER shall maintain professional liability, a claims-made policy, with a minimum of $1,000,000.00 per claim and aggregate. The policy shall contain a retroactive date prior to the date of the contract or the first date of services to be performed, whichever is earlier. Coverage shall be maintained for a period of 5 years following the completion of the contract. An annual certificate of insurance specifically referencing this project shall be submitted to the CITY for each year following completion of the contract. (2) GENERAL INSURANCE REQUIREMENTS a. Certificates of insurance evidencing that the ENGINEER has obtained all required insurance shall be delivered to the CITY prior to ENGINEER proceeding with the PROJECT. b. Applicable policies shall be endorsed to name the CITY an Additional Insured thereon, as its interests may appear. The term CITY shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. c. Certificate(s) of insurance shall document that insurance coverage specified in this agreement are provided under applicable policies documented thereon. City of Fort Worth,Texas 6/16/2016 Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 7 of 16 d. Any failure on part of the CITY to request required insurance documentation shall not constitute a waiver of the insurance requirements. e. A minimum of thirty (30) days notice of cancellation or material change in coverage shall be provided to the CITY. A ten (10) days notice shall be acceptable in the event of non-payment of premium. Notice shall be sent to the respective Department Director (by name), City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102. f. Insurers for all policies must be authorized to do business in the State of Texas and have a minimum rating of A:V or greater, in the current A.M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. g. Any deductible or self insured retention in excess of $25,000.00 that would change or alter the requirements herein is subject to approval by the CITY in writing, if coverage is not provided on a first-dollar basis. The CITY, at it sole discretion, may consent to alternative coverage maintained through insurance pools or risk retention groups. Dedicated financial resources or letters of credit may also be acceptable to the CITY. h. Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. i. The CITY shall be entitled, upon its request and without incurring expense, to review the ENGINEER's insurance policies including endorsements thereto and, at the CITY's discretion, the ENGINEER may be required to provide proof of insurance premium payments. j. Lines of coverage, other than Professional Liability, underwritten on a claims-made basis, shall contain a retroactive date coincident with or prior to the date of the contractual agreement. The certificate of insurance shall state both the retroactive date and that the coverage is claims-made. k. Coverages, whether written on an occurrence or claims-made basis, shall be maintained without interruption nor restrictive modification or changes from date of commencement of the PROJECT until final payment and termination of any coverage required to be maintained after final payments. I. The CITY shall not be responsible for the direct payment of any City of Fort Worth,Texas 6/16/2016 Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 8 of 16 insurance premiums required by this agreement. m. Sub consultants and subcontractors to/of the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably equivalent insurance coverage as required for the ENGINEER. When sub consultants/subcontractors maintain insurance coverage, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. L. Independent Consultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. M. Disclosure The ENGINEER acknowledges to the CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interest, direct or indirect, in property abutting the proposed PROJECT and business relationships with abutting property cities. The ENGINEER further acknowledges that it will make disclosure in writing of any conflicts of interest that develop subsequent to the signing of this contract and prior to final payment under the contract. N. Asbestos or Hazardous Substances (1) If asbestos or hazardous substances in any form are encountered or suspected, the ENGINEER will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. (2) If asbestos or other hazardous substances are suspected, the CITY may request the ENGINEER to assist in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. O. Permitting Authorities - Design Changes If permitting authorities require design changes so as to comply with published design criteria and/or current engineering practice standards which the ENGINEER should have been aware of at the time this Agreement was executed, the ENGINEER shall revise plans and specifications, as required, at its own cost and expense. However, if design changes are required due to the changes in the permitting authorities' published design criteria and/or practice standards criteria which are published after the date of this Agreement which the ENGINEER could not have been reasonably aware of, the ENGINEER shall notify the CITY of City of Fort Worth,Texas 6/16/2016 Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 9 of 16 such changes and an adjustment in compensation will be made through an amendment to this AGREEMENT. P. Schedule ENGINEER shall manage the PROJECT in accordance with the schedule developed per Attachment D to this AGREEMENT. Article V Obligations of the City Amendments to Article V, if any, are included in Attachment C. A. City-Furnished Data ENGINEER may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. B. Access to Facilities and Property The CITY will make its facilities accessible to the ENGINEER as required for the ENGINEER's performance of its services. The CITY will perform, at no cost to the ENGINEER, such tests of equipment, machinery, pipelines, and other components of the CITY's facilities as may be required in connection with the ENGINEER's services. The CITY will be responsible for all acts of the CITY's personnel. C. Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights- of-way, and access necessary for the ENGINEER's services or PROJECT construction. D. Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render City of Fort Worth,Texas 6/16/2016 Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 10 of 16 in writing decisions required by the CITY in a timely manner in accordance with the project schedule prepared in accordance with Attachment D. E. Prompt Notice The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. F. Asbestos or Hazardous Substances Release. (1) CITY acknowledges ENGINEER will perform part of the work at CITY's facilities that may contain hazardous materials, including asbestos containing materials, or conditions, and that ENGINEER had no prior role in the generation, treatment, storage, or disposition of such materials. In consideration of the associated risks that may give rise to claims by third parties or employees of City, City hereby releases ENGINEER from any damage or liability related to the presence of such materials. (2) The release required above shall not apply in the event the discharge, release or escape of hazardous substances, contaminants, or asbestos is a result of ENGINEER's negligence or if ENGINEER brings such hazardous substance, contaminant or asbestos onto the project. G. Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the provisions of Article IV.E. regarding the ENGINEER's Personnel at Construction Site, and provisions providing contractor indemnification of the CITY and the ENGINEER for contractor's negligence. H. Contractor Claims and Third-Party Beneficiaries (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain no direct action against the ENGINEER, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the CITY will be the beneficiary of any undertaking by the ENGINEER." City of Fort Worth,Texas 6/16/2016 Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 11 of 16 (2) This AGREEMENT gives no rights or benefits to anyone other than the CITY and the ENGINEER and there are no third-party beneficiaries. (3) The CITY will include in each agreement it enters into with any other entity or person regarding the PROJECT a provision that such entity or person shall have no third-party beneficiary rights under this Agreement. (4) Nothing contained in this section V.H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER. I. CITY's Insurance (1) The CITY may maintain property insurance on certain pre-existing structures associated with the PROJECT. (2) The CITY will ensure that Builders Risk/Installation insurance is maintained at the replacement cost value of the PROJECT. The CITY may provide ENGINEER a copy of the policy or documentation of such on a certificate of insurance. (3) The CITY will specify that the Builders Risk/Installation insurance shall be comprehensive in coverage appropriate to the PROJECT risks. J. Litigation Assistance The Scope of Services does not include costs of the ENGINEER for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. In the event CITY requests such services of the ENGINEER, this AGREEMENT shall be amended or a separate agreement will be negotiated between the parties. K. Changes The CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect the ENGINEER's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT with appropriate CITY approval. City of Fort Worth,Texas 6/16/2016 Standard Agreement for Engineering Related Design Services Revised Date 9/24/2014 Page 12 of 16 Article VI General Legal Provisions Amendments to Article VI, if any, are included in Attachment C. A. Authorization to Proceed ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. B. Reuse of Project Documents All designs, drawings, specifications, documents, and other work products of the ENGINEER, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. Reuse, change, or alteration by the CITY or by others acting through or on behalf of the CITY of any such instruments of service without the written permission of the ENGINEER will be at the CITY's sole risk. The CITY shall own the final designs, drawings, specifications and documents. C. Force Majeure The ENGINEER is not responsible for damages or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the control of the ENGINEER that prevent ENGINEER's performance of its obligations hereunder. D. Termination (1) This AGREEMENT may be terminated only by the City for convenience on 30 days' written notice. This AGREEMENT may be terminated by either the CITY or the ENGINEER for cause if either party fails substantially to perform through no fault of the other and does not commence correction of such nonperformance with in 5 days of written notice and diligently complete the correction thereafter. (2) If this AGREEMENT is terminated for the convenience of the City, the ENGINEER will be paid for termination expenses as follows: a.) Cost of reproduction of partial or complete studies, plans, specifications or other forms of ENGINEER'S work product; b.) Out-of-pocket expenses for purchasing electronic data files and other data storage supplies or services; City of Fort Worth,Texas 6/16/2016 Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 13 of 16 C.) The time requirements for the ENGINEER'S personnel to document the work underway at the time of the CITY'S termination for convenience so that the work effort is suitable for long time storage. (3) Prior to proceeding with termination services, the ENGINEER will submit to the CITY an itemized statement of all termination expenses. The CITY'S approval will be obtained in writing prior to proceeding with termination services. E. Suspension, Delay, or Interruption to Work The CITY may suspend, delay, or interrupt the services of the ENGINEER for the convenience of the CITY. In the event of such suspension, delay, or interruption, an equitable adjustment in the PROJECT's schedule, commitment and cost of the ENGINEER's personnel and subcontractors, and ENGINEER's compensation will be made. F. Indemnification In accordance with Texas Local Government Code Section 271.904, the ENGINEER 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 ENGINEER or ENGINEER's agent, consultant under contract, or another entity over which the ENGINEER exercises control. G. Assignment Neither party shall assign all or any part of this AGREEMENT without the prior written consent of the other party. H. Interpretation Limitations on liability and indemnities in this AGREEMENT are business understandings between the parties and shall apply to all the different theories of recovery, including breach of contract or warranty, tort including negligence, strict or statutory liability, or any other cause of action, except for willful misconduct or gross negligence for limitations of liability and sole negligence for indemnification. Parties mean the CITY and the ENGINEER, and their officers, employees, agents, and subcontractors. I. Jurisdiction City of Fort Worth,Texas 6/16/2016 Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 14 of 16 The law of the State of Texas shall govern the validity of this AGREEMENT, its interpretation and performance, and any other claims related to it. The venue for any litigation related to this AGREEMENT shall be Tarrant County, Texas. J. Severability and Survival If any of the provisions contained in this AGREEMENT are held for any reason to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability will not affect any other provision, and this AGREEMENT shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. Articles V.F., VI.B., VI.D., VI.F., VI.H., and VI.I. shall survive termination of this AGREEMENT for any cause. K. Observe and Comply ENGINEER shall at all times observe and comply with all federal and State 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. ENGINEER 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. 2016-9844 Article VII Attachments, Schedules,and Signatures This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A-Scope of Services Attachment B—Compensation Attachment C-Amendments to Standard Agreement for Engineering Services Attachment D-Project Schedule Attachment E- Location Map City of Fort Worth,Texas 6116/2016 Standard Agreement for Engineering Related Design Services Revised Date 9/2412014 Page 15 of 15 City of Fort Worth,Texas 6/16!2016 Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 16 of 16 OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX c) Evaluation: CP&Y will evaluate centrifuge, screw press, and belt filter press dewatering technology options from both economic and noneconomic perspectives. Economic evaluations will consider capital, operating, and lifecycle costs for the dewatering operation with contract land application based on current program costs, with supplemental economic evaluations considering the economic impact of dewatering technology selection on potential future operations of the plant (i.e. thermal drying). Dewatering technologies will also compared on a number of criteria mutually defined by the City and CP&Y.These criteria might include product odor potential, process odor potential, compatibility with future operations, reliability, complexity, etc. d) Technical Memorandum:CP&Y will provide a technical memorandum summarizing the above efforts to support the City's selection of an appropriate dewatering technology for their current and future dewatering needs.The technical memorandum will include: i) Current and future biosolids loads and characteristics ii) Dewatering technology overview — this section will include a description of each technology considered as it relates to Village Creek's current operation. iii) Dewatering evaluation for the current operation — presenting the results of both economic and non-economic evaluations and, more specifically, defining how each technology(2-belt BFPs,3-belt BFPs,screw press,or centrifuges)will operate,its chemical and power usages and integration into Village Creek's current operations iv) Dewatering evaluation for a future operation —this section present economic and non- economic analyses focused on future operations (based on thermal drying or another process)to help the City determine long term plans for dewatering operations and which technology will be appropriate from both an operations and economic standpoint. e) Progress Meetings: These will occur twice per month. The general intent of these meetings will be to ensure that the project is progressing in the correct direction, to answer questions, assign/review action items and to forecast the next steps. f) Project Schedule Updates: Updates to the project schedule will be provided monthly. g) Technical Memorandum #1 Presentation: CP&Y will present a technical overview of BFP, screw press, and centrifuge technologies, details from the technical evaluation and capitol and lifecycle costs associated with each one. A recommendation will be presented at the conclusion of this workshop.This will be an oral presentation of Technical Memorandum #1. h) Dewatering Technology Selection: Ultimately the City will be responsible for determining which specific technology will be used for dewatering. Project efforts will not proceed past Phase 1 until this decision is made. As noted earlier, CP&Y will host the Technical Memorandum #1 Presentation with a recommendation to support the City's decision making process. 2. Task 2—Future Dewatering Facility Layout Evaluation (Technical Memorandum#2) Once a final decision has been made on the specific dewatering technology,options for laying out the future facility can progress. Three options will be presented in a technical memo and will include: a) Existing Building Modification Scenario:CP&Y will evaluate retrofitting the current dewatering facility's infrastructure for future dewatering equipment. The option will be evaluated from both cost and operations standpoints. Additionally, the evaluation will include a study of the existing foundation, possible installation of low-profile drilled piers to support new equipment, chemical and electrical systems expansion strategy and construction sequencing to reduce ongoing operational impacts. 11/24/2015 Page A-2 b) Additional Dewatering Building Scenario: CP&Y will evaluate the construction of a new building to house the future dewatering equipment.The option will be evaluated with respect to costs and operational considerations and a recommendation from CP&Y will be provided. A requirement for the development of this option will be a decision from the City as to the location of the new building. c) All New Facility Scenario: CP&Y will evaluate a new building to house both the existing and future dewatering equipment that would be constructed.As with the other memos, both cost and operations will be evaluated and a recommendation from CP&Y will be provided.The City will be required make the final decision for the location of this new building. d) Filtrate Return Infrastructure Evaluation: CP&Y will evaluate the existing filtrate drain lines, filtrate wet well structure, filtrate pumps, and their associated appurtenances to ensure they are compatible with the chosen dewatering expansion scenario. e) Odor and Corrosion Control: CP&Y will evaluate odor control alternatives for each of the above Scenarios f) Coordination with Other Proiects: CP&Y will lead two (2) coordination meetings with the Engineer that was selected to design the biosolids storage tanks at the dewatering facility. g) Coordination between Operations and Construction Activities: CP&Y will lead two (2) coordination meetings between the dewatering operations personnel and the construction contractor to help mitigate conflicts between the two activities. h) Progress Meetings: These will occur twice per month. The general intent of these meetings will be to ensure that the project is progressing in the correct direction, to answer questions, assign/review action items and to forecast the next steps. i) Proiect Schedule Updates: Updates to the project schedule will be provided monthly. j) Technical Memorandum #2 Presentation: CP&Y will present overviews of all three scenarios along with capitol and lifecycle costs associated with each one. A recommendation will be presented at the conclusion of this workshop. This will be an oral presentation of Technical Memorandum #2. k) Layout Selection: Ultimately the City will be responsible for determining which layout will be used for dewatering.The project will not be able to progress to detailed design (Phase 2) until this decision is executed. 11/24/2015 Page A-3 B. Phase 2: Dewatering Facility Detailed Design Once the final decisions have been made on the specific dewatering technology and overall general layout of the equipment, detailed design will begin. Tasks for Phase 3 will include: 1. Preparation of Construction Plans and Specifications: This includes the design of required dewatering equipment (and appurtenances such as pumps and conveyors), chemical feed systems (such as polymer and lime), electrical infrastructure and modification to existing equipment based on the decisions executed during Phases 1 and 2. The fee for engineering services will be based on the design of the following. a. 3-belt BFPs, b. 4 BFP feed pumps, c. Polymer system, d. Balancing tank with mixing system, e. Conveyer system to outside stacking pads, f. New building for new equipment. g. Rehabilitation of existing metal building h. Electrical and instrumentation for the new facilities i. Site civil around the building and stacking pads 2. Deliverables will include: a) 60% Design b) 90% Design c) 100% Design 3. Workshops: Two review workshops will be conducted. These workshops will occur after the 60% submittal and 90% submittal and will afford the City and CP&Y an opportunity to discuss details and concerns about the progress of the design. 4. Geotechnical Services: 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 along the project alignment for the Contractor's use in determining soil conditions for preparing bids and a Trench Safety Plan. Fees are based on the assumption that borings to bedrock will be required for a building of approximately 50' - 100' by 100' - 200' that will house multiple pieces of heavy equipment. A maximum of 8 deep borings will be allowed. Since only shallow, small diameter piping and minimal paving will be installed, the need for shallow borings will not be required. If additional borings are needed for the final design, the ENGINEER will notify the CITY and receive approval from the CITY before proceeding with the additional borings. 5. Subsurface Utility Engineering: Subsurface Utility Engineering (SUE) Services for this project will include will range from QL-D to QL-A as defined by the ASCE standard guidelines (ASCE 38-02), and will be performed for the Dewatering site only. a) Quality Service Level D(QL-D)-This level of service consists of the collection of existing utility record information (as-built)from utility purveyors, municipalities,counties and other agency suppliers within the area of investigation.The CITY will provide any previously collected utility records, and the ENGINEER will collect all available utility records. b) Quality Service Level C(QL-C)-This level of service consists of field locating to obtain accurate horizontal position of visible utility surface features for all of the utility systems located within the project limits. c) Quality Service Level B (QL-B Designating Services) - Designating services are to indicate, by marking with paint, the presence and approximate horizontal location of subsurface utilities 11/24/2015 Page A-4 using geophysical prospecting techniques, including, without limitations, electromagnetic, sonic and acoustical techniques. d) Quality Service Level A - Locating (Test Hole) Services - Locating services are to locate the accurate horizontal and vertical position of subsurface utilities by excavating a test hole using vacuum excavation techniques and equipment that is non-destructive to utilities. 6. Surveying Services: 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) A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally on a scale of not less than 1:400: b) The following information about each Control Point: i) Identified (Existing. CITY Monument#8901, PK Nail, 5/8" Iron Rod) ii) X,Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on CITY Datum only. iii) 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). c) Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. d) No less than two horizontal bench marks, per line or location. e) Bearings given on all proposed centerlines, or baselines. f) Station equations relating utilities to paving, when appropriate. 7. Permit Assistance: Assistance for the City during the acquisition of required permits. 8. TCEQ Submittal: CP&Y will submit construction plans and specifications for approval by TCEQ. 9. Project Schedule Updates: Updates to the project schedule will be provided monthly. C. Phase 3: Bidding Assistance 1. Project Advertisement and Award: CP&Y will provide the following during project advertisement and award: a) Assist the City's Water Department staff by providing information briefings to City Council and others, as necessary b) Notice to Bidders (in electronic form)to the City's Project Manager c) Ten (10) physical (paper) copies of Bid Documents to City's Project Manager d) One (1) electronic copies of Bid Documents to City's Project Manager e) Purchase of contract documents at CP&Y's Fort Worth office during bidding phase f) Conduct pre-bid meeting with prospective bidders g) Provide addendums and clarifications as necessary to the bidders h) After Bid Opening, provide Bid Tabulation and Letter of Recommendation of Award of Construction Contract i) Provide conformed contract documents to the Contractor for execution after award of contract by the City Council 11/24/2015 Page A-5 j) Conduct one (1) pre-construction meeting D. Supplemental Services The following items are considered Supplemental Services and are not included in the Fees presented in this Exhibit A. The Supplemental Services can be provided upon the City's written request and charged as a negotiated lump sum or based on time and materials: 1. Supplemental Services for Phase 1: a) Piloting: CP&Y will coordinate side-by-side testing of up to three dewatering technologies to assess full-scale performance. A weeklong pilot for each technology is envisioned for this effort. b) Product Odor Assessments: Should the City elect to perform pilot testing, the CP&Y team could assess the relative odor of biosolids cake generated by centrifuges, screw press and BFPs. Specifically, this effort would include collecting air samples from cake piles for each pilot operation, and sending those samples to a laboratory for olfactometric evaluations. Samples would be collected from fresh cake, and cake stored for approximately 7 days. c) Product Pathogen Indicator Regrowth Assessments: Should the City elect to perform pilot testing, and assuming centrifuges or screw presses are among the technologies selected,the CP&Y team can collect cake samples from pilot operations to assess indicator pathogen regrowth potential. For this effort, cake samples from each pilot would be collected and analyzed for fecal coliform and salmonella. Both fresh cake and cake stored for approximately 7 days would be sampled and analyzed. 2. Supplemental Services for Phase 3: a) Construction Phase Services A 16 month construction schedule is anticipated from notice to proceed to final inspection. The following deliverables and services will be provided during construction phase: i) Submittal Review: This will include providing comments and reviews for up to XX submittals until the contractor meets the requirements of the construction documents. Once the requirements are met, approved final submittals will be provided. At the completion of construction all final submittal documents will be organized, collated and provided in binders. ii) Request for Information Support: Provide responses for up to XX request for information from the construction contractor for clarification of the drawings and specifications. iii) Change Proposal Support: Provide review for up to XX requests for changes from the construction contractor and provide review comments. iv) Attend Periodic Construction Meetings: Up to XX meetings are anticipated. v) Attend Substantial Completion and Final Completion inspections and provide a list of incomplete and deficient items resulting from the observations. vi) Preparation of Record Drawings: Record drawings will be prepared in accordance to the construction contractor's markups (redlines). Once CP&Y has updated the construction documents based on the contractor's markups, five (5) physical copies and one (1) electronic copies will be turned over to City after completion of project's construction. vii) Future Biosolids Equalization Process Coordination: Assist the VCWRF staff in revising the Operation & Maintenance document from this Dewatering Project to include the new equalization process. viii)Update Village Creek Operation & Maintenance document b) Additional services beyond the specific number stipulated. 11/24/2015 Page A-6 c) Services required beyond the anticipated XX (XX) month project schedule from the Contractor's Notice to Proceed until Final Inspection. Other services requested by the Owner. 11/24/2015 Page A-7 ry O Ot' O O a 3 d o F O o O 0 0- a i E 'Ai o 000 000 000 Hill � 11111 u 'a O ? O o 0 0 0 0 0 o v o 0 O m o o -Itl-� I I 1 ,Q o 00 0 0 o v v lo 0 0 o -1-1 0 0 0 0 0 0 1-� o lolol. 0 0"' N g z e o 0 0 v o o ,"'., a m v D so 0 0 o m o m c -------- --- R - O N ti 0 0 0 n m 0 O O O a ti O m N O 0 0 Y O W u u a - vv � a �vovo n 'o ,m, m Y u 00 A 5 L a b N n 0 0 3 0 LL O oc a 8 8888 88 8 88 8N8O8 $ 888 88 888 88m888 � 88888888888 $ 8$y $ 8888$ $8888 O n + m a _j z` a 93avP� 3 �a=c of 2 a ti Q t E o v o 2r u E 3 mE � aao = 9c '3 - N pW-- Y d r O " q n C Soo a V g o Y `u o p E Em -2 =¢ gL rrtcS �nm.ge$ � daa33 " � aSa8o8d J I3;�m �m LL s Yv I HIM 1111111 1111- I-ff O O O I I IT- To O O O 6 O � fi I O O P O Z HC � ry y 6 O O O H O O O IT O tl 0 0 0 0 lol-I p 0 0 0 0 0 0 0 0 G O O NI I Hol-- E 0 o 00000000 0 0 0 0 0 000 0 0 OOOO O O 2 c 2 of o a o 000 000000,;; 0000„ 00000�a0000,o,�000m m,00a 8 z Nn din IR 14 0 0 0 0 ” 8888888888 8 < O000ti -1- om a n n e n.e wnn mmn Nan N 'on on mdv m� nd N b 8 88888888888 88888888888$$ 88888 $888 8g 8$88$ 8 - ma =3=S � �Q m C E r p+3 E o m s E A—oms"oo_c _sAu « aE 8 . m `92 E c ° n w 4 c L. T`, ? A c c m m ___ _ __ ru z wj, �n _b f F u S W -9 E n x A x A m c 0 o S o `8 0$.o � 33���' : H LLo � �st���a ATTACHMENT B COMPENSATION Design Services for <Dewatering Processes at Village Creek Water Reclamation Facility> City Project No. 100074 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 3.1. 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 4 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. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 2 of 4 B-2 ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility Fee Amount Prime Consultant CPYI, Inc. Design, Survey, Electrical $566,662.00 57% Proposed MBE/SBE Sub-Consultants JQ Infrastructure Structural and Civil Design $153,200.00 15.4% Alliance Geotechnical Geotechnical $24,000.00 2.4% Group Non-MBE/SBE Consultants CDM Equipment Study and Design $249,912.00 25.1% TOTAL $ 993.774.00 100% Project Number & Name Total Fee MBE/SBE Fee MBE/SBE 993 774.00 177,200 18 % City MBE/SBE Goal =18% Consultant Committed Goal = 17.8 % City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 2 of 3 B-3 EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 3 of 3 B-� , a � § \ f22 § t k c = u £ � k2 22 21 cc} j k L ! a § � f u A � « § / CL 0 0 I u ƒ » - o ; ! � $ ; Q § E ! | - �J 0 \ f { § k I a IL § 0ko k i ! � � k 0 0 & « � a ■ ` � ! 2 §lob C 2 i \ } 0 U. w # � « § A ■ E $ . & ° ocaK a a \ ca a ■ { _ � � ail nI I LJ v 1 3 © � � i k & E � � E '© �j a z - o § u7 ■ E � kee \ & &CL & & 0 '. ■ § or- 00> ! ! ! ! 00 a u > aU. _ £ ! 3,1 ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for Dewatering Processes at Village Creek Water Reclamation Facility Project City Project No. No changes to the Standard Agreement. City of Fort Worth,Texas Attachment C PMO Release Date:05.19.2010 Page 1 of I ATTACHMENT "D" PROJECT SCHEDULE Design Services for Dewatering Processes at Village Creek Water Reclamation Facility Project u • C N 7 I G Y r I c 0 4 E c � LL {. ~ ,+• G ac r r a a _q G C e G C d s40 w w `° b y 7 7 W d O O d 7 7 3 3 3 3 3 3 3 3 f f f a L %D um ago opo ago ago opo m o o ,o. o Z eco, 9 v m m m v n c w m m > a c c c u N Ln emn m v0i n o m m imn o N v9f .. N ob m � c c c m _ � a d Y J C Y ~ • c m E c qq o c WE c f v E Z d m C u .� d u Y d 8 _ d o u n 1e o C L° E a « d N A m a E 2 qqE 12c c E a c y, r � f m v c � r Cul 8 1 1 oQ oQ s d d Y 8 s Fp y� U NCC 3j 6 6 o g n1 ei O pdp 01 N N N N N Lm lot M~I 1 1 x — � I � I I d � a y c � A � c w a N �l I y N - w1 w C � Vf li ,I L L Nw Q � C � 0 O O O a n n n n n om. n r \ V\1 \ \ \ 1'\� eN.l p�.1 \ ry \ � \ � \ T �••1 \ in Ln � L i .0°. :: .°D+ N n P P N n N n n \ 4n H H \ \ \p N \ O \ \ N N n \ `00 `00 fM1 inr \ C 2` N \ n O j r o d > b 0 vv v tn v v v v N m w w w v a C c O w .. .+ rl N .Oi rl O in a0o O in .+ .a+ .moi 8 i - � w e w Vo w v � �w ; • ` d c 7 w c cL a d d m d o a dLw. E E c c r n E ° cg c M u E d IL d T d o T o o u d o x " cL 3 c o n in IC q yd� v j p w Z VI d O Z V It C S O. N C V1 d Vf V1 N N S 2 d I T N 11tDDD dF 81 pN O N r°pi�m ���� ♦ } r vii .n vNi uTi Lx M it o . $ a _ ! ! | ! � a a § a ! � a , + ! » � � ! � a _ # ƒ 2 2 _ C2 - - ,\ \ / \LM \ J J � & k ) 40 M 10 � r | � JHLM . o _ In m k E | � m i § \ / § ] � | \� \ k ■ r # % _ | \ � � �\ � f k » ! 2 $ 2 } a aa2 z22 $2 $ _ 7 a. cc k . 8 NI It It ■ it ■ it ■ ■ ■ it ■ ■ it ■ §§ dp dp _& �� ! @ ATTACHMENT E LOCATION MAP Dewatering Processes at Village Creek Water Reclamation Facility Project r 4 40 .ter ++ Y# 1 •r , r ' City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 6/7/2016 —Ordinance No.22254-06-2016 DATE: Tuesday,June 07, 2016 REFERENCE NO.: C-27760 LOG NAME: 60VCWRF BIOSOLIDS DEWATERING MODIFICATIONS—ENG DESIGN SUBJECT: Authorize Engineering Agreement with CP&Y,Inc.,in the Amount of$993,774.00 for the Process Evaluation and Engineering Design for Capital Improvements to the Biosolids Dewatering Processes at the Village Creek Water Reclamation Facility, Provide for Additional Project Costs for a Total of$1,133,774.00 and Adopt Appropriation Ordinance(COUNCIL DISTRICT 5) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Sewer Capital Projects Fund in the amount of$1,133,774.00 from available funds; and 2. Authorize the execution of an Engineering Agreement with CP&Y,Inc.,in the amount of$993,774.00 for process evaluation and engineering design of capital improvements to the biosolids dewatering processes at the Village Creek Water Reclamation Facility. DISCUSSION: The City of Fort Worth owns and operates the Village Creek Water Reclamation Facility (VCWRF), a 166 million gallons per day(MGD)plant,comprised of primary, secondary and tertiary treatment,chlorine disinfection and de—chlorination. The VCWRF produces anaerobically digested biosolids,which is further processed at the Biosolids Dewatering and Processing Facility,located two miles north of VCWRF. The processing and disposal of biosolids is currently operated under contract to Renda Environmental Inc. Overall, the Biosolids Dewatering and Processing Facility includes the onsite liquid storage, dewatering with five Andritz belt filter presses (BFP),lime application,stabilized biosolids pad storage and final disposal by land application to agricultural lands in the area. The BFP and all the ancillary equipment is housed in a pre—engineered metal building. The Biosolids Dewatering and Processing Facility is operated 24 hours per day, 7 days a week, with two 12—hr shifts. During normal operating conditions,three to four BFPs are needed to process digested biosolids,however,many times per month all five BFPs are needed to meet dewatering demands. Current dewatering operations is neither sustainable nor reliable and there is no flexibility for equipment breakdown or scheduled preventative maintenance. CP&Y,Inc.,has been selected as the consulting firm to evaluate,recommend and design additional dewatering process improvements at the Biosolids Dewatering and Processing Facility. They will evaluate centrifuge, screw press and BFP dewatering technology options from both economic and noneconomic perspectives,determine the optimum configuration within the plant site,develop an engineering plan,followed by detailed design plans and specifications for bidding. CP&Y,Inc.,is proposing to perform the necessary work as needed for the Biosolids Dewatering Process Capital Improvements for a fee not to exceed$993,774.00. Appropriations for the Dewatering Processes at the Village Creek Water Reclamation Facility Project will consist of the following: Existing Additional Future Description Appropriations A ro riations Appropriations Pro ect Total* Engineering $0.00 $1,093,774.00 $ 750,000.00 $ 1,843,774.00 Construction $0.00 $ 0.00 $11,600,000.00 $11,600,000.00 Project Management, Material Testing, Inspection and Contingencies 1 $0.00 1 $ 40,000.00 $ 150,000.00 $ 190,000.00 Project Total $0.00 1 $1,133,774.00 $12,500,000.00 $13,633,774.00 * Numbers rounded for presentation purposes. Appropriations for the Dewatering Processes at the Village Creek Water Reclamation Facility Project by fund will consist of the following: Fund A ro riations* Sewer Capital Projects Fund 59607 $ 1,133,774.00 Future Revenue Bond $12,500,000.00 Pro ect Total $13,633,774.00 *Numbers rounded for presentation purposes. In addition to the contract amount, $100,000.00 is required for contingency allowance and $40,000.00 is required for project management and associated Water Department staff time. Engineering Service is anticipated to commence in July 2016,with a contract time of 18 months, it is estimated to be complete by February 2018. The construction is anticipated to start in August 2018,with an estimated construction time of 18 months. M/WBE OFFICE—CP&Y, Inc.,is in compliance with the City's BDE Ordinance by committing to a 18 percent SBE participation. The City's goal on this project is 16 percent. Additionally,CP&Y,Inc.,is a certified M/WBE firm. This project serves the entire City and is located in COUNCIL DISTRICT 5, Mapsco 90J, 90Q and 90S. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance,funds will be available in the current capital budget,as appropriated,of the Sewer Capital Projects Fund as depicted by the table below: Existing Additional Future Fund Appropriahons Appropriation Appropriations Project Total* Sewer Capital Projects Fund 59607 $0.00 $1,133,774.00 $ 0.00 $ 1,133,774.00 Future Revenue Bond $0.00 $ 0.00 $12,500,000.00 $12,500,000.00 Project Total $0.00 $1,133,774.00 $12,500,000.00 $13,633,774.00 * Numbers rounded for presentation purposes. FUND IDENTIFIERS (FIDS): TO Department Project Budget Reference# Fund ID Account ID ProgramActivity Year (Chartfield 2) Amount 1)59607 0700430 5330500 100074 003030 2016 $1,093,744.00 1)59607 0700430 5110101 100074 003030 2016 $40,000.00 1)59607 0700430 4905420 100074 003030 2016 $1,133,774.00 FROM Fund Department Account Project programActivity Budget Reference#(Chartfield Amount ID ID Year 2) 2)59607 0700430 5330500 100074 003030 2016 $993,774.00 CERTIFICATIONS: Submitted for City Manager's Office by; Jay Chapa (5804) Originating Department Head: John Carman (8246) Additional Information Contact: Farida Goderya (82 t4) ATTACHMENTS 1. 60VCWRF BIOSOLIDS DEWATERING MODIFICATIONS ENG DESIGN man.ndf (Public) 2. 60VCWRF BIOSOLIDS DEWATERING MODIFICATIONS ENG DESIGN arwer AO.docx (Public) 3. CPY Compliance Memo—VC Dewatering,pdf (CFW Intemal) 4.Form 1295 for 100074—VC Dewateriniz.a (Public) 5. SAM searchResults for CPY Inc.pdf (CFW Internal)