Loading...
HomeMy WebLinkAboutContract 48947 CITY SECRETARIAL CONTRACT NO. CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR PROFESSIONAL SERVICES This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality (the "CITY"), and RJN Group, Inc, authorized to do business in Texas, for a PROJECT generally described as: Engineering Services and Technical Assistance for a Citywide Wastewater Collection System Temporary Flow Metering Project Article I Scope of Services (1) Consultant hereby agrees to perform the professional services set forth in the Scope of Services attached hereto as Attachment "A". These services shall be performed in connection with the Citywide Wastewater Collection System Temporary Flow Metering Project. (2) Additional services, if any, will be requested in writing by the City. City shall not pay for any work performed by Consultant or its subconsultants, subcontractors and/or suppliers that has not been ordered in writing. It is specifically agreed that Consultant shall not be compensated for any alleged additional work resulting from oral orders of any person. Article II Compensation Consultant shall be compensated in accordance with the Fee Schedule shown in Attachment "B". Payment shall be considered full compensation for all labor, materials, supplies, and equipment necessary to complete the services described in Attachment "A". However the total fee paid by the City shall not exceed a total of $95,000.00 unless the City and the Consultant mutually agree upon a fee amount for additional services and amend this Agreement accordingly. The Consultant shall provide monthly invoices to the City. Payment for services rendered shall be due within thirty (30) days of the uncontested performance of the particular services so ordered and receipt by City of Consultant's invoice for payment of same. Acceptance by Consultant of said payment shall operate as and shall release the City from all claims or liabilities under this Agreement for anything related to, done, or furnished in connection with the services for which payment is made, including any act or omission of the City in connection with such services. i City of Fort Worth,Texas gg Standard Agreement for Professional Services tOFFICIAL RGCCf°. Revision Date:12.22.2016 p Page 1 of 9 $�CsRETARY"W ORT10r YX �I Article III Term Unless terminated pursuant to the terms herein, this Agreement shall be for a term of six months, beginning upon the Effective Date, or until the expiration of the funds or completion of the subject matter contemplated herein, whichever occurs first. Article IV Independent Contractor Consultant shall operate hereunder as an independent contractor, and not as an officer, agent, servant, or employee of the City. Consultant shall have exclusive control of and the exclusive right to control the details of the work to be performed hereunder and of all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, employees, contractors and subcontractors. The doctrine of respondeat superior shall not apply as between City and Consultant, its officers, agents, employees, contractors, and subcontractors, and nothing herein shall be construed as creating a partnershp or joint venture between City and Consultant. Article V Professional Competence and Indemnification (1) Work performed by Consultant shall comply in all aspects with all applicable local, state and federal laws and with all applicable rules and regulations promulgated by the local, state and national boards, bureaus and agencies. Approval by the City shall not constitute or be deemed to be a release of the responsibility and liability of Consultant or its officers, agents, employees, contractors and subcontractors for the accuracy and competency of its services performed hereunder. (2) THE CONSULTANT, AT NO COST TO THE CITY, AGREES TO DEFEND, INDEMNIFY AND HOLD THE CITY, ITS OFFICERS, AGENTS SERVANTS AND EMPLOYEES, HARMLESS AGAINST ANY AND ALL CLAIMS, LAWSUITS, ACTIONS, COSTS AND EXPENSES OF ANY KIND, INCLUDING, BUT NOT LIMITED TO, THOSE FOR PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO CONSULTANT'S BUSINESS AND ANY RESULTING LOST PROFITS) AND/OR PERSONAL INJURY, INCLUDING DEATH, THAT MAY RELATE TO, ARISE OUT OF OR BE OCCASIONED BY CONSULTANT'S BREACH OF (i) ANY OF THE TERMS OR PROVISIONS OF THIS AGREEMENT OR (ii) ANY NEGLIGENT ACT OR OMISSION OR INTENTIONAL MISCONDUCT OF CONSULTANT, ITS OFFICERS, AGENTS, ASSOCIATES, EMPLOYEES, CONTRACTORS (OTHER THAN THE CITY) OR SUBCONTRACTORS, RELATED TO THE PERFORMANCE OR NON- PERFORMANCE OF THIS AGREEMENT. THIS SECTION SHALL SURVIVE ANY TERMINATION OR EXPIRATION OF THIS AGREEMENT. City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:12.22.2016 Page 2 of 9 Article VI Insurance (1) Consultant shall not commence work under this Agreement until it has obtained all insurance required under this Article and the City has approved such insurance, nor shall Consultant allow any subcontractor to commence work on its subcontract until all similar insurance of the subcontractor has been so obtained and approval given by the City; provided, however, Consultant may elect to add any subconsultant as an additional insured under its liability policies. Commercial General Liability $1,000,000 each occurrence $2,000,000 aggregate Automobile Liability $1,000,000 each accident (or reasonably equivalent limits of coverage if written on a split limits basis). Coverage shall be on any vehicle used in the course of the Project. Worker's Compensation Coverage A: statutory limits Coverage B: $100,000 each accident $500,000 disease- policy limit $100,000 disease-each employee (2) Additional Insurance Requirements a. Except for employer's liability insurance coverage under Consultant's worker's compensation insurance policy, the City, its officers, employees and servants shall be endorsed as an additional insured on Consultant's insurance policies. b. Certificates of insurance shall be delivered to the Fort Worth Water Department, Attention: Mr. Chris Harder, 200 Texas Street, Fort Worth, TX 76102, and attached to this Agreement prior to its execution. c. Any failure on part of the City to attach the required insurance documentation hereto shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:12.22.2016 Page 3 of 9 e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. g. Workers' compensation insurance policy(s) covering employees employed on the Project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. h. City shall not be responsible for the direct payment of insurance premium costs for Consultant's insurance. i. Consultant's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. j. In the course of the Agreement, Consultant shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. k. Consultant's liability shall not be limited to the specified amounts of insurance required herein. I. Upon the request of City, Consultant shall provide complete copies of all insurance policies required by these Agreement documents. Article VII Transfer or Assignment City and Consultant each bind themselves, and their lawful successors and assigns, to this Agreement. Consultant, its lawful successors and assigns, shall not assign, sublet or transfer any interest in this Agreement without prior written consent of the City. Article VIII Termination of Contract (1) (a) City may terminate this Agreement for its convenience on 30 days' written notice. (b) Either the City or the Consultant for cause may terminate this Agreement if either Party fails substantially to perform through no fault of the other and the nonperforming party does not commence correction of such nonperformance within City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:12.22.2016 Page 4 of 9 5 days of written notice or thereafter fails to diligently complete the correction. (2) If City chooses to terminate this Agreement, upon receipt of notice of termination, Consultant shall discontinue services rendered up to the date of such termination and City shall compensate Consultant based upon calculations in Article II of this Agreement and Exhibit "B" attached hereto and incorporated herein. (3) All reports, whether partial or complete, prepared under this Agreement, including any original drawings or documents, whether furnished by the City, its officers, agents, employees, consultants, or contractors, or prepared by Consultant, shall be or become the property of the City, and shall be furnished to the City prior to or at the time such services are completed, or upon termination or expiration of this Agreement. Article IX Right to Audit (1) Consultant agrees that the City shall, until the expiration of three (3) years after final payment under this Agreement, have access to and the right to examine any directly pertinent books, documents, papers and records of Consultant involving transactions relating to this Agreement. Consultant agrees that the City shall have access during normal working hours to all necessary facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. City shall give Consultant reasonable advance notice of intended audits. (2) Consultant further agrees to include in all its subcontracts hereunder, a provision to the effect that the subcontracting consultant agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and records of such sub-consultant, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all sub- consultant facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article. City shall give Consultant and any sub-consultant reasonable advance notice of intended audit. (3) Consultant and sub-consultants agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Consultant for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. Article X City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:12.22.2016 Page 5 of 9 Minority Business and Small Business Enterprise (MBE)/(SBE) Participation In accordance with the City's Business Diversity Enterprise Ordinance No. 20020-12-2011, as amended, the City has goals for the participation of minority business enterprises andfor small business enterprises in City contracts. Consultant acknowledges the MBE and SBE goals established for this Agreement and its accepted written commitment to MBE and SBE participation. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Consultant may result in the termination of this Agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. Article XI Observe and Comply Consultant shall at all times observe and comply with all federal, state, and local laws and regulations and with all City ordinances and regulations which in any way affect this Agreement and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. Consultant agrees to defend, indemnify and hold harmless City and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. Article XII Venue and Jurisdiction If any action, whether real or asserted, at law or in equity, arises on the basis of any provision of this Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas — Fort Worth Division. This Agreement shall be construed in accordance with the laws of the State of Texas. Article XIII Contract Construction The Parties acknowledge that each party and, if it so chooses, its counsel have reviewed and revised this Agreement and that the normal rule of construction to the effect that any ambiguities are to be resolved against the drafting party must not be employed in the interpretation of this Agreement or any amendments or exhibits hereto. Article XIV City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:12.22.2016 Page 6 of 9 Severability The provisions of this Agreement are severable, and if any word, phrase, clause, sentence, paragraph, section or other part of this Agreement or the application thereof to any person or circumstance shall ever be held by any court of competent jurisdiction to be invalid or unconstitutional for any reason, the remainder of this Agreement and the application of such word, phrase, clause, sentence, paragraph, section, or other part of this Agreement to other persons or circumstances shall not be affected thereby and this Agreement shall be construed as if such invalid or unconstitutional portion had never been contained therein. Article XV Notices Notices to be provided hereunder shall be sufficient if forwarded to the other Party by hand-delivery or via U.S. Postal Service certified mail return receipt requested, postage prepaid, to the address of the other Party shown below: City of Fort Worth Attn: Fort Worth Water Department 200 Texas Street Fort Worth, Texas 76102 Consultant: RJN Group, Inc. Attn: Hugh Kelso, Vice President 6701 Brentwood Stair Road, Suite 10OW Fort Worth, Texas 76112-3363 Article XVI Headings The headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of this Agreement Article XVII Attachments, Schedules and Counterparts This Agreement may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:12.22.2016 Page 7 of 9 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 Duly executed by each party's designated representative to be effective on the date subscribed by the City's designated Assistant City Manager. BY: BY: CITY OF FORT WORTH ENGINEER RJN Group, Inc. Jay Chapa, Hug Kelso, Assistant City Manager Principal Date: Date: 3/ 30�2®/ ? APPROVAL RECOMMENDED: John Carman "Director, Fort Worth Water Department Contract Compliance Manager: By signing, I acknowledge that I am the. person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requireemmeennts. Chris Harder, Assistant Director, Fort Worth Water Department OFFICIAL RECORD , CITY SECRETARY City of Fort Worth,Texas �+y. Standard Agreement for Professional Services IS'IIS WORTH, H, Revision Date:12.22.2016 Page 8 of 9 APPROVED AS TO FORM AND LEGALITY By: Douglas . Black, Assistant City Attorney Form 1295 No. N ATT E ? M&C No.- 0-284-A-0- ary J. Kayser M&C Date: k4w@k ' 2&4 ity Secretary �XAS �FFICI),Ii , �r.r;6ii,3I h` City of Fort Worth,Texas CITY SEGRPI ARA 9 Standard Agreement for Professional Services }9 Revision Date:12.22.2016 FT.WOR,THO TIC Page 9 of 9 ATTACHMENT ENGINEERING SERVICES FOR CITYWIDE WASTEWATER COLLECTION SYSTEM TEMPORARY FLOW METERING PROJECT CITY PROJECT NO.:100854 ATTACHMENT A Scope for Engineering Related Services for Wastewater Collection System Metering ENGINEERING SERVICES FOR CITYWIDE WASTEWATER COLLECTION SYSTEM TEMPORARY FLOW METERING PROJECT CITY PROJECT NO.: 100854 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. WORK TO BE PERFORMED Task 1. Project Management Task 2. Optimize Flow Monitoring Coverage of Collection System Task 3. Develop Flow Meter Selection Matrix and Report Task 4. Develop Metering Equipment Bid Documents for Purchasing & Bid Phase Services Task 5. Vendor Equipment Installation Oversight and Certification Task 6. Data Sharing and Management Task 7. Supplemental Services PROJECT UNDERSTANDING The City is interested in implementing a flexible long-term flow monitoring program with analysis tools to be used for department wide infrastructure planning of rehabilitation and capacity improvements development in order to drive the City's collection system Capital Improvements Program (CIP). The City is interested in gaining a better understanding of the sanitary flows that are entering their wastewater collection system through the acquisition of up to 20 new flow meters and strategic disposition of the units throughout the collection system for use in both temporary and permanent metering applications. TASK 1. PROJECT MANAGEMENT. ENGINEER shall ensure efficient and effective use of ENGINEER's and CITY's time and resources. ENGINEER shall manage change, ■ Communicate effectively, ■ Coordinate internally and externally as needed, and • Proactively address issues with the CITY's Project Manager and others as necessary to make progress on the work. City of Fort Worth,Texas Attachment A PMO Release Dale:07.23.2012 Page 1 of 11 ATTACHMENT A DESIGN SERVICES FOR CMWIDE WASTEWATER COLLECTION SYSTEM TEMPORARY FLOW METERING PROJECT CITY PROJECT NO.:100854 1.1. Managing the Team • Lead, manage and direct design team activities • Ensure quality control is practiced in performance of the work • Communicate internally among team members • Task and allocate team resources 1.2. Communications and Reporting • Attend a project kickoff/chartering meeting with CITY staff to confirm and clarify scope, understand CITY objectives, and ensure economical and functional recommendations are developed that meet CITY requirements • Conduct review meetings with the CITY at task milestones noted in the scope of work and project schedule. • Prepare invoices and submit monthly in the format requested by the CITY, including a reporting period progress report. • Prepare and submit baseline Project Schedule initially, and provide Project Schedule updates with a schedule narrative monthly, as required in Attachment D to this Standard Agreement and according to the City of Fort Worth's Schedule Guidance Document. • Complete Monthly MNVBE Report Form (NOT APPLICABLE) and Final Summary Payment Report Form at the end of the project. • Coordinate with other agencies and entities as necessary for the execution of this project and provide and obtain all pertinent information needed to complete the project. • With respect to coordination with permitting authorities, ENGINEER shall communicate with permitting authorities such that their regulatory requirements are appropriately reflected in the designs. ENGINEER shall work with regulatory authorities to obtain approval of the designs, and make changes necessary to meet their requirements, as part of the design scope. (NOT APPLICABLE) Personnel and Vehicle Identification: When conducting site visits to the project location, the ENGINEER or any of its sub-consultants shall carry readily visible information identifying the name of the company and the company representative. TASK 1: OPTIMIZE FLOW MONITORING COVERAGE OF THE FORT WORTH COLLECTION SYSTEM 1. RJN will compile and review the list of seventeen (17) city recommended new flow meter installation locations (see attached location spreadsheet on page 12), existing 30 wastewater billing meter sites, (Note approximately 51 metering sites, including deduct meters, show up in the GIS DB) and the existing manhole City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 2 of 11 ATTACHMENT A DESIGN SERVICES FOR CITYWIDE WASTEWATER COLLECTION SYSTEM TEMPORARY FLOW METERING PROJECT CITY PROJECT NO.:100854 locations where Field Operations has installed a "Smart Cover" level alarm system (approximately 15 sites—current locations are unknown by RJN). The combined flow monitoring program represented by all these sites will be geospatially evaluated by RJN for its overall coverage of the primary interceptors in the major wastewater service drainage basins in the City's collection system. RJN will more specifically assess the effectiveness of these deployed data collection units to provide essential hydraulic performance information necessary to quantify the City's identified critical areas of hydraulic overloading, capacity restrictions and areas of excessive inflow and infiltration (1/1), specifically in support of Capital Improvements Planning (CIP) of capacity improvements and critical system Operations and Maintenance (O&M) activities to reduce system wet and dry weather sanitary sewer overflows (SSO). 2. RJN will perform seventeen (17) field site assessments of each suggested new meter locations listed in the attached City recommended meter site location table. Additionally, RJN's field crews will conduct a detailed manhole inspection for the primary meter site location selected, identifying all significant manhole defects that could affect the meter site performance or presents a safety issue. RJN will provide the City with a detailed rehabilitation schedule for that meter site, if existing site conditions warrant it. RJN will also perform site investigations for the placement of up to 16 rain gauge sites located near the proposed meter sites. These are intended to be temporary rain gauge sites, but could be configured for a permanent installation in support of the early warning system objective noted above (Please see Task 3 for more information on the proposed wireless rain gauges). 3. Based on Subtask 2 noted above, RJN shall provide a specific recommendation on the suggested meter(s) to be installed that are best suited for the physical manhole or junction structure conditions found at each site that is investigated. 4. Based on the site investigations and any detailed manhole inspections conducted, RJN will provide recommendations on those areas of the system near a proposed meter site that need to be cleaned by the City prior to meter installation. 5. Detailed draft meter site sheets will be produced for all meter sites formally being investigated. 6. RJN will also provide a recommendation on relocation of the "Smart Covers" after evaluating the overall system flow monitoring related coverage. ASSUMPTIONS • Field Operations is to provide RJN with the specific locations of the twelve (12) Smart Covers already deployed in the system and the remaining three (3) units proposed for future Smart Cover installations. • RJN shall recommend alternative locations should the initially identified meter location prove to not be a favorable site for accurate flow measurement. City of Fort Worth,Texas Attachment A PMO Release Dale:08.1.2014 Page 3 of 11 ATTACHMENT A DESIGN SERVICES FOR CITYWIDE WASTEWATER COLLECTION SYSTEM TEMPORARY FLOW METERING PROJECT CITY PROJECT NO.:100854 • The completion of this task will require close staff coordination with Field Operations staff regarding the Smart Covers placement to target recurring maintenance calls and SSO reduction. It will also require close coordination with Engineering (and Village Creek WWTP) staffs regarding the identification of high priority areas in the collection system regarding specific capacity concerns and hopefully creating a foundation for the future development of an early warning system to assist the Village Creek WWTP operations during peak wet weather events. • Please note that RJN does not normally recommend much pipeline cleaning prior to meter installation since if a site has excessive debris, cleaning the pipeline typically only provides a temporary solution and the debris will usually cover up the probe during monitoring which can skew the data on actual system performance due to bottlenecks, blockages, and pipe defects. Moving the site is usually the best option if debris conditions are that significant. Usually the debris is packed and relatively stable allowing the rotation of the probe placement to avoid it being buried in silt during monitoring. • Final metering site sheets will be produced by the selected vendor after their installation crews have successfully installed, calibrated the meter, tested the telemetry and performed an initial meter servicing activity. This start-up phase would typically take up to a week to perform in order to troubleshoot problems, confirm its accuracy and performance, plus allow RJN to certify the site installation for the City. • Please note that RJN will need information from the City's latest wastewater collection system model (existing conditions and including updated proposed CIP projects/data) or modeling output for selected basins containing the smart covers in order to complete this task. DELIVERABLES • Geospatial GIS Map & Effective Coverage Area of Existing and Proposed Metering Locations for Effective System Hydraulic/Capacity Analysis. • Meter and Rain Gauge Site Investigation Sheets. • Detailed Structure Inspection Summary for Each Proposed Meter Site. • Develop Recommendations for Site Maintenance and any Rehabilitation needed at that location. • Develop Recommendations for Relocating the Deployed Smart Covers in the Collection System. TASK 2: DEVELOP FLOW METER SELECTION MATRIX 1. RJN will develop a report documenting the capability, accuracy, advantages and disadvantages of particular makes and models of wastewater flow meters and sensors, data loggers, remote terminal units, and their specific compatibility with the City's TELOG and any other Client defined City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 4 of 11 ATTACHMENT DESIGN SERVICES FOR CFrYIMDE WASTEWATER COLLECTION SYSTEM TEMPORARY FLOW METERING PROJECT CITY PROJECT NO.:iooasa communication systems (Sensus®AMI Smart Grid System Database and the Village Creek Wastewater Treatment Plant's (VCWWTP) Distributed Control System (DCS)), as directed. Standard product warranties will also be documented. 2. RJN will also evaluate the identified vendor's "permanent" meter station installation equipment's capability to integrate with the City's DCS communication system at the VCWWTP. RJN will conduct several coordination meetings with VCWWTP staff. 3. RJN will include an estimate of the anticipated purchase cost for each meter identified. 4. RJN will also include technical reviews, unit costs and recommended model selection from the reviewed portable velocity meters (PVM's) in the meter evaluation report to be produced in Subtask 1. It is the intent of the City to purchase at least one PVM so that City Staff may perform velocity profiling (calibrations) at active flow meter sites. A spare PVM may be warranted due to repair times for this type of equipment. ASSUMPTIONS • RJN will conduct several coordination meetings with VCWWTP staff. • A spare PVM may be warranted due to repair times for this type of equipment. • The new flow meters (and portable velocity meters) to be purchased will be evaluated from the following metering manufacturers: 1. ADS, LLC (Triton+) 2. Hach® (FL900 Series Flow Logger System; FLO-DAR®; FLO-TOTE'S and MARSH Mc81RNEY PVM) 3. Teledyne ISCO (2100 Series;ADFM"accQpulse"Velocity Profiling Flow Meter, Signature® Flow Meter, and LaserFloe Non-contact Velocity Sensor) 4. FloWav, Inc. (FW-33 DCL (direct connect) and FW-33 WCL (wireless) Loggers; PHASER Model V1000 PVM, Non-Contact Laser Velocity Meter) DELIVERABLES • Metering Equipment Selection Matrix. • Metering Equipment Cost Summary • Draft Temporary Flow Metering Recommendations Report • Conduct Report Review Meeting (Issue Meeting Summary) • Final Temporary Flow Metering Recommendations Report TASK 3: ASSIST THE CITY WITH THE DEVELOPMENT OF A RENEWABLE, NON- EXCLUSIVE TURN-KEY CONTRACT FOR FLOW MONITORING RELATED EQUIPMENT PURCHASE, EQUIPMENT INSTALLATION AND RELATED City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 5 of 11 ATTACHMENT DESIGN SERVICES FOR CITYWIDE WASTEWATER COLLECTION SYSTEM TEMPORARY FLOW METERING PROJECT CITY PROJECT NO.:loom MAINTENANCE SERVICES. 1. RJN will develop specifications and bid proposal sheet to be inserted into the City's standard purchasing contract documents and put out to bid. RJN will develop a list of qualified meter equipment vendors and vendor reps to be notified of this bidding opportunity. This purchasing specifications shall be clear regarding the vendor's responsibilities with respect to all metering and rain gauge equipment deliverables and associated supplies. 2. The RJN Group will assist the City with the development of a renewable turn- key purchasing contract with multiple flow monitoring equipment vendors to purchase the following: a. Portable Velocity Meters:Two (2) Portable Velocity Meters (PVM's) with a standard probe setup for typical confined space entry deployments and solicit another specialized PVM probe that would be configured for top side inspections of manholes up to a maximum depth of 20 feet. One of the PVM's would serve as a back-up unit to be rotated into service. Five (5) year equipment warranties would be requested on each of the PVM's. Manual depth and velocity readings are recommended monthly for short term monitoring and quarterly for long term monitoring installations. b. Gravity Flow Meters: Twenty (20) flow meters and probes designed to measure wastewater under free-flow and surcharged conditions. The primary depth sensor on the probe shall be ultrasonic with a resolution to the nearest 0.01 foot. Each site shall also include level measurement redundancy by means of a pressure and ultrasonic sensor. The primary velocity sensor shall use Doppler technology. Five (5) year equipment warranties would be requested on each of the flow meters. c. Rain Gauges: In order to accurately project future peak wet weather wastewater design flows, the real time collection of rainfall volumes and intensities is essential to meet that objective. As such, RJN recommends and has assumed the purchase and installation of this affiliated flow monitoring equipment on this project. Up to sixteen (16) tipping bucket rain gauges with RTU's designed to capture real time rain events should be purchased. It is recommended that the City install a system of permanent rain gauges throughout the study area that collect, at a minimum, hourly rainfall data. As such, it is recommended that the City provide additional rain gauges in the general area of each proposed flow monitor, unless the City choses to subscribe to Nexrain for the use of NEX-RAD radar derived rainfall data. If NEX-RAD data is used, then the total number of rain gauges can be reduced to 8 gauge sites since they will only be used to calibrate the collected NEX-RAD data. The total number of proposed rain gauge sites and locations will be coordinated with City staff. Typically, RJN recommends using a Texas Electronics, Inc. TR-5251 Rainfall Sensor rain gauges. It is a remote tipping bucket style rain gauge utilizing a Telog RG-32 recorder with an antenna package for the wireless transmission of data. Hach also manufactures this style of rain gauge. Regardless of the selected vendor, a five (5) year equipment warranty will City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 6 of 11 ATTACHMENT DESIGN SERVICES FOR CITYWIDE WASTEWATER COLLECTION SYSTEM TEMPORARY FLOW METERING PROJECT CITY PROJECT NO.:tooau be requested on each of these rain gauge units purchased. d. Wireless Telemetry: Compatible site communication equipment (Remote Terminal Units (RTU), Telog RG-32 recorders, compatible antennas and communication cables) will be provided for the new flow meters and rain gauges being purchased. 3. The bid specification shall also address initial meter and rain gauge set-up and equipment installations in the field; site calibrations, including velocity profiling; securing wireless communications; and the production of a detailed installation report. The intent of this contract is to allow for a renewable, non-exclusive contract, awarded to multiple meter vendors for the provision of turnkey services noted above. a. Flow Monitoring Related Incidental Supplies: The following flow monitoring incidental supplies, including but not limited to batteries, adjustable stainless steel bands, desiccant, and probes (sensors) that will be utilized as part of the City's new flow monitoring program initiative will also be included in the bid package for the vendors. 4. The developed Flow Monitoring Equipment bid proposal shall contain the following bid items: a. The purchase cost (per each) of all required equipment for a complete flow monitoring site installation, including wireless telemetry; b. The purchase cost (per each) of all required equipment for a complete rain gauge site installation, including wireless telemetry; c. An initial field setup and installation cost of flow monitoring equipment (per each) by the vendor or their representative; d. An initial field setup and installation cost of rain gauge equipment (per each) by the vendor or their representative; e. A removal and recalibration cost by the vendor or their representative for a flow meter and for a rain gauge, respectively (per each); f. A flow meter re-installation cost at a different location by the vendor or their representative; g. A rain gauge re-installation cost at a different location by the vendor or their representative; and h. An hourly labor and expense rate for troubleshooting and/or maintenance activities by the vendor or their representative. Flow meter and rain gauge maintenance activities may include replacing batteries, servicing (scrub) the meter probe (sensor), re-calibrating and replacing sensors, replacing RTU's, wireless communications trouble shooting and equipment replacement and manual downloading of the data if location has recurring telemetry problems, or any other relevant maintenance issue that may arise. i. RJN shall provide technical assistance to the City of Fort Worth during the bid solicitation, opening and selection processes. RJN will also City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 7 of 11 ATTACHMENT A DESIGN SERVICES FOR CITYWIDE WASTEWATER COLLECTION SYSTEM TEMPORARY FLOW METERING PROJECT CITY PROJECT NO.:iom assist the City by conducting a pre-bid meeting; responding to submitted bidders questions; preparing and issue an Addendum, if required; and will review all received bid proposals for compliance with the published purchasing specifications. Lastly, RJN will prepare vendor award recommendations from the value based bids received for the turnkey flow monitoring services project. ASSUMPTIONS • RJN is directed to develop a turnkey services contract language for selected metering equipment vendors as part of the overall bid package. • Metering Equipment Quantities are noted above in the subtask descriptions. • Vendor Bids shall include: equipment purchase; warranties; delivery; equipment installation; calibration; data communication; hourly maintenance and troubleshooting servicing fee; inventory of supplied incidental items and their costs; and a pricing plan for the removal, pre-installation recalibration, relocation, re-installation and site certification services. • Only one bid advertisement is assumed DELIVERABLES • Metering Equipment Technical Specifications. • Preparation of Bid Proposal Form • Bidding Assistance, including issuing Addendums, as necessary • Review Bids for Compliance and Recommend Bids for Award TASK 4: PROVIDE OVERSIGHT AND REVIEW VENDOR INSTALLATION REPORTS AND CONDUCT INDEPENDENT METER AND RAIN GAUGE INSTALLATION INSPECTIONS TO CERTIFY VENDOR'S METER SITE INSTALLATIONS. 1. RJN shall review vendor's flow meter site and rain gauge installation reports which includes flow meter and rain gauge setups, site calibrations (velocity profiles), flow stabilization data, and documentation of properly functioning wireless communications. Purchasing specifications shall be clear regarding the vendors responsibilities with respect to all field installations of flow meters and rain gauges. 2. RJN shall conduct detailed field inspections of the flow meter and rain gauge installations and insure initial installations are performed according to contract specifications prior to issuing a site certification. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 8 of 11 ATTACHMENT A DESIGN SERVICES FOR CITYWIDE WASTEWATER COLLECTION SYSTEM TEMPORARY FLOW METERING PROJECT CITY PROJECT NO.:100854 ASSUMPTIONS • RJN will generally oversee Contractor(s) installation(s) of their equipment validate the metering is working. • RJN will independently inspect the site to certify that the meters are installed properly and recording accurately by performing field calibrations of the installation at each site. DELIVERABLES • Manned Entry, Inspections and Calibration Forms for each site. • Issue Site Certificates for Vendor Installations. TASK 5: DATA SHARING AND MANAGEMENT: RJN will assist the City with trouble shooting equipment telemetry and communication interfaces to make sure that the wastewater flow and rainfall data is seamlessly being shared across the various City's DCS and other enterprise systems. If requested, RJN can maintain the data links and equipment required for remotely uploading the data from the meters should the City request this. ASSUMPTIONS • RJN will provide up to 8 hours of Field and Engineering Services Assistance Time associated with this task. TASK 6: SUPPLEMENTAL ENGINEERING SERVICES INCLUDED Additional scope of services are as follows: 1. During installation validation, RJN shall independently calibrate each flow meter by taking manual depth and velocity measurements and comparing with meter readings. 2. If required, provide standard traffic control measures (portable signs and cones) at each site in or near a roadway. If a higher level of traffic control is required, traffic control assistance will be provided by City staff. 3. If site conditions require, RJN will provide and install fall protection measures on elevated structures prior to conducting any manned entry into the structure. These may also require the use of an off-set winching system to dive the structure as well. RJN anticipates that the three (3) meter site near the VCVVVVTP will require all of these extra measures to be employed. 4. RJN will organize and conduct a full day maintenance and calibration training session with City staff. After this training, all scheduled field visits will be coordinated by City staff to allow City staff to take over those duties from the City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 9 of 11 ATTACHMENT DESIGN SERVICES FOR C[TYWIDE WASTEWATER COLLECTION SYSTEM TEMPORARY FLOW METERING PROJECT CITY PROJECT NO.:mosm Vendor's field crews. 5. RJN will organize and conduct a full day training session with City staff on handling and processing the flow data. ASSUMPTIONS • Where feasible, RJN will seek to utilize existing City owned fall protection and special structure access equipment during the inspections of the proposed temporary meter sites at the Village Creek Wastewater Treatment Plant. • During Contractor(Vendor) Installation Certification Inspections, RJN will organize a day-long field training exercise with City Crews to provide meter installation, trouble shooting, calibration and maintenance training for up to 2 new City flow metering crews. • RJN will utilize captured flow data from the new meter installations while conducting a day-long flow data management and analysis training session for selected City employees (6 persons maximum) DELIVERABLES • Field Services Training Session for Designated City Field Flow Monitoring Crews • Technical Training Session for Designated City Staff for Managing, Processing and Analyzing Flow Data INFORMATIONAL ITEMS REQUESTED FROM THE CITY RJN requests the following assistance from the City: 1. Assistance with traffic control where needed in high traffic locations. 2. Available lift station flow meter data during the initial flow monitoring period. This includes wet well level logs, pump run times, wet well and pump capacities, and any other applicable data (eg.: applicable wholesale billing meter flow data). 3. This proposal does not include providing additional equipment to allow the meters to be directly connected to the City's DCS system beyond the standard items that come with the meter at this time. The City will be responsible for procuring necessary computer hardware and DCS integration software separately. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 10 of 11 ATTACHMENT DESIGN SERVICES FOR CITYWIDE WASTEWATER COLLECTION SYSTEM TEMPORARY FLOW METERING PROJECT CITY PROJECT NO.:100854 ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above. However, ENGINEER can provide these services, if needed, upon the CITY's written request. Any additional amounts paid to the ENGINEER as a result of any material change to the Scope of the Project shall be agreed upon in writing by both parties before the services are performed. These additional services could include the following: • Annual on-going turnkey temporary flow metering Operations and Maintenance services, including the removal, relocation, re-certification, re-installation and servicing during the following flow monitoring deployment periods for the next year. • Annual Data Management and Processing and detailed Flow Analysis during the following flow monitoring deployment periods for the next year. • Selective Hydraulic Modeling of City's Wastewater Collection System. • Engineering Services related to disputes over pre-qualification, bid protests, bid rejection and re-bidding of the flow metering and installation contract. • Performance of materials testing or specialty testing services. • Services necessary due to the default of the Contractor (Vendor). • Services related to warranty claims, enforcement and re-inspection after initial installations are completed. • Services related to submitting for permits (ie.: TxDOT, Railroad, TRWD/USACE, Local Governments, etc...) • Services related to acquiring real property, including temporary right-of-entries for private property access. • Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. • Shop drawings review, samples and other submittals reviews submitted by the contractor. • Performance of miscellaneous and supplemental undefined services related to the project as requested by the CITY. • Services related to damages caused by fire, flood, earthquake or other acts of God. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 11 of 11 C m N N M o 0 0 3 ,—°, s o B o o o > > > > c c o o h cE E E E E c u 0 3 m m « 2 « _0 m e 0 ?? y d E o o v o v r m m v m E 2 `o ~ 75 o u v u E v m m o s m m c w y E N m Vd y N d A d A Y w m m m 0p in E d E a o E c d > > ? = m oa — ?; u o ;° s E y v E u a a my c c c c n n « u E Uv mo d E m m w a, w '—° y o Y a m mL. v m om n n Era m Y m m a a a a c v 5 c m u d 'c m c c c c c c c o v 0 E n c n a c "d a c. 10 -o a 3 —°„ n 3 3 .—°1. m N 'm m m m .� a y ° m d w of a, m Z o 'v v N '" >'� E H E E '� w L u n u u u u u u E t o E s E r t s r t t a r s tab c Ii F- m o C C N N N N u+ Ln J d d Zm m m m 2 O C c c c a a a a a a0 Ua h0 as C C C � C m m m m Q c v a w w 2c ap L L L L L9 O -M. LL u .Y E v a O Y Y Y Y y y 3 3 > > > > 0 0 0 0 v - c c c ct ut .LL+ u y E L w v v v w w w w y o E E Y = Y 3 3 3 3 C w 0 0 0 0 0 0 m m m m v O xc c 3 3 3 3 m m m oa o 0 0 0 0w w w w L > a a Y __ _ LL O u u m N N N c c Y > > v v v v m m « � n n n n m m m c m N o o .°_. ° ' C C O O O O N u o E E E E r r L L U L aca 0 0 0 0 0 0 0 0 0 0 0 0 0 v61i « v N v v v v v v v v E O c E E E E a � � a � a .0 a O a a v v v v v v a a a v 0 O 0 0 0 0 0 0 0 0 0 > 0 0 0 w 0 000x00 a o 0 0 0 0 cc CL m .� .-r v v a E .-� n n M ry n ui o o n ry N I0 is a M o v E � N N n m o � ry m m a m .+ m ao m o n m ry N .� n n n a n Io m oyo m Z x N x x N x x x ti x X- X- N N v x x x x x x x x x x X X X X x x x X X x n O d aJ al W v al N a) d d a) OJ � H A t0 u C Ol L C C C C C C C C C C H C d d d 3 a 0 0 0 0 o a a o 0 0 0 0 uG o u u uo G O l0 l0 00 00 V lV N N fV lV V C <I V 1p fl1 ^ C O ID ti m Ol M } N Q1 } m « ~ O+1 0+0 m N V .ti m m n w a o w m v o udi ui vi u00i ui vi N N m vi m r� o > � N N M N v N N N N N N N N N N N M N N y a v Y N E rrLLLLLL a I° LL LL 0 o z' r° u .N W m m v v v 3 3 3q '° w w w w m > > > u u u u 3 3 3 2 3 n u u 3 > > m z Page 12 of 12 ATTACHMENT B COMPENSATION Professional Services for Citywide Wastewater Collection System Temporary Flow Metering Project City Project No. 100854 Time and Materials with Rate Schedule Project 1. 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 the appropriate Labor Category Rate for the ENGINEER's team member performing the work. Labor Category Rate as presented in the rate schedule table below is the rate for each labor category performing the work and includes all direct salaries, overhead, and profit. Labor Category 2017 Rate 2018 Rate ($/hour) ($/hour) Project Director 235.00 245.00 Sr. Project Manager 205.00 214.00 Project Engineer/ Professional Engineer 145.00 151.00 Civil Engineer/ EIT 105.00 110.00 Field Manager 95.00 100.00 Crew Supervisor 72.00 75.00 Crew Technician 60.00 63.00 Data Analyst 95.00 100.00 CADD Technician 100.00 105.00 Clerical 80.00 84.00 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. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 1 of 4 B-1 ATTACHMENT B COMPENSATION 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. I1. Method of Payment A. The ENGINEER shall be paid by the City based upon an invoice created on the basis of statements prepared from the books and records of account of the ENGINEER, based on the actual hours and costs expended by the ENGINEER in performing the work. B. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. C. ENGINEER shall prepare and submit invoices in the format and including content as presented in Exhibit B-1. D. Payment of invoices will be subject to certification by the City that such work has been performed. III. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Water Department monthly progress reports and schedules in the format required by the City. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 2 of 4 B-2 ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility Fee Amount % Prime Consultant: RJN Group, Inc. $95,000.00 100% Proposed MBE/SBE Sub-Consultants: Not applicable Non-MBE/SBE Consultants: Not applicable TOTAL $ 95,000.00 100% City MBE/SBE Goal = 0 % Consultant Committed Goal = 0 % City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 3 of 4 B-3 EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) Insert required invoice format following this page, including negotiated total budget and allocations of budgets across desired work types and work phases. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 4 of 4 B-4 c ) / §2 - � . � k \ / � ` ■ ! &9L 'Vol � 06 _ IL ® c k § / w E 0 } ) $ U) CL 18- g �k0 m � � � ! a _ � \ /k {7 \ƒ k \ ) ) ( ol 2 th ) / � � ) i « ° © ; k & ! m � 0 LL � % ) \ ƒ � / \ ■ E (D7 � \ � � co \ k E 43) —a) § ■ Y3 { 2 Le) / e b \ ƒ ) cwy o § � . § # t ; 4D � / 0 k � � � 2 � k 2 ' § � k ( Eof a a6 / 0 ) ka ƒ « / I E « « « « ! « /B } / ƒCD � Q / a. CD CL cn ) \ ) CL } ( k \ � 0 / \ ! � tmEca [ ; $ 7 r | I { « � ! J « _ \ \i 7 � ! - - 7 ! ) ! k ! ! | -FE ; (} ) 2« � \ u � ■ a � _ _ �2 t \ \ k ) 0 LL } _ o / .2 \ . w / \ ` ) e ) 2 2 3 ] t§ S S k CO ; # ca E ƒ a2 ( § fR $ // � % r .. ; ; E - 5222 \ 45 2 Z,0 § | 7 >, mo i t IL CL iL o a § a. » / = JIL § j { }- 2 7332&\&«4&&&#&« IS > {) } \ ! \ \ \\ ))))/) ° 7 « CL � E z / - _ §\/ \) § § CL C? C? z z : _ 3 - m ,0 « ! § k . $ / } k \ \2 f \ \ #( `® ! • § _tm CLR jco ) ) ■ ` at% ! - - 0 - ui 2 J §j} b as J § i )L)L) d ) ) �§ z ° ) § ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Professional Services for Citywide Wastewater Collection System Temporary Flow Metering Project City Project No. 100854 <List any changes to the Standard Agreement> None City of Fort Worth,Texas Attachment C PMO Release Date:05.19.2010 Page 1 of 1 Consulting Contract Schedule Specifications FORT WORTH City of Fort Worth Capital Improvement Program Attachment D—Project Schedule This PROTECT requires a Tier << 2 >> schedule as defined herein and in the City's Scliedule Guidance Document. Dl. CONSULTING SERVICES SCHEDULE DEVELOPMENT: The CONSULTANT shall prepare schedules for consulting services that meet the requirements described in this specification, showing by Critical Path Method (CPM) the planned sequence and timing of the Work associated with the Agreement. All schedule submittals shall be submitted in PDF format. D2. BASELINE CONSULTING SERVICES SCHEDULE: Following notice-to-proceed, the CONSULTANT shall develop, submit and review the draft detailed baseline consulting services schedule with the CITY to demonstrate the CONSULTANT's understanding of the Agreement requirements and approach for performing the work. The CONSULTANT will prepare the final detailed baseline consulting services schedule based on CITY comments, if any,and submit to the CITY no later than the submittal of the first project invoice. The following guidelines shall be adhered to in preparing the baseline schedule, and as described in further detail in the CITY's Schedule Guidance Document. a. The scope shall be subdivided by work breakdown structure (WBS) representing the tasks,subtasks,and activities associated with delivering the work. b. The schedule shall accurately describe the major work activities, key milestones, and dependencies/relationships as appropriate to the work. c. The schedule should include appropriate meetings, review periods, critical decision points,including third party utility dependencies and reviewing agencies. D3. PROGRESS CONSULTING SERVICES SCHEDULE: The CONSULTANT shall prepare and submit monthly to the CITY for approval the updated schedule in accordance with D1 and D2 and the CITY's Schedule Guidance Document inclusive. As the Work progresses, the CONSULTANT shall enter into the schedule and record actual progress as described in the CITY's Schedule Guidance Document. The updated schedule submittal shall also include a concise schedule narrative that highlights the following,if appropriate and applicable: • Changes in the critical path, • Expected schedule changes, • Potential delays, • Opportunities to expedite the schedule, • Coordination issues the CITY should be aware of or can assist with, • Other schedule-related issues that the CONSULTANT wishes to communicate to the CITY. D4. PERFORMANCE AND CONSULTING SERVICES SCHEDULE: If the work accomplished falls behind that scheduled due to factors within the CONSULTANT's control, the CONSULTANT shall take such action as necessary to improve the progress of City of Fort Worth,Texas Attachment D PMO Release Date:02.15.2011 Page 1 of 2 the Work. In addition, the CITY may require the CONSULTANT to submit a revised schedule demonstrating the proposed plan to make up the delay in schedule progress and to ensure completion of the Work within the allotted Agreement time. D5. SCHEDULE TIERS SPECIAL INSTRUCTIONS: The requirements for the schedule are determined based on the nature and needs of the project. The schedule tier for this project is stated at the top of this document. CONSULTANT shall submit each schedule relying on the CITY's current Schedule Guidance Document. D6. SCHEDULE SUBMITTAL AND PAYMENT: As stated in III.A.(1). of the Agreement, CONSULTANT shall provide the information required by Attachment D. CONSULTANT's monthly invoices will not be accepted and processed for payment without monthly schedule updates that are submitted in the time and manner required by Attachment D and the CITY'S current Schedule Guidance Document. SEE BASELINE PROTECT SCHEDULE ATTACHED City of Fort Worth,Texas Attachment D PMO Release Date:02.15.2011 Page 2 of 2 o i � m r EL g e s i = a 6 0 ¢c p a E s o m " V ^ E o � _ d . s Q u a e_ A.—O Y L e W = a a W z3 U eQ ec 0 0 'e a 3 e a s e " c - 5 CD o o E mLL �e g � _ 0 0 0 0 0 0 0 o U•. o _ M tj 03 o a g 8•• p` `c N $ • 8 o e o y � e u E E e � e g o � � ='q`-' Ec o0 •� E g eU �°"' s" s s_`8= >° ci s�° a g �E° +- F F-m U CO 0 N m co a LL co g E E a U w a` F � 8 SSSp S V/ I (.� _.. O o $ $ o o $ $ o 0 0 $ $ $ $ $ 0 0 0 0 0 0 0 0 0 o r N U n L EE E E f €F AS ° ¢ a Ioc e Im ao a`o° fo a- oam-u°o O I a" U o € E F a 9 � c - - c o a y 2 3 Y E 3 Z 'O o L L.L I , II i .,--+ cn I i c l O og $ o o s s s o o $ g $ 5j iirsao 0 0 o a o 00 yc� 8 w c m p a H > �0 � ° ., s gym ' _n E rt £. a• $B 2 e a ... ¢ ° t E� go uQ eE 3 m� EpE 0—;5 co ° . -' E o b y t `� t c c a a Ali ii° _ 3 8 a s a= g.p g 9 m in_ g of o ° v o c E o°- a= c c -�- C • E $ y 9 0 �.. o $ > �'E LL °` c o a > m m o o e c • g $ c c s a `e $ 'n F= • $ o o ° _ LL @ F e a N r`n_`o - ~ c vii P o o E ¢ '°t E o .oi-e" , E >° > o• n U�a in n= c' �- .. �� £ 'm 4 as c� U af ATTACHMENT E N W , E Fort worth F S J DC _ \ ma PBF 1 PMC Sag— ... Watauga Saginaw M sag 'naw* eMwnd PBF 1 on F FoMWaith-: PWF Fort Worth HaltomCny Haltom .. - Hurs.TR MATRa�'1r� '. TRA dh Rr hl Hilsibchland His - •\ Haltom C Richland H l VCWWTP ng• WF, \ ' ,r F Fort Wonh1Fod Worth Vvhna While ge Fort Worth ♦ 1 / ` �. - CF enbrookk nbr k _ - - sC PVC Benb okrVC r J'f r L PCF Ir r onh F dh Fo Worth Fort WorlhBudeson * Wholesale Meter PSC Temporary Meter Sewer Mains PVC ----- Sewer Main Larger Than 18"in Dia. Sewer Main Less Than 18"in Dia. Sewer Basins l City of Fort Worth ri neo l i L 2017 Flow Monitoring Technical Assistance dw March 2017 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 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. 12017-162147 RJN Group, INC Dallas,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is02/03/2017 being filed. Fort Worth Water Department ]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. City Project No. 100854 Citywide Wastewater Collection System Temporary Flow Metering Project Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary Jackson, Daniel Dallas,TX United States X Plymale,Paul Dallas,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affirm,tinder penalty of perjury,that the above disclosure is true and correct. E*1-1 AILEENM.LEgLANC-SAARTY = MY COMMISSION ExPIRES 2Q�0= FEBRUARY 2.9 wTARY ID: 130560212Signature of authq ized agent of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE Sworn to and subscribed before me,by the said��vtCL t L ,QCSG►'Z this the day of 1410(uairo 20 t ( to certify which,witness my hand and seal of office. A' kezi--ir\.Lx&ctncAssts�4�-� 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 V1.0.277 DATE 1 (MMID CERTIFICATE OF LIABILITY INSURANCE 3/30/2017 Div) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(les) must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: CSU Chicago HUB International Midwest Limited PHONE FAX 55 East Jackson Boulevard E-MAIL Chicago IL 60604 .csuchicago@hubinternational.com INSURERS AFFORDING COVERAGE NAIC# INSURER A:Hartford Casualty Insurance Company 29424 INSURED RJNGROUP INSURER B:Hartford Fire Insurance Company 19682 RJN Group, Inc. INSURERC:Continental Casualty Company 20443 200 W. Front Street INSURER D:TWIn City Fire Insurance Company 29459 Wheaton, IL 60187 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 185156096 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE D POLICY EFF POLICY EXP LIMITS LTR INSO WVD POLICY NUMBER MMIDD/YYYY MMIDD/YYYY A X COMMERCIAL GENERAL LIABILITY 83UUNAJ1317 8/1/2016 8/1/2017 EACH OCCURRENCE $1,000,000 _ X❑OCCUR DAMAGE TO RENTED CLAIMS-MADE PREMISES Ea occurrence $300,000 MED EXP(Any one person) $10,000 PERSONAL BADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY ]JET 0 LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ B AUTOMOBILE LIABILITY83UENAJ1418 8/1/2016 8/1!2017 COMBI ED SINGLE L IT $ Ea accident 1,000,000 000,000 ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ X HIRED AUTOS X AUTOS NON-OWNED PROPERTY DAMAGE $ XIAUTOS Per accident C X UMBRELLA LIAB X OCCUR 6012275414 8/1!2016 8/1/2017 EACH OCCURRENCE $5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,00_0___ _ DED X I RETENTION$10,000 $ D WORKERS COMPENSATION 83WEPL1585 8/1/2016 8/1!2017 PER OTH- AND EMPLOYERS'LIABILITY X STATUTE ER IN ANY PROPRIETOR/PARTNER/EXECUTIVE YN/A E.L.EACH ACCIDENT $500,000 OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $500,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $500,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE: Project#100854-Engineering Services and Technical Assistance for a Citywide Wastewater Collection System Temporary Flow Metering. The following are/is included as additional insureds under Automobile Liability and General Liability, on a primary and non-contributory basis, when agreed in a written contract, subject to policy terms, conditions and exclusions: City of Fort Worth, its officers,employees and servants. A waiver of subrogation applies under Workers Compensation in favor of the additional insureds listed,when agreed in a written contract, See Attached... CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City Of Fort Worth THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Fort Worth Water Department ACCORDANCE WITH THE POLICY PROVISIONS. Attn:Mr.Chris Harder 200 Texas Street Fort Worth TX 76102 AUTHORIZED fZEPRESENTATIVE ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: RJNGROUP LOC#: AC R" ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED HUB International Midwest Limited RJN Group, Inc. POLICY NUMBER 200 W. Front Street Wheaton, IL 60187 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE subject to policy terms, conditions and exclusions. Cancellation provisions provided are per the terms, conditions and or exclusions of the policies shown above. ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ^ Page 1 of 1 CERTIFICATE OF LIABILITY INSURANCE FDATE 03/3 /2017 03/30/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: if the certificate holder is an ADDITIONAL INSURED,the policy(les)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Willis of Illinois, Inc. CONTACT NAME: c/o 26 Century Blvd PHONE FAX (AIC, IC No Ext): 1-877-945-7378 ('C' IC No): 1-888-467-2378 P.O. Box 305191 E-MAIL Nashville, TN 372305191 USA ADDRESS: certificates@willis.com INSURER(S)AFFORDING COVERAGE NAIC# INSURER A: Allied World Surplus Lines Insurance Company 24319 INSURED RJN Group, Inc. INSURERB: 200 West Front Street Wheaton, IL 60187 INSURER C: INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:W2116237 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDLTYPE OF INSURANCE JHM SUER POLICY NUMBER POLICY MM/D CY EXP LTR D/ YYYY LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS-MADE OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $ MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY�PRO ❑LOC PRODUCTS-COMP/OP AGG $ JECT OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ Ea accident ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ _ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED I I RETENTION$ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY Y f N STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE ❑ N/A E.L.EACH ACCIDENT $ OFFICER/MEMBEREXCLUDED7 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A Professional 03091208 08/01/2016 08/01/2017 Per Claim/Agg $3,000,000 Pollution Per Claim/Agg $3,000,000 Retro Active Date: 08/01/1994 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Fort Worth Attn: Mr. Chris Harder AUTHORIZED REPRESENTATIVE Fort Worth Water Department 200 Texas Street Fort Worth, TX 76102 G4) ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD SR ID: 14317587 BATCH: Batch #: 297845