Loading...
HomeMy WebLinkAboutContract 48300 CITY SECRETARY l CONTRACT W y Y--7 , v� CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality (the "CITY"), and CDM Smith, Inc., authorized to do business in Texas, (the "ENGINEER"), for a PROJECT generally described as: Construction Administration Services for the Peak Flow Management Facilities at the Village Creek Water Reclamation Facility. 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 $1,764; .00 as met F 4L ' A ll,-.�Jss«-�i n a��I�I��I 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 any balance will be due within 30 days of receipt of the final invoice. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 i II Page 1 of 16 •,I�ri'?, F'L Op II 1 li lh _r -• ' ' (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 specified in Attachment A. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 2 of 16 (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 the agreement between CITY and ENGINEER be construed as requiring City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 3 of 16 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, claims, security interests, or encumbrances; or that there are not other City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 4 of 16 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. 1. 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 shall have access during normal working hours to all subconsultant City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 5 of 16 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 engineer owns no vehicles, coverage for hired or non-owned is City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 6 of 16 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 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 insurance premiums required by this agreement. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 8 of 16 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 such changes and an adjustment in compensation will be made through an City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 9 of 16 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. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 10 of 16 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 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 City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 11 of 16 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." (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/[nstallation 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 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; City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 13 of 16 b.) Out-of-pocket expenses for purchasing electronic data files and other data storage supplies or services; 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. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 14 of 16 I. Jurisdiction 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.1. 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. 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 Standard Agreement for Engineering Related Design Services Revised Date:9/24/2014 Page 15 of 16 Executed and effective this theAif—day ot,�, 2016. BY: BY: CITY OF FORT WORTH ENGINEER CDM Smith, Inc. Jesus J. Chapa ouglaskarner, P. E. Assistant City Manager Vice President Date: �D�/�- ? (P Date: �c �e-✓ �, 2 APPROVAL RECOMMENDED: By: e /�/ %( ,L Christopher Harder, P.E. Acting Assistant Director, Water Department APPROVED AS TO FORM AND M&C No.: C - 27924 LEGALITY i4& M&C Date: September 13, 2016 By. lZ?s Douglas W. Black 2p1,�- 6604-3 Senior Assistant City Attorney ATTEST: ' oc � 0 Lip 0-0 �© 8y 00 000 ary J. K r00"e� City Secretary ��� 0°�° '�=Y SECRETARY City of Fort Worth,Texas v�tt9�4�trBy !� Standard Agreement for Engineering Related Design Services v OR .7' Revised Date:9/24/2014 Page 16 of 16 ATTACHMENT A CONSTRUCTION SERVICES FOR VCWRF PEAK FLOW MANAGEMENT FACILITIES FINAL DESIGN CITY PROJECT NO.:02009 ATTACHMENT A Scope for Engineering Related Services for Wastewater Treatment Plant Improvements ENGINEERING SERVICES FOR VILLAGE CREEK WATER RECLAMATION FACILITY PEAK FLOW MANAGEMENT FACILITIES CONSTRUCTION SERVICES CITY PROJECT NO.: 02009 The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. PROJECT DEFINITION AND BACKGROUND The Fort Worth Water Department's Village Creek Water Reclamation Facility (VCWRF) Peak Flow Management Facilities Project"the Project" includes proposed improvements to the plant's existing infrastructure and modifications/construction of additional infrastructure for storage of peak flows in excess of current treatment capacity. The Project is a Construction Manager at Risk (CMAR) project with McCarthy Building Companies, Inc. (McCarthy) as the CONSTRUCTION MANAGER (CM). The Project includes the following areas of improvement recommended from the Phase 1 Preliminary Design Report (PDR) and included in the Final Design performed under Phase 2. This construction phase services scope is based upon construction of these items over a 14-month construction period. • Approximately 275 million gallon (MG) peak flow storage basin (PFSB) with two basin layout (one 37 MG basin, one 238 MG basin) inside the existing Sludge Only Landfill (SOL) • Reuse water tie-in for PFSB cleaning • Expansion of HRC pump station firm capacity to 110 MGD • Stand-by HRC ferric sulfate pump • Stand-by HRC dry polymer make-up system and final feed system • Improvements to HRC influent weir control • Modifications to Junction Box 00 • New 84-inch pipeline from Junction Box 00 to PFSB • Two new siphon structures for PFSB pipeline river crossing • New 36-inch PFSB drain line from 72/60-in abandoned PE Diversion line to Primary Effluent Pump Station No. 2 (PEPS No. 2) • Flow metering structure for PFSB City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 1 of 7 ATTACHMENTA CONSTRUCTION SERVICES FOR VC'r9RF PEAK FLONI MANAGEMENT FACILITIES FINAL DESIGN CITY PROJECT NO.:02009 • Improvements to HRC effluent flow metering at Aeration Basins 1-9 • Electrical, instrumentation, and controls for improvements • Site and piping improvements The following scope of work clarifies and describes the project tasks to be performed and completed by the ENGINEER as part of Phase 3 Construction Phase Services for the Peak Flow Management Facilities at the Village Creek Water Reclamation Facility (VCWRF). Upon receipt of notice to proceed, ENGINEER will coordinate with Construction Manager at Risk (CMAR) throughout the duration of the project and provide construction administration, Resident Project Representative (RPR), and materials inspection and testing services during construction. WORK TO BE PERFORMED PHASE 3—CONSTRUCTION PHASE SERVICES Task 3.1 Project Management Task 3.2 Construction Administration Task 3.3 Resident Project Representative (RPR) ADDITIONAL SERVICES Additional RPR Services PHASE 3—CONSTRUCTION PHASE SERVICES ENGINEER will support the construction phase of the project as follows. TASK 3.1 PROJECT MANAGEMENT ENGINEER will perform project management duties throughout the Construction Services Phase of the Project. ENGINEER will 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. 3.1.1 General Project Management • Lead, manage and direct ENGINEER'S project team activities • Communicate internally among team members • Task and allocate team resources 3.1.2 Communications and Reporting • Prepare and submit invoices and progress reports monthly in the format requested by the CITY. • Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at the end of the project. City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 2 of 7 ATTACHMENTA CONSTRUCTION SERVICES FOR VCINRF PEAK FLOIN MANAGEMENT FACILITIES FINAL DESIGN CITY PROJECT NO.:0209 TASK 3.2 CONSTRUCTION ADMINISTRATION 3.2.1 Meetings ENGINEER will attend pre-construction meetings for each work package with the CITY, CMAR, and their subcontractors. ENGINEER will attend weekly construction coordination meetings with the CITY, CMAR and their subcontractors. Weekly meetings shall be 1-hr in duration. ENGINEER's Project Manager will attend all weekly meetings. ENGINEER will attend monthly construction progress meetings with the CITY and CMAR. ENGINEER's Project Manager will attend up to 14 monthly progress meetings. Design team will attend up to 7 monthly progress meetings. Monthly meetings shall be 2-hr in duration. 3.2.2 Site Visits ENGINEER will make up to 14 monthly periodic site visits to the project site to observe the progress and quality of various aspects of the construction work for the Project. ENGINEER will participate in substantial completion and final completion inspections with the CITY and CMAR and assist with preparation of final punch list. Personnel and Vehicle Identification: When conducting site visits to the project location, ENGINEER or any of its Subconsultants will carry readily visible information identifying the name of the company and the company representative. 3.2.3 Schedule and Cost Monitoring ENGINEER will assist the CITY with monitoring cost by providing independent monitoring of the Project schedule and all costs associated with the CMAR's services. ENGINEER will provide the CITY with a monthly summary of the general condition, fee, Guaranteed Maximum Price (GMP) and contingency costs in terms of actual versus anticipatd costs. ENGINEER will report to the CITY regarding cost monitoring for the Project. Cost monitoring will include the following tasks. • Schedule—on a monthly basis, the ENGINEER will review the CM's schedule updates and report to the CITY. • General Conditions— on a monthly basis, ENGINEER will review the general conditions costs of the CM and report to the CITY. The ENGINEER will monitor compliance with the agreed general conditions costs and report on any increases/projected increases. The monthly report will include tracking of the actual versus the anticipated general condition costs for the project. The ENGINEER will meet with the CMAR on a monthly basis to discuss general conditions costs and to resolve any irregularities. • Fee— on a monthly basis, the ENGINEER will review the fee percentage and overall fee costs of the CMAR and report to the CITY. The ENGINEER will monitor compliance with the agreed fee percentage and report on any increase in fee. The monthly report will include tracking of the actual fee percentage and total fee costs versus the anticipated fee percentage and total fee costs. ENGINEER will meet with the CMAR on a monthly basis to discuss overall project fees and to resolve any irregularities in fee percentage or total fee cost. City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 3 of 7 ATTACHMENTA CONSTRUCTION SERVICES FOR VCWRF PEAK FLOW MANAGEMENT FACILITIES FINAL DESIGN CITY PROJECT NO.:02009 • GMP—the ENGINEER will monitor compliance with the GMP. ENGINEER will report to the CITY any irregularities or increases in GMP. The monthly report will include a summary of"to date" costs for each construction package, anticipated final GMPs, and a summary of increase or decrease in costs. ENGINEER will meet with the CM on a monthly basis to review GMP costs. 3.2.4 Shop Drawing Submittal Review ENGINEER will log-in, track, and distribute submittals to the various disciplines for review. ENGINEER will perform technical and functional review of up to 250 shop drawings and other related submittals. 3.2.5 RFIs ENGINEER will log-in, track and distribute RFIs to the various disciplines for clarifications and interpretations. ENGINEER will respond to up to 50 RFIs, as requested by the CMAR. It is anticipated that the CMAR will respond to simple clarification type questions and will provide copies of responses to ENGINEER. Engineer will also respond to questions from CMAR during construction that do not result in actual RFIs being submitted. 3.2.6 Field Order/Change Orders ENGINEER will log-in, track and distribute requests for field orders and change orders to the various disciplines. ENGINEER will review and comment on up to 5 Change Orders requested by the CM. When clarifications or interpretations result in a change cost of schedule, ENGINEER will prepare documentation for change orders. When clarifications or interpretations result in a no-cost change order, ENGINEER will prepare documentation for field order changes. 3.2.7 Instrumentation Functional Demonstration Testing ENGINEER will provide instrumentation and control system coordination and testing during construction. Testing will include the Witness Factory Tests, Functional Demonstration Tests, and I&C assistance during construction. 3.2.8 Start-Up and Operations ENGINEER will review CM's commissioning, start-up, and testing plan and report to CITY. ENGINEER will provide up to 180 hours of assistance during plant start-up to ensure the plant is operating as designed. 3.2.9 Record Drawings ENGINEER will review Project as-built drawings on a monthly basis. ENGINEER will prepare Record Drawings from information provided by the CMAR depicting any changes made to the Final Drawings during construction. The following information will be provided by the CMAR: • As-Built Survey City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 4 of 7 ATTACHMENTA CONSTRUCTION SERVICES FOR VCWRF PEAK FLOW MANAGEMENT FACILITIES FINAL DESIGN CITY PROJECT NO.:02009 • Red-Line Markups from CMAR in electronic (PDF) format • Copies of Approved Change Orders and Field Orders ENGINEER will modify the Final Drawings electronically and will place a stamp on the plans indicating that they represent Record Drawings of the project as constructed. The following disclaimer will be included with the Record Drawing stamp: • These Record Drawings were prepared using information provided by others and represent the as constructed conditions to the extent that documented changes were provided for recording. The ENGINEER assumes no liability for undocumented changes and certifies only that the documented changes are accurately depicted on these drawings. ENGINEER will submit a set of Final Drawings, modified and stamped as Record Drawings for record storage. The ENGINEER may keep copies of the information provided by the CITY for their files, but all original red-lined drawings will be returned to the CITY with the mylars. Record Drawings will also be submitted in Adobe Acrobat PDF (version 6.0 or higher) format. There will be one (1) PDF file for the Project. Each PDF file will contain all associated sheets of the particular plan set. Singular PDF for each sheet of a plan set will not be accepted. PDF files will be uploaded to the project's Record Drawings folder in Buzzsaw. 3.2.10 Materials Inspection and Testing Services ENGINEER will provide material inspection and testing services for the Project. Material inspection and testing services with be coordinated and scheduled through the CMAR to accommodate their construction schedule. Material inspection and testing will include the following. A. Mass grading/levee embankment backfill— ENGINEER will conduct testing for moisture/density relationship of soils, atterberg limits, minus no. 200, free swell tests, and embankment backfill in-place density test. B. Structural and site concrete testing— ENGINEER will conduct concrete cylinder tests and structural backfill in-place density tests C. Structural and pipe backfill testing— ENGINEER will conduct testing for moisture/density relationship of soils, atterberg limits, minus no. 200, free swell tests, and pipe backfill in-place density test. D. Geotechnical engineering services— ENGINEER will conduct geotechnical inspection during embankment/levee construction for compliance with plans and specifications. E. ASSUMPTIONS (for Task 3.2.11) A. ENGINEER will perform up to 15 moisture/density relationship of soils, atterberg limits, minus no. 200, and free swell tests for mass grading/levee embankment backfill activities. City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 5 of 7 ATTACHMENTA CONSTRUCTION SERVICES FOR VC'JRF PEAK FLOW 110ANAGEMENT FACILITIES FINAL DESIGN CITY PROJECT NO.:02009 B. ENGINEER will perform up to 30 concrete cylinder pickups and 5 concrete cylinder tests per 100 cubic yard for structural and site concrete testing. Structural concrete and site concrete testing duration up to 13 weeks. C. ENGINEER will perform up to 13 moisture/density relationship of soils, atterberg limits, minus no. 200, and free swell tests for structural and pipe backfill activities. Structural and pipe backfill testing duration up to 26 weeks. D. ENGINEER will perform on-site geotechnical engineering services for up to 38 weeks during basin excavation and levee embankment construction. E. Services do not include structural steel welding inspection or concrete pier inspection. 3.2.11 On-site Mussel Specialist Observation during River Crossing A freshwater mussel survey and relocation work from within the direct impact and buffer area at the site of pipeline crossing for the 84-inch pipeline has been conducted under separate contract. If due to the method of construction for the pipeline involves dewatering, onsite observation will be required to survey the area to be dewatered. ENGINEER assumes dewatering will occur over two phases, with one half of the river being dammed and dewatered at a time while the pipeline is installed in an open cut trench. If live or recently dead mussels are encountered during surveys of the initial direct impact areas and dewatering of any portion of the survey area will occur as a result of the project, scientists will be present to collect mussels as they are exposed in dewatered areas. Collected mussels will be documented and transferred to a two person dive team for immediate relocation in order to minimize potential stress- related mortality and maximize their chance of success after relocation. A draft technical report that documents the initial survey and relocation work will also include a detailed account of any activities undertaken,during dewatering. This report will be submitted electronically to the CITY within four weeks of completion of all fieldwork. The technical report that will include a general project description, site description, habitat description, survey methodology, results of survey, photographs, and figures/maps. In addition, the report will include detailed information, such as the number and type of mussels encountered. A final technical report will be submitted electronically to the CITY within two weeks of receiving comments on the draft report. This report will be submitted to Texas Parks and Wildlife Department (TPWD) as part of ENGINEER's SUBCONTRACTOR (Zara Environmental) annual report in accordance with the obligations of their Scientific Research Permit. The results of the survey may be incorporated into the TPWD Texas Natural Diversity Database. ASSUMPTIONS (for Task 3.2.11) A. Scope does not include monitoring or recapture studies for relocated mussels. B. Zara Environmental will perform these services under their TPWD Scientific Research Permit (No. SPR-0608-082). All findings, including the presence or City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 6 of 7 ATTACHMENT A CONSTRUCTION SERVICES FOR VCWRF PEAK FLOW MANAGEMENT FACILITIES FINAL DESIGN CITY PROJECT NO.:02009 absence of listed species, will be reported to TPWD as a condition of the scientific permit. C. No additional safety training will be required of Zara by the CITY or other contractor(s). D. Due to construction schedule, fieldwork may require multiple mobilizations or longer mobilizations, based on the potential for phased dewatering or other construction delays; as such, this scope of work includes costs on a per mobilization basis for the completion of fieldwork. The number of mobilizations will be minimized as the construction schedule accommodates in order to present all possible cost savings to the CITY. E. Scope of work assumes up to two 10-hour days to complete fieldwork, not including travel time. DELIVERABLES (for Task 3.2.11) A. Draft and Final technical reports 3.3. RESIDENT PROJECT REPRESENTATIVE ENGINEER will provide a full-time Resident Project Representative (RPR) to serve as ENGINEER's agent at the site, as further specified in Exhibit B. RPR will be on site full- time for the duration of the construction phase, estimated to be 10 hour days, 6 days a week for 14 continuous months. Additionally, ENGINEER will provide full-time 24-hr inspection services for 2 months during the Trinity River Crossing. ENGINEER will provide part-time structural inspection services during construction of the concrete structures for the project(meter vault, siphon structures, basin structures, Box 00 modifications, HRC influent channel modifications). City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 7 of 7 Design Services for VILLAGE CREEK WATER RECLAMATION FACILITY PEAK FLOW MANAGEMENT FACILITIES CONSTRUCTION PHASE SERVICES City Project No. 02009 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 3.2. 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. B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. If. 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 CDM Smith Inc. Project Management, $1,256,755 71 Construction Phase Services Proposed MBE/SBE Sub-Consultants Alliance Geotechnical Materials Testing $377,360 21 Group Zara Environmental Mussel Survey $26,130 2 Non-MBE/SBE Consultants CP&Y Inc. Construction Phase Services $104,499 6 TOTAL $1,764,744 100% Project Number & Total Fee MBE/SBE Fee MBE/SBE % Name 02009 Village $1,764,744 $403,490 22.86% Creek Water Reclamation Facility Peak Flow Management City MBE/SBE Goal = 10% Consultant Committed Goal = 21% EXHIBIT B TO AGREEMENT BETWEEN OWNER AND ENGINEER DUTIES,RESPONSIBILITIES AND LIMITATIONS OF AUTHORITY OF THE RESIDENT PROJECT REPRESENTATIVE This is an Exhibit attached to, made a part of and incorporated by reference with the Agreement made on , 20 between City of Fort Worth(OWNER)and CDM Smith Inc.(ENGINEER)for providing professional services. ENGINEER shall furnish a Resident Project Representative("RPR"),assistants and other field staffto assist ENGINEER in observing progress and quality of the work of Contractor. Through more extensive on-site observations ofthe work in progress and field checks of materials and equipment by the RPR and assistants, ENGINEER shall endeavor to provide further protection for OWNER against defects and deficiencies in the work of Contractor.However,ENGINEER shall not,as a result of such observations of Contractor's work, supervise, direct, or have control over any Constructor's work nor shall ENGINEER have authority over or responsibility for the means, methods, techniques, sequences or procedures selected by any Constructor, for safety precautions and programs incident to the work of any Constructor,for any failure of any Constructor to comply with laws,rules,regulations,ordinances,codes or orders applicable to performing and furnishing the work,or responsibility of construction for Contractor's failure to furnish and perform the Work in accordance with the Construction Contract Documents. The duties and responsibilities of the RPR are limited to those of ENGINEER in ENGINEER's Agreement with the OWNER and in the construction Contract Documents,and are further limited and described as follows: A. General RPR is ENGMER's agent at the site,will act as directed by and under the supervision of ENGINEER,and will confer with ENGINEER regarding RPR's actions.RPR's dealings in matters pertaining to the on-site work shall in general be with ENGINEER and Contractor,keeping OWNER advised as necessary.RPR's dealings with subcontractors shall only be through or with the full knowledge and approval of Contractor.RPR shall generally communicate with OWNER with the knowledge of and under the direction of ENGINEER. B. Duties and Responsibilities of RPR 1. Schedules: Review the progress schedule,schedule of Shop Drawing submittals schedule of values,and other schedules prepared by Contractor and consult with ENGINEER concerning their acceptability. 2. Conferences and Meetings: Attend meetings with Contractor,such as preconstruction conferences,progress meetings,job conferences and other project-related meetings (but not Contractor's safety meetings), and as appropriate prepare and circulate copies of minutes thereof. 3. Safety Compliance: Comply with Site safety programs,as they apply to RPR,and if required to do so by such safety programs,receive safety training specifically related to RPR's own personal safety while at the Site. Page 1 Exhibit B 8/2014 4. Liaison: a. Serve as ENGINEER's liaison with Contractor,working principally through Contractor's superintendent and assist in understanding the intent of the Construction Contract Documents;and assist ENGINEER in serving as OWNER's liaison with Contractor when Contractor's operations affect OWNER's on-site operations. b. Assist in obtaining from OWNER additional details or information,when required for proper execution of the Work. 5. Shop Drmvings and Samples: a. Record date of receipt of Shop Drawings and Samples. b. Receive Samples that are furnished at the site by Contractor, and notify ENGINEER of availability of Samples for examination. c. Advise ENGINEER and Contractor of the commencement of any Work requiring a Shop Drawing or Sample if the submittal has not been approved by ENGINEER. 6. Revietiv of Work, Defective World Inspections,Tests and Start-ups: a. Report to ENGINEER whenever RPR believes that any part of the Work is defective under the terms and standards set forth in the Construction Contract Documents,and provide recommendations as to whether such Work should be corrected, removed and replaced, or accepted as provided in the Construction Contract Documents. b. Inform ENGINEER of any Work that RPR believes is not defective under the terms and standards set forth in the Construction Contract Documents,but is nonetheless not compatible with the design concept of the completed Project as a functioning whole,and provide recommendations to Engineer for addressing such Work. c. Advise Engineer of that part of the Work that RPR believes should be uncovered for observation, or requires special testing,inspection,or approval. d. Consult with Engineer in advance of scheduled inspections,tests, and systems start-ups. e. Verify that tests,equipment and systems start-ups and operating and maintenance training are conducted in the presence of appropriate personnel,and that Contractor maintains adequate records thereof,and observe, record and report to ENGINEER appropriate details relative to the test procedures and start-ups. f. Accompany visiting inspectors representing public or other agencies having jurisdiction over the work, record the results of these inspections and report to ENGINEER. 7. Interpretation of Contract Documents: Report to ENGINEER when clarifications and interpretations of the Contract Documents are needed and transmit to Contractor clarifications and interpretations as issued by ENGINEER. 8. Modifications: Consider and evaluate Contractor's suggestions for modifications in Drawings or Specifications and report with RPR's recommendations to ENGINEER.Transmit to Contractor in writing decisions as issued by ENGINEER. Page 2 Exhibit B 8/2014 9. Records: a. Maintain at the job site orderly files for correspondence,reports of job conferences,Shop Drawings and Samples, copies of Construction Contract Documents including all Work Change, Addenda, Change Orders,Field Orders,additional Drawings issued subsequent to the execution ofthe Construction Contract, RFIs, ENGINEER's clarifications and interpretations of the Contract Documents, progress reports, approved Shop Drawing submittals and other Project-related documents. b. Prepare a daily report or keep a diary or log book, recording Contractor's hours on the job site, Subcontractors present at the Site weather conditions, data relative to questions of Work Change Directives, Change Orders or changed conditions, list of job site visitors, deliveries of equipment or materials,daily activities,decisions,observations in general,and specific observations in more detail as in the case of observing test procedures;and send copies to ENGINEER. c. Record names, addresses, e-mail addresses, websites and telephone numbers of all Contractors, Subcontractors and major suppliers of materials and equipment. 10. Reports: a. Furnish to ENGINEER periodic reports as required ofprogress ofthe Work and of Contractor's compliance with the progress schedule and schedule of Shop Drawing and Sample submittals. b. Consult with ENGINEER in advance of scheduled major tests,inspections or start of important phases of the Work. c. Draft proposed Change Orders and Work Change Directives,obtaining backup material from Contractor and recommend to ENGINEER Change Orders,Work Change Directives,and Field Orders. d. Report immediately to ENGINEER and OWNER the occurrence of any accident. 11. Payment Requests: Review Applications for Payment with Contractor for compliance with the established procedure for their submission and forward with recommendations to ENGINEER, noting particularly the relationship of the payment requested to the schedule of values,Work completed and materials and equipment delivered at the site but not incorporated in the Work. 12. Certificates, Maintenance and Operation Manuals: During the course of the Work,verify that certificates, maintenance and operation manuals and other data required to be assembled and furnished by Contractor are applicable to the items actually installed and in accordance with the Contract Documents,and have this material delivered to ENGINEER for review and forwarding to OWNER prior to final payment for the Work. 13. Completion: a. Before ENGINEER issues a Certificate of Substantial Completion,submit to Contractor a list of observed items requiring completion or correction. b. Observe whether Contractor has had performed inspections required by laws,rules,regulations,ordinances, codes, or orders applicable to the work, including but not limited to those to be performed by public agencies having jurisdiction over the work. c. Conduct a final inspection in the company of ENGINEER,OWNER and Contractor and prepare a final list of items to be completed or corrected. Page 3 Exhibit B 8/2014 d. Observe whether all items on final list have been completed or corrected and make recommendations to ENGINEER concerning acceptance and issuance of the Notice of Acceptability of the Work. C. Limitations of Authority by RPR Resident Project Representative: 1. Shall not authorize any deviation from the Construction Contract Documents or substitution of materials or equipment(including"or-equal" items). 2. Shall not exceed limitations of ENGINEERS authority as set forth in the Agreement or the Contract Documents. 3. Shall not undertake any of the responsibilities of Contractor, Subcontractors, Suppliers,or any Constructor. 4. Shall not advise on, issue directions relative to or assume control over any aspect of the means, methods, techniques,sequences or procedures of construction unless such advice or directions are specifically required by the Contract Documents. 5. Shall not advise on, issue directions regarding or assume control over safety precautions and programs in connection with the Work. 6. Shall not accept Shop Drawing or Sample submittals from anyone other than Contractor. 7. Shall not authorize OWNER to occupy the Project in whole or in part. 8. Shall not participate in specialized field or laboratory tests or inspections conducted by others except as specifically authorized by ENGINEER. Page 4 Exhibit B 8/2014 Professional Services Payment Request Project Manager: Dena Johnson Project: VILLAGE CREEK WATER RECLAMATION FAC City Project#: 02009 Work Type Desc: Sewer Consultant Instructions: FIA/C: City Sec Number: Fill in green cells including Percent Complete and Invoiced Previously Ouanitles Purchase Order: When your Invoice Is complete,save and close,start Buzzsaw and Add your Invoice to the Consultant folder within Project's folder. Company Name: CDM SMITH INC Consultant's PM: AMY ROBINSON email: ROBINSONAR@CDMSMITH.COM Vendor Invoice#: Office Address:100 THROCKMORTON ST,STE 600,FORT WORTH,TEXAS 76102 Payment Request#: Telephone: 617 916-2927 From Date: Fax: To Date: Invoice Date: Remit Pay Items Agreement Agreement Amendment Amendment Amountto Completed Percent ($)Invoiced Current Remaining Description Amount Number Amount Date Amount Completed Previously Invoice Balance 30-Desi n $1,764,744.00 $1,764,744.00 $1,764,744.00 Totals This Unit: $1.764.74400 $1,764,744.00 $1.764.744.00 Overall Percentage Complete: EXHIBIT B-2 ENGINEERING FEE DEVELOPMENT FOR VILLAGE CREEK WATER RECLAMATION FACILITY PEAK FLOW MANAGEMENT FACILITY CONSTRUCTION PHASE SERVICES CITY PROJECT NO.02009 _ Re,2 05/25rz9I AL 3:0 CONSTRUCTION PHASE SERVICES _ 24 SB 826 0 130 378 160 BO 290 26 480 377 400 0 4576 76 7,883 S 1,140 530 57041499 E26,130 $377,360 $57,426 51 764 744 3.1.1 Generel Pralect Management 14 243 _ 257 $49401 $2,470 $51871 3.1.2 Communications and Ra artin _ _ 21_ 28 2B 77 $8,848 $442 $9 280 . .. . :.. ,:, .. 28 2. , .i i 3.2.1 Meetings 243 8 28 327 $ 58 501 $158 1 $2,925 $79 963 3.2.2 Site Visits 56 28 8 40 100 $ 28848 $18971 $1442p::$429,649 3.2.3 Schedule and Cost Monitoring 10 28 28 36 102 $ 22844 $1,142 3.2.4 Shop Drawln Submittal Review 20 80 50 200 100 162 145 284 1,041 $ 745959 $12308 $7298 3.2.5 RFIs 10 20 40 60 30 30 40 48 270 $ 41,710 $41,741 $2,086 3.2.fi Field Orders,Chang.Ortlors 40 40 40 30 32 40 40 262 $ 36 970 $1,9g9 3.2.9 Record Drawin s 60 10 80 60 20 30 36 40 356 $ 49,140 $14628 $2457 3.2.10 Material Tesllnp Services 20 40 20 20_ 100 $ 13,860 $377,360 $6933.2.11 On-site Muzsel5 eclallst Observation doting River Crossing 1616 $ 3,008 $26,130 $150 JEL— TOTAL BASIC SERVICES 24 58 026 0 130 378 180 BO 290 28 480 317 480 0 4576 36 7,883 $ 1,148,530 $104,4g9 $26130 5377,360 $57.4�111.,144 —.14 3:10 PM ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Construction Phase Services for Village Creek Water Reclamation Facility Peak Flow Management Facilities City Project No. 02009 NONE City of Fort Worth,Texas Attachment C PMO Release Date:05.19.2010 Page 1 of 1 Activity l0 Activity Name Orig "aining Start Finish I Total 2016 2017 Dur Float May Jun Jul Aug Sep Oet Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep t' g' r ® 1 1g,Aug-17, 30-Aug-j6,Precon;tructlon Prec• • ®®� 30-Aug-16,Submitt6ls&Procurement ProcIO70 Submittal Slide Gate Actuators_ _ 44 21 02-Fab-16A 30-Jun-16 0 1 Submittau Slide Gate,Actuators Proc 1040 Submittal Slide Gates 44 DI 02-Fab-16A 2D-Apr-16A trial SEtle Gatos I —. -- __ --, __ __t___ ' Proo-Con - Concrete Submittals for GMP1(McCarthy) 44 DI 18_Feb-16A 25-May-16A � �oncrete ubmittak fpr GMP1(McCarthy); 1 I Proc-Conl O Concrete Submittals for GMP1(Action Concrete) 44 221 18-Feb-16A 29-JuF16 99 Concrete,SubmittalsIfor GMP1(Action Concrete) j ProclOgD Submittal DI Pipe and Couplings 21 12' 20-Jun-ISA 15JuF16 57 Submittal DI Pipe and Coppfings Proc1710 General Submittals 44 441 20-Jun-16A 3D-Aug-16 16 General submittals Proc109D River Crossing Plan/Engineering 30 23 20-Jun-16A 01-Aug-16 0 f iver Crbssin Plan/En Ineeriut •_ -- -_--. — P d tip'®tea .. 1. YProc120D :SubmittalFRP Pipe and CoupMgs 15 15� 28-Jun-76A 20-Ju416 3 ttal FRP Pi a an Cou M sl Proc 1050 1 Submittal-HRC Mlsc Pipe 8 Fittings44 44� 29-Jun-16 3D-Aug-16 6 SubmittaI-HRC Mige Pipe 8 1`4ffings Proc 1060 Submittal Pumps 20 28. 29-Jun-16 OB-Aug-16 -6 1 Submittal Pumpd - ® k5-Aug-16}Design Services-COM Smith ! I I D1060 Permitting 100®® 09-JuI-14A 03-May-16A ', Permitting I Y •__.__.;.--.-'_'.F_....._-_1__' t---------,__•.----.-`_'__••_,-----•---`--------------"''-I-••-_---'•'•----_-., D1005 Drag Prefminary Design Review 1 O 24-Juf-14A 25•Jul-14A ._. _ I D1010 Deliver Final Preliminary Design Review 8 01 25-JuV-14A 23-Dao-14A D1020 3D%Design 101 OI 28-Jul-14A 22-Deo-14A D1030 60/Design 81 a 09-Jan-15A 24-Apr-15A ; ' D1080 Environmental Information Document Study 110 OI 11-Mar-15A 02-Dec-15A I 1 s 45_ — .-, -_ _ i..._...._L.......—}_________________ ._ .. D1090 75%Design Deliverable w/updated change0 05-Jun-15A 07-Aug-15A ; � � 1 _ """ ""•'" ""' ""' ""' ••-•• ••••• ••--- _ . 2 - — I D1040 90/Design 60 0 2D-Aug-15A- 04-Nov-15A D11 D0_ Complete Project Documents-100%Project 30 D� O5-Nov-15A 27-May-16A Complet Project Do�umants-{00%ProJact ; D1050 Final ConsbucOon Documents-GMP1 20 DI 08-Jan-16A 19-Feb-16A nts-Gtw7P1 j .. _.. ---- -- _--- _.—. I D1070 Completion of Design Services 0 D 27-May-16A71—_ p Komplett h of Desigd 6ervlces D1110 Finalize Design 36"Tie in to Pump Station 30 41 30-May-16A 25-Aug-16 73 inaIII D'si n 36 T in to Pu Station 04-Aug.16,CMAl4-McCarthy CM1 D30 CMAR Kick o6 Meeting _ _-__ 1 0 09-Jul-14A 09-Jul-14A j _ _ _. I CM1020 Nottrs to Proceed-Preconstruction Services D 01 212 -14A 1 CM1D10_ 'PreOmina Design Review-VE/Constructablli Meali 1 0!, 24-Jul-14A 24-Jul-14A1 CM1240 McCarthy Review of 30%Drawings 12 O.23-Deo-14A 09-Jan-15A ; � 1 , CM1050_ 30/Design Review Workshop_ 1 1 09Jen-1 5A 09-Jan-15A , CM-1080 30h Design Cost Estimate06-Feb-15AI I , _g _ _ 20 0 09Jan 15A CM1250 30%Cost Estimate Review WS 1 _1 0 11-Fab-15A 11-Feb-15A CM1260 McCarthy Review of 60%Drawings 4 0 03-Apr-15A 06-May-15A I I I ; ; —. CM106_0.._ 60%Design Revew Workshop 1 D 10-Apr-15A 10-Apr-15A �........T•-•-•-------•----'_--------------------------------------{----------,•-•- � ;'--• '-'*-- '•-••�••••••• ;, -•••••-••{---•-•--•-•------- CM1090 60%Design Cost Estimate 21 el_ 13-Apr-15A 07-May-15A I ; CM1270_ 60%Estimate Review Workshop _ _ 4 -'I _ 01 12-May-15A 12-May-15A CM1280 City Review Trendlog and Cost Cutting Suggestions 5 01 12-May-15A 23-Ju1-15 A CM1290 McCarthy Review of 75%Drawings 4 til 10-Aug-15A 13-Aug-15A _--------------f.__.......,._.__.__..r___...... 1 til 13-Aug-15A 13-Aug-15A ;,_._______F._._____r___._.___{___.......;_.._....a----------F---------}---------�__.__._.r_..._._..{...___.__..___..._. CMI 300 75%Design Review Workshop ; ; CM7310 75/o Design Cost Estimate - Us 21 01 13-Aug-15A 04-Sep-15A CM7120 75%Necessary Design Completion Details 5 til 24-Aug-15A 28-Sep-15A CM1320 75%Estimate Review Workshop 1 DI 04-Sep-15A 04-Sap-15A . __..__.._. I I I CM1170 MWBE Outreach Meeting 1 01 20-Oct-15A 20-Oct-15A -- Designs - -- ------- ---------------------------*----------------------------CM1230 MCC Review of 90%Designs 5 0� 04-Deo-15A 31-Deo-15A CM1070 90%Design Review Workshop 4 O; 04Jan-16A 07-Jan-16A Run Date-07-Jul-16 ® Remaining Level of Effort ��-Simple View Start Date-09J1T1ul-14 aaaaaa� Actual Level of Effort r I 1) Finish Date-1 8-Aug-1 7 1 Actual Work 2096 Village Creek WRF PFB GMP2 Bid Schedule Data Date-29-Jun-16 0 Remaining Work 1 of 6 1 Critical Remaining Work a Activity ID Activity Name Ong emaining Start Finish I Total 2016 2017 Dur Float May Jun Jul Aug Sep Oct Nov Dee Jan Feb Mar Apr May Jun Jul Aug Sep CM1130 Construction Emergency Response Plan 10 01 08-Jan.16A 29-Jan-16A a Plan; CM1140 Ouality Management Plan 6 Di 08-Jan-16A 22-Jan-16A CM1180 Prepare and submit MCC Front End Doe 10 0 08-Jan-16 A 03-Mor-16A ICC Frqnt End Di I I I CM1330 CDM Incorporate Design Review CommanWChange: 15 D OB-Jan-16A 04Mar-16 A Ign ReVtaw Com enWChan�es-C omPlate GMP2 Documents for TWDB � CM1150 Environmental Management Plan 5 0:. 15-Jan-16A 21-Mar-16A _ anagainent Pia CM1160 Construction Permitting 1 0IB_Feb-16A I03-May-16A Constrtjetlon Pori`tting CM1200 Submit Front Ends and 100%Plans to TWDB-GMP: 0 01 07- - - ' _ Mar-16A � 09-Mar-16A I -----and 100%Planst'TWDB-GMP2 j CM1210 McCarthy ProjectAdvertisement GMP 28 0 12-Mar-16A 16-Apr-16A thy Pro(ect Advert gement GMP --- - ------- - - --r .................. - CM1100 I MCC Pre era GMP2 Guaranteed MaxPrice 10 0 18-Mar-16A 15-Apr-16A thy SoMit Bids ; "-- ''--' _ - P CM1220 McCarthy Solicit Bids _ 15 0' spare 18-Apr-16 A 20.May-16A_ _ MCC Prep le GMP2 Guaranteed Max Price I I CM1110 GMP Budget Presentation Workshop 1 0: 12-May-16A 12-May-16A _ _I GMP Budget F Sesentation;Worhhop: I CM1190 GMP Approval by City Council and Execute CO to CM. 21 26 23-May-16A 04-Aug-18 235 GMP Approval by Clly Councli and Exacote CO to CMAR GMP1-Concrete Sir's'Pipeline Conflict ���� A,GMp1-Con pta Str's&pipeline construction CopOict _ CON1020 iNoBce to Proceed GMP2 ® 0 02-Jun-16AO Notice 6 Proceed GMP2 1 I -Ju417 ^{4-Oct-I6„Procuremgnt Proc 1080 Sluice Gate Embed-Box 00 Ext Wall 60 01 24-Mar--16A18-May-16 A_ Sluice Gate tnbed-Bo>00 Ext Wag t Proc 1070 Sluice Gate Embeds-Basin Str's/Boz OO int Wall 40 0 24-Mer-16A 16-May-16A Slugs Gate mbeds-Basin Str's/B;oz g01nt V/.11 , :____ _ Proc 1030 Sluice Gates-11 Weeks 55 7', 20-Apr-16A 08-Ju1.16 70 Siuice;Gates-11;weeks ; -•--• -------------------------------------------------- ---Proc1180 Procure Fordo System-10 Weeks50 50 29-Jun-16 08-Sep-16 32 Procure Ferric System-10;Weeks Prop,mo Gate Actuators-16 weeks 80 80' 01-Jul-16 24-Oct-1 6 0 - date Actuators-16 w0eks Proeilso Procure Catwalk _ 50 501 19-Ju1-16 27Sep-16 19 I Procure Cahvalk Proe1130 Procure 72”Plpe-Box 00 to Existing- 50 SDI 21 -16 29-Sep-16 17j Procure#2"Pipe-fox 00 to Existing ..__ .____, __P,_____q_p_. ___ _ ___ -------- id Proeloso Procure 36"Pipe and coEquipment ingsf-2weeks 14 14 21Ju�16 09-Aug-16 53 I 1 0 Procuro 36"Rips,and E ul ment-2 Weeks ; •- •- Proc1050 Procure 84"Pipe and couplings for pipeline-4 weeks 2B 281 21 -16 29-Aug-16 3 j j ��I Procure 04"Pipe an}coupMg9 for pipeline-4 weeks-for start of delivery 1 I ProcI140 Procure 72" Proc1020 Procure Pumps&Equipment Points et HRC Deck-10 week 50 50 04-Aug-16 13-Oct-16 7 Procure 72"Connection Points Procilso Procure HRC Mise Pipe&Fittings-Deck 22 22 09-Aug-16 18-Oct-16 -6 I i prbcure Pumys&Equipment at HR,C Deck-70 weeks i - I I 31-Aug-16 30 Sep-16 6 ; Procure ORC Misc pipe&FiMggs.......................................Deck I ___-.-- -_ ..____ 1..__-_.._,______... Proc1120 Procure Embedded Mech Items-Pipefgates 22 22- 31-Aug-16 30-Sep-18 16 � � Procure Embedded'Meph Items-Pipe/gates ; Proc1210Procurement Complete 0 01 24-Oct-16' 0 4 Procurement Complete P Basin ;25-A r-17; _ 1 28-Jun-16A 05-JukI6 121 p Moblizo Dirt Equlpinenttosit: I I 1 CON-BA-1150 Strip toe girt EUnso tebletsolltfrom Site to Stockpile 18 8' O6 Jul-16 14-Jul-16 146 F p Strip topsoil/ spit from SitO to StockpIla j Dirt-Equipment P P P _------ ------------- ,8___.--._,._.__-____,__... .......... __ - CON-BA-1170 Muck out and Drain Existlng Water hazards B 8: 06JuL16 14-JuF16 146 1 f p Mudk out and Drain ExistiA Water ho7ards I ; •�• -•--- CON-BA-1190 Excavation CuUFill _ 44 44', 15-Jul-16 03-Sap46 146 i � Ezcava�on CuVFiOj CON-BA-1200 Under Cut for Clay Under round Electrical Conduit _ 22 22 la B 9 _ y Cap 13 13 1 25-Aug-16 26-Sep-16 121 I i �,Undergrou10-Aug-16 24-Aug-16 146 O Under Cut Yor Clay Cap nd EleGrigal Conduit: CON-BA-1180 Fine Grade 8_ 06-Sep-16 14Sep-1$ 174 p Fin;Grade CON-BA-1250 Levee Overflow 25 25, 15-Sep-16 19-OCF16 144 I ; O Ldvea Ovembw---_- --••_-- ----_ _�--- --•- -.-• ............................... --- I- ... _- 6- _- b Respread Top Soil j , CON-BA-1260 Respread Top Soll 14 14 15-Sep-16 30.Sep-16 202 ; j ; ; ' CON-BA-1220 Install Ground Dewatering Wells 10 10 27-Sep-16 10-Oct-16 189 p Install Ground Dewatering Wetls -.._. _ _—... t I t 1 ' CON-BA-1010 Access roadway at top of levee 7 7 01 OdA 6 g8-Oct-16 202 1 P3 Accesg roadwayet top of levee CON-BA-1240 InstallArt Concrete Block at 48"Pipe 10 10. 20-Oct-16 31-Oct-16 183 d Install Art_Concrete lock at 48!Plpe __; CON-BA-1, 11 Electrical and Instrumentation-Instal and terminate 40 40 25-Oct-16 20-Dec-16 101 I i •E Electrical cal and Instr hon I and terminate -- CON-BA-1120 Hydromulch Basin Floors 22 22 01-Nov-16 01-Deo-16 152 I Hydromylch lBasinIoorsum -- - P ----- -- - - - .. 25-Apr-17 51 I I I I J_. .. ehta' -Instal , CON-BA-1050 f Basin Construction Com lata o 0 D;® ; ; ;Basin Construction Complete 03-Jul-1,7,conaetp Structur CON-PLT-1050 Electrical and Instrumentation-Tse Together 15 151 10-Apr-17 20-Apr-17 0 ' ---- -- .-._ _. ._ ...--_-- ___.i__________________________ L Electrical 6nd lnstruMen EI talion Tie Togat CON-PLT-1g001 Plant Construction Complete ��D - pe 0 fro@ plant Construction Complete P CON-PLT-10401 Cleanup/Road Repairs/Landscaping 45 451 01-May-17 03-Ju1-17 3 Cleanup/Road ROpairs/La 24-Feb-17,Structure ZZ Delayed 43+00-1 — _ 08-Jun-16A Bulk eves Acccssllevee,Road ' -- , --- �- I CON-ZZ-1110 I Excavate&Shore for Structure Linked to Box Z) 5 5 , CON-ZZ 11201 Embank&Fine rade Su rade 3 3, 12-May-16A _-____ 17-Nov-16 23-Nov-16 47 ; - Excavate 8 Shore for§tructure(f.inked to Box Z) —_-- - - - _._____�....._._L................ _.....:.............................,_...© --___.__,__-_-___-,._..-__.__-._.._._..__ CON-ZZ-12101 Bmkl Levee AccesslLevee Road 15 O 9 bg 25-Nov-16 29-Nov-16 47 131 Embank&Fine grade 6ubgrade Activity ID Activity NameOrig :maining Start Finish Total 2016 2017 Our Float May Jun Jul Aug Sep Oct Nov I Dec I Jan I Feb Mar Apr May Jun Jul TU—g7 Sep CON-ZZ-11301 FRP Foundation Slab 7 7 30-Nov-16 08-Dec-16 47 FRP Eoundatlon$lab ' CON-ZZ-1140FRP Lower Wall Placement 10 10 09-D.,16 22-Deo-16 47 D FRP Lower Wall Placdment CON-ZZ-1150:FRP Top Wall . .. ' Placement 10 10 23-D-16_ 09-Jan-17 47 .__.---': ............................................. [--= I � �OFRP top WFia0 0,lacement CON-ZZ-1170FRP Concrete Lid 15 15 10-Jan-17 CON-ZZ-11601 Finishes/Manway Completion 5 5 31-Jan-17 30-Jan-17 47 '----- RPCohcreteLd 06-Feb-17 49 -•-`:-••-----;......................._.__........._...... ` -1------------------ I..........-------- ___ -------- --CON-ZZ-1200 ____ _CON-ZZ-1200 Leak Test Structure 5 5 13-Feb-17 17-Fab-17 n'sies/Meow$ Completion _ _ Loak Test Stiucture r- CON-ZZ-1180:Backfill Structure 5 5 20-Feb-17 24-Feb-17 45 ❑IBackfill Str.Lcture CON-ZZ-1190 Box ZZ Complete(Delayed) D 0 24-Feb-17 45 O;Box ZZ Cgmplete(Dglayed) CON-Z-1110 I�xcavate_&Shore for Structure ®®®®---_-__---------------------------- ------ __ -• - I _-- - -- ___ _ ..___ �2.4"_'F_e__b_-17,Str-----------------------------------------------------uotureZ Delayed49+90-1 ______ ;- _. CON-Z-1120 Embank&Fine rade Sub rade_ _ 3 3 13-Oct-16 19-Oct-16 47 ; ; ; ® Excavate&Share for Structure tl g -- ' 20-Oct-16 24-Oct-16 -47 CON-Z-1130 FRP Foundation Slab - 7 1 1 I ® FRP F pine grade;Subgrade T 25-Oct-16 02-Nov-16 47 ; --[JJI o6clation Slab CON-Z-1140 FRP Top _ _ 03-Nov-16 16-Nov-16 47 I p FNP Lower Wall Placemtint CON-Z-1160 FRP Tow Wal Placement ait Placement 10 10', 17-Nov-16 01-Dec-16 72 FRP Top Wall Placement...............................................................; CON-Z-1170 FRP Concrete lid 15 15 02-Deo-16 22-Deo16 72 O 6-- CON-Z-1170 lid .......... •- CON-Z-1150 Finishes/Manway Completion 5 51 23-D-16 30-Dec-16 84 I I I jRFinishas Menway�ompletiorj R CO: CON-Z-1200 Leak Test Structure 5 5 13-Feb-17 17-Feb-17 45 ® Leak Test Stfucture CON-Z-7180 BackfiO5 5 p (Delayed) 20-Feb17 24-Feb-17 45 ; (Backfill ' CON-Z-1190 Boz Z Complete 0 0' 24-Feb-17 45 ? j O;Boz Z Complete Pained) ••07-Apt-17,84"Meter Vault. .__•____-__-_ CON-MV-1001)'Excavate&Shore for MV 5 0I 28-Apr-16A 09-May-15A Excavate&Sh �,e for MV CON-MV-1020'FRP Foundation Slab 3 01 06-May-16A 18-May-16A FRP Found bion Slah _ .. ---- ; CON-&1010.Fine grade Subgrade 2 D' 09-May-16A 12-May-16A I Fine:grade Su grade ' CON MV-1040 FRP Walls 10 01 16-May-16A 15-Jun-16A F p Walls ; CON-M1F1080,Build North Levee Road for Randa(Extra Work) 8 �_8, 29-Jun-16 � 11-Jul-16 27 i BuIId,North Levde Road fat Randa(Extra Work) --------- - - -------- 27 - CON M1A1090 -- — Backfill Structure _ 6—I 6I 12 Jul-16 19-Ju1.16 27 O BQckflll Structure ' CON MV-1050 Ladders,Handrail,Sump Pump 1 D _ 10� 20-Ju4-16 _ 02 Aug-18 164 � Ladders;Handrail,Sump Pump ; CON-MV-1060 Electrical&Instrumentation 10 101 27-Mar-17 ' 07-Apr-17 0 Electdbal&Instrtfinentetien CON-MV-1070;84"Meter Vault Complete 0 0' 07-A r-17 15 p 84" Mgter Vault Complete - ®� � .......... --------- _--___ _ _ - •-125-A r-171 Basin Inlet Structure;--•---. ------- CON-OF-1010'Excavate existing levee for subgrade 5 0 20-Jun-16A 27-Jun-16A E;Excavate bAsting Ievge for subgtade CCN-OF-1 02D _ _ -_. _ 27-Jun-16A_ 26-Jun-16A 1 Fine Gra4e Subgradp I _ I I CON-OF-1030'.EIne Grace 9 RP Founds Slab 9 9: 29-Jun-16 12-Jul-16 10 - FRR Foundatioh Slab CON-OF-7040'FRP Inlet Structure Walls 10 18 13-Jul-1 6 05-Aug-16 10 FRP Inlet Structure Walls I I CDN-OF-1110 Finegrade Wing Waft Footings 2 2 08-Aug-16 09-Aug-1- _—______ ____}......... _..._ �. _ ......... _____ _______ _____ ______ _____ _____ ____ ------------------- _..__ __ _ 8- _ 6 �, 90 ; ; fi FinegfadeWing�WatilFootipgs CON-OF-1120 FRP W(ng Wall Footing 5 5'• 10-Aug-16 16-Aug-16 90 ; Cl FRP Wing WAIT Footing CON-OF-11301 FRP Wing Walls --- - 10-1-- -10' 17-Aug-16 30-Aug-16 90 Oj FRP Wlgg Wefis CON-OF-11401 Bae--fiwiucture 7 ^7 31-Aug-16 09Sep 16 90 p BackRll structure; ' CON-OF-11601 Backfill Wing Walls 5 5, 12-Sep-16 16-Sep-16 90 j I 0_❑ Ball Win Walls __. _._.. -------------------- .............................................................._._... .__..........___....._.._....,______._... CON-OF-1050;FRP Toe Walls 5 5 19-Sep-16 23Sep-16 90 ❑ pRP Toe V1(alls ; _ , CON-OF-1060'Install Sluice Gate 5 5' 26-Sep-16 30-Sap-1 6 177p Install Sldice Gate CON-OF-1100.Install Catwalkfoollng at Levee 5 51 17-Mar-17 23-Mar-17 45 pstall Catwalk footing at Levee __. __ 1, CON-OF-1070 Install Catwalk&Misc Metals/Handrail 5 5 24-Mar-17 30-Mar-17 51 ;Install CahvalkB MiSC Metals/Ftandrail CON-OF-1080 Install Gate Operator 3 3 31-Mar-17 04-Apr-17 51 I 1 ' �❑ stall_Instal(_Gate Operator CON-OF-1090,Electrical&Instrumentation 15 15 05-Apr-17 25-Apr-17 51 ; � ; _IElectrigl$Instrumentation CON-OF-11501 Basin Inlet Structure Complete 0 0 2T55--Arprr--117 � 51 ; *:Basin InletiSVucture complete I - Drain �� 09-Npv-16,Basip Drain Strycture Con-BFSIOC;Excavate subgrade _ 5 0, 20-May-16A 23-May-16A ■ Excavates'bgrade Con-BFS-101 i Fine Grade Sub rade , g 2 0'. 20-May-16A 23-May-16A ■ Fina Grad(Sub rade; ; ............._�___Q .________._._._....,-------------------- _ _ Y- I� F ,Foundati n Sleb 2 Ma 16A 13-Jun-16A Con-BFS-10e FRP Foundation Slab 6 - p, 5- i ________ ____ ________h---------,---------1._.____ ..__. __.__.. ___._ Con-BFS-102 FRP Walls_ 15 7' 76-Jun-16A 08-Jul-16 186 FRP Walls Con-BFS-110 Backfill Structure 5 5''. 11-Jul-16 15-Jul-16 186 ❑ Ba4kfill Structule II Con-BFS-10E Misc Metals _ 5 5, 11-Jul-16 15-Jul-16 203 IMMisp Metals j Con-BFS-106 Install Sluice Gate _ 5 5 18-Jul-16 22-Jul-16 203 ❑ Ihstall 5lulce Gate Activity ID Activity Name Orig ?maining Start Finish Total 2016 2017 Dur Float May Jun Jul Aug Sep Oct Nov Dae Jan Feb Mar Apr May Jun Jul —Aug Sep Con-BFS-104 FRP Mow Strip 5 5I 06-Sep-16 12-Sep-16 209 ; ; ;Q FRP,Mow Strip; ' Con-BFS-107 Install pate Operator 2 2 25-Oct-16 26-Oct-16 138 0 Install gatA Operator Con•BFS-1D8 ElecblplB Instrumentation 10 1D. 27-Oct-16 09-Nov-16 138i 1=1 EIacG;ical&Instrrlmantatlon; 6on-BFS-10E Levee Drain StruGure Compieta 0 O 09-Nov-16 167 I O Levee Drain SIMcture Complete c ®_ -- 14-_Nov_1 s,Buk oO.._---'_... _ _-_-_ MOPO-Temp&Existing UtifNes North&East 10 101 29-Jun-16 13-JuH6 ------- -- ----MOQ0-Temp�,Existing OtOtties North&East ; --� -- --------- ------------------------------- 7 CON-Bozp0-1 L ®®j 10 I � [1J Excavat0&Shore North for 84"Pipe ' CON-Box00.1 Excavate&Shore North for"'Pipe 7 7 25-Ju1-16 02-Aug-16_ ; CON- - - _ _ _ 25-Jul-16 02-Aug-16_ _ _27 ' - Box00.1 Demou upper structure and watls for new beams 7 7. I _ ; Q Demo uaper structhre and watts for newbeams GON-BoxOGA Demo exterior Wall for 84"Penetration 7 7' 03-Aug-16 11-Aug-16 10 :M Demp exterior Nall for 84'Ipenetraticpr --- --- — --- I ' CON-Box00.1{FRP Upper Beams 17 17 03-Au 16 25-Au 16 38 1 ' -- — --- e g- ; I O FRP Uppat Beams i CON-Box00.1 Demo Center Wall for sleeve 7 7'. 12-Aug-16 22-Aug-16 13 O Demo Center Wall for$leave ! , ---------------------- ---"- -"--"- --"'" CON-B"00-1 I FRP Center Wall for Gate 6 6 12-Aug-16 25-Aug-16 10 p Create access to structure-scaffold/stair touter Ir - _. ___- _ 26-Aug-16 02-Sep-16 10 I 4 FRP Cr nter Wall for Gate ' i CON-Box00 1 Create access to structure-scaffold/stair tower 10 10'. CON-BoxOD-t'FRP 84 Exterior Wall for pipe&Gate 10 10i 06-Sep-16 19-Sep-16 10 O FRP 84"Exterlor Wall fpr pipe&Gate - 1 CON-Box00-1 Install Sluice Gates(2) 5 5' 2NSep-16 26-Sep-16 22 i ; I ❑ Install SlulEe Gates(2) ' CON-Hox00-1 Backfill Outside Box 3 3 27-Sep-16 29-Sep-16 22 I 0, Backfill Oi tslde Boz; - - ----------- L CON-Box00-1:Install Box ODActuators(4) 5 5; 25-Oct-16 31-0ct-16 101 t Instafi Bcz DO Actuators(4) CON-Box00-1 Electrical&Instrumentation 10 10': O7-Nov-16 14-Nov-16 101 � Eleorical&Instrumentatlop CON-Box00-1,Box DO Complete 0 D 14-Nov-16 116 4 Bo%OD Compl0te ®® i r �'�� ...... --__- ----I OB-Ndv-16_HRC Concreta_Gate_-_1__ _____ _____ _______ ____ CON-HRC-1C'�Demo WaG for 36"Gate 5 5�� 23-Aug-16 29-Aug-16 14 j ❑ Demo WpG for 36 Gate - --------- - "•• "---- CON-HRC-11I FRP Sluice Gate Sleeve @ wall 10 10: 2D-Sep-16 03-Oct-16 10 FRP Slpice Gate Sleeve @wall , CON-HRC-1( Install 36"Sluice Gate 5 51 04-Oct-i6 10 Oct-16 10 ; ---- -. - -- ---10 I 1 SuicaG to _ nste�ll,36' I a CON-HRC-11 Set gate Operator @ -36" ate 5 5'' 25-Oct-16 31-Oct-16 _ _ 0 j Set gate:Operator(�36"gate; CON-HRC-1[ HRC Shutdown Complete D 0, 08-Nov-16' S ' 1 I ; 1 HRC Shutdown Complete CON-PL-1070 I Pipeline Construction Complete 0 0 ________________---------____'______.. ----------___ - -- ---- - .............................-_____ _____ _-__- ®® ; i 17-,Apr-17,Y4rd Piping 17-Apr-17 14 ; P7 Apra-17o64'ns�uctkm C8 r Peak Flow Line CON-PL-1140 Demo Existing 12"D Line Sta.D+00 to 2+15 5 5 25-Jul•16 29-Ju1-16 47 j O;Demo ExEsting 12"D Una Sta.4+00 to 2+j5 j CON-PL-1150 Install 12"DIP-D Line Ste.0+00 to 2+15 5 5 01-Aug-16 05-Aug-16 47 ; ______I a Install t2"DIP-D L'lne Sta_0+!p0 to 2+19 -------- CON-PL-1130; .-._._. - ._-•••••--- -••--------•..-------------•-•-•--- __r_____________________________w_..._____,__.._ _ P- __ ;� 6rcavatipn/Bypass channel&;Sheetpile qt River Crossing CON-PL-1130:ExcavatlonlBypass Channel&Sheetpile et River Cros 31 31� 02-Aug-16 01-Sep-16 0 CON-PL-1040.DLB 45+56 to 50+18(River Crossing) 40 40 02Sep-16 12-Oct-1 6 0 DLBj45+56 to 4D+18(RNer Crossing) CON-PL-1010.DLB Pipeline 0+00 to 5+00 9 91 13-Oct-16 25-00-t-1-61- 0 � DLB Pipeflhe O+OD to 5+00 , CON-PL-1110'FRP Mater Vautt Blockouts 7 7' 26.Oct-16 03-Nov-16 123 j FRP Miter Vault BJockouts _.- , CON-PL-1160 DLB Pipeline 5+00 to 11+p0 9 9 26-Oat-16 07-Nov-18 0 I ; ; P,Ipelino 5+00 to 11+00; CON-PL-1170 ______.r____.____t. . LB._._.._..CUB Pipeline 11+DO to 12+00(Plant Levee)_ 6 6� OB-Nov-16 15-Nov-16 0 ; ; ; ; ; I DLA Pipefne 1j1+00 to 12500(Plant Levee) I I " CON-PL-10301 DLB 12+00 to 43+110(Sir Z) 53 53 16-Nov-16 01-Feb17 CUB 12+00 to 43+b0(Str Z) CON-PL-1050 DLB 50+00(Sir ZZ)to 62+00(Basin) 22 22 02-Feb-17 03-Mar-17 0 I I I DLB 50 00(Str ZZ)to 62+Op(Basin) L :� CON-PL-1090,FRP Wall Blockouts Str ZZ&Grout Invert 7 7 02-Feb-17 10-Feb-17 45 i- iO FRF,Wall Blockputs Sir Z4&Grout Igvert --. --- -__ CON-PL-1100'FRP WaII Blockou[s Str Z B Grout Invert 7 7' 02-Feb-17 10-Feb17 45 __ -` ___ _ Wall_B_IocKo_u_ts Str Z B Grout lMart _ _- _ ..________.__._ --------------------- ,_________.................. CON-PL-11 BO'�DUB 62+00 to 63+00(Basin Levee) 1 9 9 06-Mar-17 16-Mar-17 0 -- •• DL +DO to:63+00(Basin Levee): -- - .._._..—_.. .._ 62 Electrical and Instrumentation-Instal and terminate 22 22 17-Mar-17 17-Apr--17 14 ' -- _... ----�-- —_ _ j E10clripl and,Instrumentation-Install and terminate CON-PL-102011nstaIIHRCE Drain pumps 17-Mar-17 24-Mar-17 0 ' CON-PL-1060, _ p p Piping @ MV 6 6 Install HRC'E Drain pumps 8 Piping MV CON-PL-7120'FRP Inlet Sir Blockout 5 5 17-Mar-17 23 Mar-17 74 ' ❑ P Inlet Str Blocked ; . - - ----- __----- -- _. - -1---- --- , I CON-PL-10801 Expiration of COE 404 Parmlt � p j p - - �R 18-Mar-1T 0 I . M��� ; _ _L___________ ______1__._.__..L.. _ _ ______ _ .30-Ma,17O Reclaimed Wat4r Une@ Basin -. .___ CON-RW-10, Tle in at Existing Reclaimed Water line 3 3 18-Jul-16 20-Jul-16 168 p Tie in at Existing Reclaimed Water rna - _ -- I I I CON-RW-10; DLB 6"DIP Water Unato 18+00- 10 10. 21-Jul-16 03-Aug-16 1fi8 I ; p DLB 6"DIP WaterlUne to 18+100 6" ICON-RW-101 DLB 6"PVC Water Unas 10 10 D4-Aug-16 17-Aug-16 191 O D14B 6"PVC Voter Une; -- _ I CON-RW-fol Replace Pavin0— 6 6. 18-Aug-16 25-Aup-16——li -I 191 j ❑ Replace------ CON-RW-10 FRP Meter Slab � 5 -5. 06-Sep-16 12Sep-16 I 146 ; I I I E3 FRP Meter SlabI . .. - - - - ----• "---" '"-"' --"" - — CON-RW-101 MIscEquipment at Meter Station 13-Sep-16 19Sep16 146 j p MJsc Equipment at Mat:r Station j _ - ----- 5. _ I CON-RW-10 EleGdcal&Instrumentation _ 15 15 i_ 20-Sep-16 10Zet 16 148 0-1 Electrical&Instrhmentationt ' CON-RW-10!!Terminate Pipe at Structures 5 5l 240ar-17 3g-Mar-17 45 ' p;Terminate Pipe at Structures ; Activity to Activity Name Orig zmaininy Start Finish I Total 2016 2017 Dur Float May I Jun I Jul Aug Sep Oct I Nov I Dec Jan I Feb Mar Apr May Jun Jul Aug Sep 72"HRCE Line ..__ 3-.Ean-17,72"HRCE line CON-Box00-1�MOPO-Existing Utilities East 8 South 10 101 114-Jul-16 27-Jul. _______ 16 7 _____________0;MOPO-Ekisfing UOINes East&South - - -- CON-Box00-1 Excavate&Shore East&South-72"pipe 5 51 28-Jul-16 03-Aug-16 7 I 4 Excavate&Shore Past&Soulth.72"pipe i ' _—. CON-6. 0-1 Demo Existing pipe plug 72"Pipe 5 51 21-Nov-16 26-Nov-16 73 ; Demo Existing pipe plug @ 72';Pipe ...__— _.___. I I CON-BoxOo 1,Install 72"Pipe from Box 00 to Existing 22 22 29 Nov-16 2&Deo-16 73 1 D 72 PI a fro B 00 t Existing ' t Install p M ox o ng CON-Box00-1 Replace Box 00 Stairs and Sidewalk 10 10 30-Deo-16 13-Jan-17 123 Replace Box 00 Stairs and Sidewalk _6"HRCE Drain ` ' ®® "�• r C�E' j Imo/24-Au-166"HRCE Drain Une'@MV--- --___. ___ ______ _____ _____ __... ----------------------------- A1020 -_._A1020 DLB 4"Drain Line from Meter Vault 10 10 04-Aug-16 17-Aug-16 74 I I ® OLE 4"Drain Line from Meter VauIC Al 030 Install new Manhole at tie in 5 51 18-Aug-16 24-Aug-16 74 i ❑ install new Manhole a(tie in m® j 28-Nov-1s,36"DraiA Line _ g ( 26-Aug-16 07-Sep-16 73 I I Install MH&Perfbrm Te In bt Existing Une SouthlEnd ! CON-AB-1070'Install MH&Perform Tie In at Existing Line South Ent 8 8 ' CON AB 1080 DLB 36"ABI(South to North) 30 30' 08-Sep-16 19-0t:1467-73 I. ; to M1Jorth) - - CON-AB-1120 Perform Tie In at ExisOng 60 Une 2 2: 20-0ct-16 21-Od-16 73 1 I I 0 Pkrform To:in at ExisbHg 60"Une' CON-A&1130;Test Une 5 5 24-Oct-16 28-Oct-16 73 ®;Test Line; 1 CON-AB-10601 Electrical&Instrumentation 20 20 31-Oct-16 28-Nov-16 92 Electrical&Instrumehtation P Y 31-Oct-16 18-Nov-16 73_ 1 �kM111tall SldewAlks/Repast Roodwa1 , m� __..._`_.______ --------- I CON-AB-1110 Install Sidewalks!Repair Roadway 15 15 r. UN _{_. r _. ______ ____ _______ _ _.. 4___ ""__ ___ _ _._ ............ .__._ __...._. ______ ''e®- '' �� I �1 Q4-Jan-17j 36"Drain;Une et HR,C Fac CON-HRC-11 I DLB 36"Drain Ilna from wall 10 10' 30-Deo-t6 ----17 73 ; ; Draih One from Wall DLf�36" I I CON-HRC-11 Replace Sidewalk 7 7t 16-Jan-17 24-tan-17 73 I❑ Replace Sidewalk � D7- R hanl C t�lec ca CON-HRC-10:I Clean&Create access Into HRC Influent Channel 5 5 30-Aug-16 06-Sep-16 14Q CleanA Create access into HRC In0ueht Channel P' f> j j j O F�2P Interior,Pump Pads ' CON-HRC-11E-FRP Interior Pump Pads t0 10i 07-Sep-16 20-Se 16 14 CON-HRC-1 .HRCIIn0uetc System&Piping 5 nt Pump,Piping ChedcVaNe 15 15 21-Sep-16 27-Sep-16 113 ; ❑I Install Ferric System Piping _ _ 19-Oct-16 OS-Nov-16 -6 MOM HRCanfluent Pulnp,Piping�DBCheckVeNe CON-HRC-101 Electrlml&Instrumentation @ HRC 22 22 09-Nov-16 09-Deo-t6 83 �J EledrIcal&InstrymentatiDd @ HRC .. . _—_—. s ___. _ I I CON-HRC-11[IHRC Mechanical Mods Complete 0 D 09-Deo-t6 98_ I I I ' ��1 12(un 17,HRS Fadty SU-HRC-1050 Startup Control System Setup/Checkout 5 5 01-May-17 O5-May-17 0 ' - --- - ------- I � Startup Control System Setup/Checkout _ I C Mechanical Mods Complete C Facility SU HRC-1060 Manufacturer Cert of Install and Equipment S/U 5 5 08-May-17 12-May-17 4 �❑ Manufacturer Cert of Install and Equioment S/ SU-HRC-1070 Subsystem Checkout for each Place of Equipment 10 10 15-May-17 26-May-17 4 O;SubSysterp Checkout;for each Pjeea of Eq SU-HRC-1080 Subsystem Startup&Test 10 10 30-May-17 12-Jun-17 4 w_..____."___..__1................ O ub tem Statt p&T-s. ______________L._......L.._ S Sys a SU-HRC-1090 Subsystem reedy for system Startup 0 0' 12-Jun-17 4 I ; ; � "- - --------------- 0 Su6oystem really for Systgm Stertul V"�;26-Jun-17;Basin Imp7ovemen SU-BA-1000 Startup Control System Setup/Check out 5 5 15-May-17 19-May-17 0_ 0 stbrtup Control System Setup/Check out SU-BA-1010 Manufacturer Cert of Install and Equipment S/U 5 5 22-May-17 26-May-17 0 :Manufacturer Cert of install and�quipme — ' . SU-BA-1020 Subsystem Checkout for each Piece of Equipment 10 1 D 30-May-17 12Jun-1� 0 j _ I _ I Subsystem heckout for_2ach Pie SU-BA-1030 Subsystem Startup&Test 10 10. 13-Jun-17 26 -17 D 1 1 1 ---- ------ - ----��- ---- •---� --""- -""" ------ ' — — --- _. _ _. ---- i ubS a Start8:T st_.- I SU-BA-1040 .Subsystem ready for System Startup 0 0'. 26-Jun-17 0 :SubSyste6 ready for,System S &Jun-17,Pipeline SU-PL•1100 'Startup Control System Setup/Check out 5 5 08-May-17 12-May-17 0 I I 1 t0 Startup ControG System Setup/Check but SU-PL-1110 Manufacturer Cert of Install and Equipment SIU 5 5 15-May-17 19-May-17 2 I I i I El Mgnufacturef Cert of Ingtall and Equipment __________________________________ ;_____ SU-PL-1120 -Subsystem Checkout for each Piece of Equipment 10 10' 22-May-17 2 ; ------------------ ----------------------- 05-Jun-17 "--- I O SuhSytem Checout for eac7t Placa of SU-PL-1130 •Subsystem Startup 8 Test10 101 06-Jun-17 19-Jun-17 2 j O SyrbSys[em Startup&To SU-PL-1140 Subsystem ready for System Startup 0 —D! 19-Jun-17 2 O SbtSydem rbady for System Blau V--"►07-Ju1117,Overall System SU-PFB-1000 Startup/Checkout HRC 3 313-Jun-17 15-Jun-17 4 1 1 I t ___ ___ _O Startup/Checkout HRC 6U-PFB-1010 Startup/Checkout Pipepne 3 3 20-Jun-17 22-Jun-17 2 ; ; -- /Checkout PipCOne SU-PFB-10201 Startup/Checkout Basin 3 3� 27-Jun-17 29-Jun-17 0 I I I I ; tartup/Checkout Basin - SU- Start Oj S terPFB-1030 Startup and Test Peak Flow Basin Improvements 5 5 30-Jun-17 07-Ju1=17 0 j I r Startup and Test beak Flo , I ior Plant Closeout , , I I ' , I I I I I 1 AUg- , 17, ®�® Aug-17, _ I i A10510Mystems Completion - D 0 30-Mar-1T 1 { ------- ----------- —--------— --------- - _. _. I 1 I I 4 NTC Systems Comple0on ; Activity ID Activity Name Orig :maining Start I Finish Total 2016 2017 Dur Float May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug I Sep A1010 Substantial Completion 0 007-Jul-17' 0 etlDn A1040 'Punchlist/Closeout 22 22 10-Jul-17 08-Aug-17 8 PuncHllst/Clos .. ___.._.�________-.}___________________�_._______�_._.____,____.._. __ Substantial _-1______________ -------- Al 000 Final Completion - ------ - _ _ P D D 18-Aug-1T 0 � - ---- ---- - - .. � O Final Compl ATTACHMENT E PROJECT LOCATION PEAK FLOW ■ 0 1 i r � 4500 WIImJ�L'n,Arlington,TX ��_ � �j i'r�r VILLAGE CREEK ♦ ■ RECLAMATION M&C Review Page 1 of 3 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FoRTWORTH COUNCIL ACTION: Approved on 9/13/2016 DATE: 9/13/2016 REFERENCE C-27924 LOG NAME: 60PEAK FLOW NO.: CONSTRUCTION PHASE CODE: C TYPE: NON- PUBLIC NO CONSENT HEARING: SUBJECT: Authorize Amendment No. 2 to City Secretary Contract No. 45746 with McCarthy Building Companies Establishing the Guaranteed Maximum Price of$26,473,329.00 for the Construction of the Village Creek Water Reclamation Facility Peak Flow Management Project, Authorize Execution of a Engineering Agreement with CDM Smith, Inc, in the Amount of$1,764,744.00 for Construction Administration Services for the Peak Flow Management Facilities at the Village Creek Water Reclamation Facility Project, Provide for Staff Costs and a Zebra Mussel Survey for a Total Construction Administration Services Fee of$2,000,000.00 for the Peak Flow Management Facilities at the Village Creek Water Reclamation Facility Project (COUNCIL DISTRICT 7) RECOMMENDATION: It is recommended that the City Council: 1. Authorize Amendment No. 2 to City Secretary Contract No. 45746, with McCarthy Building Companies, establishing the Guaranteed Maximum Price of$26,473,329.00 for construction of the Village Creek Water Reclamation Facility Peak Flow Management Project; and 2. Authorize execution of an Engineering Agreement with CDM Smith, Inc., in the amount of $1,764,443.00 for Construction Administration Services for the Peak Flow Management Facilities at the Village Creek Water Reclamation Facility project. DISCUSSION: The City of Fort Worth owns and operates one wastewater treatment plant, the Village Creek Water Reclamation Facility (VCWRF). The VCWRF is permitted to treat wastewater flows up to 166 Million Gallons Per Day (MGD) overage dry flow and up to 369 MGD for a two-hour peak flow. The January 2012 Wastewater Master Plan anticipates 2015 wastewater peak flow to the Village Creek Water Reclamation Facility (VCWRF) to exceed the plant's permitted peak flow of 389 MGD. This peak flow rate also exacerbates a functional limitation of 303 MGD identified in the plant's existing primary clarifiers. The Master Plan recommends construction of a Peak Flow Basin to manage peak wet weather flows. In the near term, the construction of the basin will allow operational flexibility for plant shutdowns related to other process improvements. On March 4, 2014, (M&C C-26693) City Council authorized a Construction Manager-at-Risk (CMAR) Agreement (City Secretary No. 45746) with McCarthy Building Companies for preconstruction services in the amount of$95,000.00 and construction services for a fee of 3.5 percent of the Guaranteed Maximum Price (GPM) for construction of the Peak Flow Management Facilities. The Agreement was subsequently revised by Amendment No. 1, administratively authorized on November 17, 2015, to add $57, 0 37,026.00 in preconstruction services for a revised preconstruction services fee of$452,725.0() 132,026.00. Amendment No. 2 establishes the total GMP for construction of the VCWRF Peak Flow Management Facilities at $26,473,329.00 consisting of GMP1 in the amount of$4,872,939.00 for underground pipeline conflict designation and concrete structures and GMP2 in the amount of$21,600,390.00 for construction of the remaining items, including basin grading and levee construction, underground piping, mechanical improvements, and electrical and instrumentation controls. b,++,,•//.,,-„-.o . f�­+ ­/­­;];] �o Vm-/mr raviv,xT q/?01 F. Q/1 41?ni Fi M&C Review Page 2 of 3 On September 18, 2012, (M&C C-25846) City Council authorized an Engineering Agreement with CDM Smith, Inc., for the process studies and conceptual design of the Peak Flow Management Facilities at the VCWRF and on July 22, 2014, (M&C C-26890) City Council authorized an Engineering Agreement CDM Smith, Inc., for the final design of the Peak Flow Management Facilities at the VCWRF. Due to the complexity of the project and unusual design elements, Staff recommends that the design engineer, CDM Smith, Inc. (CDM) be further engaged to provide construction management services during VCWRF Peak Flow Management Project ensure that the project is constructed in accordance with the design intent and CMAR and CWSRF criteria. The scope of the services to be provided by CDM includes project management, construction administration, resident project representative, coordination with the CMAR and Texas Water Development Board (TWDB) - the primary funding source of this project, preparation of record drawings, and revisions to plant operations and maintenance manual. CDM proposes to provide these services for a fee of$1,764,443.00. Staff considers the proposed fee to be fair and reasonable for the scope of services to be performed. In addition to this contract amount, $235,256.00 is required for Staff project support and for a zebra mussel survey and relocation plan required by the TWDB CWSRF Provisions. This project will have no impact on the Water Department's operation budget when complete. M/WBE OFFICE: CDM Smith, Inc., is in compliance with the City's BDE Ordinance by committing to 21 percent SBE participation. The City's SBE goal on this project is 10 percent. FINANICAL: On May 19, 2015, (M&C G-18483) City Council adopted a supplemental ordinance authorizing the issuance and sale of$39,000,000.00 of Water and Sewer System Revenue Bonds, series 2015, and approved the sale of the bonds to the Texas Water Development Board.(TWDB) as part of the Texas Clean Water State Revolving Fund (CWSRF) Program. The proceeds from the sale of these bonds will fund the construction of the Peak Flow Management Facilities at the VCWRF project and the Big Fossil Parallel Relief Sanitary Sewer Main, Parts 1 and 3 project. On December 15, 2015, (M&C G-18625) City Council appropriated $30,184,467 for the VCWRF Peak Flow Project with $28,184,457.00 allocated to construction, using CWSRF funding; and $2,000,000.00 allocated for construction management, inspection, Staff time and other support requirements that cannot be funding using CWSRF funding, using funding from future bond issue. This project is located in COUNCIL DISTRICT 7 and services ALL COUNCIL DISTRICTS. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that the appropriation is available as directed by (M&C G-18375) in the Water/Sewer Bond 2016 Fund for the Peak Flow Management Facilities at the Village Creek Water Reclamation Project and upon approval of the above recommendations, funds are available in the current capital budget as appropriated, of the Sewer Capital Fund, as depicted in the table below. FUND Current Proposed Appropriations Project Total* Appropriations Water/Sewer Bond 1[--$-2,000,000.001 $0.00 $2,000,000.00 2016 Fund 56005 Dov_,.,.,,—IA-, —0170i)01K niini)niK M&C Review Page 3 of 3 Water State Revolving Loan Fund $28,184,467 $0.00 $28,184,467 56006 Water Capital Fund 59601 $25,000.00 $0.00 $25,000.00 Sewer Capital Fund $3,785,188.00 $0.00 $3,785,188.00 59607 Project Total $33,994,655.00 $0.00 $33,994,655.00 * Numbers rounded for presentation purposes. TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year (Chartfield 2) Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: John Carman (8246) Additional Information Contact: Dena Johnson (7866) ATTACHMENTS 60PEAK FLOW CONSTRUCTION PHASE 1295 Form.pdf 60PEAK FLOW CONSTRUCTION PHASE FID Table R1 .docx 60PEAK FLow McCarthy Bulding Companies Form 1295.pdf 60PEAKFLOWCONSTRUCTIONPHASE Map01.pdf SAM CDM Smith Inc.pdf SAM McCarthy Building Companies.pdf 1�+tr•//ar�rzc rfzz nr f nrrr/rnnnril nArlrat/mr 0/1 d/?ni F FID Table for M&C Log Name 60 60PEAK FLOW CONSTRUCTION PHASE FUND IDENTIFIERS(FIDs): TO Reference Department Project Budget # Fund ID Account ID Program Activity year (Chartfield Amount 2) FROM Reference Fund Department Account Project program Activity Budget # Amount ID ID Year (Chartfield 2) 1)56006 0700430 5740010 CO2009 C03080 2016 $26,473,329.00 2)56005 0700430 5330500 CO2009 C03030 2016 $1,764,744.00 C -) `�q�q CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of2 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. 2016-66073 CDM Smith Inc. Fort Worth,TX United States Date Filed; 2 Name of governmental entity or state agency that is a party to the contract for which the form is 06/06/2016 being filed. City of Fort Worth,Texas Date Acknowledged: 6 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. 02009 Village Creek Water Reclamation Facility Peak Flow Management Facilities 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary Walters, Gae Boston, MA United States X Wall,Timothy Boston, MA United States X VanAntwerp, Robert Boston, MA United States X Tunnicliffe, Peter Boston, MA United States X Stevenson, Howard Boston, MA United States X Shea, Paul Boston, PAA United States X O'Brien,William Boston, MA United States X Hughes, Colleen Boston, MA United States X Desmaris,Thierry Boston, MA United States X Hickox, Stephen Boston, MA United States X Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.1021 CERTIFICATE OF INTERESTED PARTIES FORM 1295 2of2 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. 2016-66073 CDM Smith Inc. Fort Worth,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 06/06/2016 being filed. City of Fort Worth,Texas Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. 02009 Village Creek Water Reclamation Facility Peak Flow Management Facilities Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary 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. GENA L. PERRY �11•p:P4Sti Notary Public,State of Texas 3y� A. My Commission Expires July 30, 2018 WOW Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE Sworn to and subscribed before me,by the said J. Dan Shannon this the 6th day of June 2016 to certify which,witness my hand and seal of office. C) Gena L. Perry Office Services Coordinator Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.1021