Loading...
HomeMy WebLinkAboutContract 49066 CITY SECRETAW CITY OF FORT WORTH, TEXAS CONTRACT NO. "[ qO LP(.P STANDAR® AGREEMENT FOR PROFESSIONAL SERVICES This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality (the "CITY"), and Freese and Nichols, Inc., authorized to do business in Texas, an independent contractor ("Consultant"), for a PROJECT generally described as: Water Efficiency and Condition Assessment Program. Article I Scope of Services (1) Consultant hereby agrees to perform as an independent contractor the services set forth in the Scope of Services attached hereto as Attachment "A". These services shall be performed in connection with Water Efficiency and Condition Assessment Program. (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 $195,413.00 unless the City and the Consultant mutually agree upon a fee amount for additional services and amend this Agreement accordingly. The Consultant shall provide monthly invoices to the City. Payment for services rendered shall be due within thirty (30) days of the uncontested performance of the particular services so ordered and receipt by City of Consultant's invoice for payment of same. Acceptance by Consultant of said payment shall operate as and shall release the City from all claims or liabilities under this Agreement for anything related to, done, or furnished in connection with the services for which payment is made, including any act or omission of the City in connection with such services. City of Fort Worth,Texas OFFICIAL RECORD t N c s Standard Agreement for Professional Services ,- Revision Date:912412014 (;,Ty$�GMA Page 1 of 8 �r Article III Term Unless terminated pursuant to the terms-herein, this Agreement shall be for a term of Twelve (12), beginning upon the date of its execution, or until the completion of the subject matter contemplated herein, whichever occurs first. Article IV Independent Contractor Consultant shall operate hereunder as an independent contractor, and not as an officer, agent, servant, or employee of the City. Consultant shall have exclusive control of and the exclusive right to control the details of its work to be performed hereunder and all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, employees, contractors and subcontractors. The doctrine of respondent superior shall not apply as between City and Consultant, its officers, agents, employees, contractors, and subcontractors, and nothing herein shall be construed as creating a partnership or joint venture between City and Consultant. Article V Professional Competence and Indemnification (1) Work performed by Consultant shall comply in all aspects with all applicable local, state and federal laws and with all applicable rules and regulations promulgated by the local, state and national boards, bureaus and agencies. Approval by the City shall not constitute or be deemed to be a release of the responsibility and liability of Consultant or its officers, agents, employees, contractors and subcontractors for the accuracy and competency of its services performed hereunder. (2) In accordance with Texas Local Government Code Section 271.904, the Consultant shall indemnify, hold harmless, and defend the City against liability for any damage caused by or resulting from an act of negligence, intentional tort, intellectual property infringement, or failure to pay a subcontractor or supplier committed by the Consultant or Consultant's agent, consultant under contract, or another entity over which the Consultant's exercises control. City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:9/24/2014 Page 2 of 8 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 $12,000,000 aggregate Automobile Liability $1,000,000 each accident (or reasonably equivalent limits of coverage if written on a split limits basis). Coverage shall be on any vehicle used in the course of the Project. Worker's Compensation Coverage A: statutory limits Coverage B: $100,000 each accident $500,000 disease - policy limit $100,000 disease - each employee (2) Additional Insurance Requirements a. Except for employer's liability insurance coverage under Consultant's worker's compensation insurance policy, the City, its officers, employees and servants shall be endorsed as an additional insured on Consultant's insurance policies. b. Certificates of insurance shall be delivered to the Water Department, Attention: John Kasavich, 200 Texas Street, Fort Worth, TX 76102, prior to commencement of work. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:9/24/2014 Page 3 of 8 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 Vlll! Termination of Contract (1) City may terminate this Agreement for its convenience on 30 days' written notice. Either the City or the Consultant for cause may terminate this Agreement if either Party fails substantially to perform through no fault of the other and does not City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:9/24/2014 Page 4 of 8 commence correction of such nonperformance with 5 days of written notice and diligently complete the correction thereafter (2) If City chooses to terminate this Agreement under Article 8, upon receipt of notice of termination, Consultant shall discontinue services rendered up to the date of such termination and City shall compensate Consultant based upon calculations in Article 2 of this Agreement and Exhibit "B" attached hereto and incorporated herein. (3) All reports, whether partial or complete, prepared under this Agreement, including any original drawings or documents, whether furnished by the City, its officers, agents, employees, consultants, or contractors, or prepared by Consultant, shall be or become the property of the City, and shall be furnished to the City prior to or at the time such services are completed, or upon termination or expiration of this Agreement. Article IX Right to Audit (1) Consultant agrees that the City shall, until the expiration of three (3) years after final payment under this Agreement, have access to and the right to examine any directly pertinent books, documents, papers and records of Consultant involving transactions relating to this Agreement. Consultant agrees that the City shall have access during normal working hours to all necessary facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. City shall give Consultant reasonable advance notice of intended audits. (2) Consultant further agrees to include in all its subcontracts hereunder, a provision to the effect that the subcontracting consultant agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and records of such sub-consultant, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all sub- consultant facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article. City shall give Consultant and any sub-consultant reasonable advance notice of intended audit. (3) Consultant and sub-consultants agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Consultant for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:9/24/2014 Page 5 of 8 Article X Minority Business and Small Business Enterprise (MBE)(SBE) Participation In accordance with the City's Business Diversity Enterprise Ordinance No. 20020-12-2011, as amended, the City has goals for the participation of minority business enterprises and/or small business enterprises in City contracts. Consultant acknowledges the MBE and SBE goals established for this Agreement and its accepted written commitment to MBE and SBE participation. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Consultant may result in the termination of this Agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. Article XI Observe and Comply Consultant shall at all times observe and comply with all federal, state, and local laws and regulations and with all City ordinances and regulations which in any way affect this Agreement and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. Consultant agrees to defend, indemnify and hold harmless City and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. Form 1295 Certification No. 2016-131077 Article XII Venue and Jurisdiction If any action, whether real or asserted, at law or in equity, arises on the basis of any provision of this Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas — Fort Worth Division. This Agreement shall be construed in accordance with the laws of the State of Texas. Article XIII Contract Construction The Parties acknowledge that each party and, if it so chooses, its counsel have reviewed City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:9/24/2014 Page 6 of 8 and revised this Agreement and that the normal rule of construction to the effect that any ambiguities are to be resolved against the drafting party must not be employed in the interpretation of this Agreement or any amendments or exhibits hereto. Article XIV Severability The provisions of this Agreement are severable, and if any word, phrase, clause, sentence, paragraph, section or other part of this Agreement or the application thereof to any person or circumstance shall ever be held by any court of competent jurisdiction to be invalid or unconstitutional for any reason, the remainder of this Agreement and the application of such word, phrase, clause, sentence, paragraph, section, or other part of this Agreement to other persons or circumstances shall not be affected thereby and this Agreement shall be construed as if such invalid or unconstitutional portion had never been contained therein. Article XV Notices Notices to be provided hereunder shall be sufficient if forwarded to the other Party by hand-delivery or via U.S. Postal Service certified mail return receipt requested, postage prepaid, to the address of the other Party shown below: City of Fort Worth Attn: Water Department 200 Texas Street Fort Worth, Texas 76102 Consultant: Freese and Nichols, Inc. Attn: Jessica Brown, P. E., Vice President 4055 International Plaza Ste. 200 Fort Worth Texas, 76109 Article XVI Headings The headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of this Agreement City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:9/24/2014 Page 7 of 8 Article XVII Counterparts This Agreement may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. Executed and effective this the day ofpvl 2017. BY: BY: CITY OF FORT WORTH ENGINEER Freese and Nich Inc. fm` / Jesus J. Chapa essica Brown, P. E. Assistant City Manager ice President Date: / ;' J) Date: S / APPROVAL RECOMMENDED: By: C1,2 /,/ Chris Harder, P. E. Assistant Director, Water Department APPROVED AS TO FORM AND LEGALITY M&C No..- C-28215 By: LM&C Date- May 2, 2017 _ ��Q Douglas W. Black Senior Assistant City Attorney ATTEST: ary J. le City Secretary ;y OFFICIAL RECORD City of Fort Worth,Texas CITY SECRETARYStandard Agreement for Professional Services Revision Date:9/24/2014 WORTH Page 8 of 8 I TK Contract Compliance Manager By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Signature Name of Employee Title r013VICHOLS FORTWORTH., ATTACHMENT A City of Fort Worth Water Department Water Efficiency and Condition Assessment Program Phase 1 Scope of Services 3/22/2017 Project Understanding: The Fort Worth Water Department (FWWD) has retained Freese and Nichols (FNI) to develop a Water Efficiency Condition Assessment Program (WECAP). The Fort Worth water distribution system consists of approximately 3,500 miles of pipe, with an average age of 31 years. In 2014, Water Department staff geocoded all available work orders related to water main breaks or leaks from 1971 to the present (approximately 43,000 breaks/leaks). All work orders associated with a water main break or leak were assigned to a specific main segment in the City's GIS database. With this initial data intensive work complete, FNI understands that the FWWD desires to have a sustainable tool to identify water lines for renewal and further field investigations for budgeting and coordination with the rehabilitation needs in the sewer system and with other departments, such as Transportation and Public Works (T/PW). Phase 1 will apply InfoMaster to assign risk scores for all the water lines and include a rebuild of the hydraulic water model which links to GIS. The WECAP program is a proactive approach that utilizes a support decision-making tool for identifying and prioritizing inspection, rehabilitation and renewal strategies for raw water transmission and water distribution pipelines. Below are the outlined tasks for Phase 1 of the WECAP project. WECAP Phase 1 Scope of Work(Water model update and InfoMaster development for the water system): ® Task A: Develop Goals and Purpose of WECAP and Develop Citywide Multi-Year Work Plan o Task B: All Pipes Hydraulic Water Model Rebuild to allow for One-One Connectivity with GIS and InfoMaster Software ® Task C: Risk Based Assessment of all water lines (Condition and Criticality) using InfoMaster Software Task A. Project Management Services and Development of Goals and Purpose of WECAP A.1 Administration: Perform general administration duties with the project,including progress meeting scheduling,general correspondence, office administration,and monthly invoicing. A.2 Prepare Data,Mapping,and Presentation for Workshop: FNI will work with FWWD to develop data, mapping and a presentation for the kick-off to the Water Efficiency and Condition Assessment Program as well as the Strategic Visioning Workshop. A.3 Project Kick-off Meeting and Strategic Visionink Workshop: FNI will conduct a project kick-off meeting and a strategic visioning workshop with FWWD to discuss and solicit input for objectives and goals of WECAP. The workshop will include Asset Management concepts and principles. The 3/22/2017 Page 1 of 5 W NICHOLS FORTWORTH. team will discuss risk based renewal prioritization strategies, and review available condition and work order data for raw water transmission and water distribution lines.The team will also discuss condition and criticality parameters and scoring system to be used in risk based assessment approach to water infrastructure prioritization. A.4 Document Control: FNI has established Document Control procedures to enable proper recordkeeping and retrieval.The Document Control procedures use a standardized electronic and paper file index,set up at the outset of the project.Protocols are observed for electronic and paper records, confidentiality and security, and proper distribution and retention. Documents will be assigned unique names and the filename and path included in the footer of each document. A.5 Monthly Progress Reports: A Monthly Status Report will be submitted, summarizing progress against specific tasks and scheduled tasks to be accomplished in the upcoming month; outlining upcoming key decisions which will require input from, or discussion with, City staff; and listing any problems or unresolved issues. A.6 Data Collection: FNI will compile information from the City including GIS files, as-built,work order data and preliminary design drawings for projects currently under design. A.7 Develop Multi-Year Work Plan: FNI will develop an overall work plan for WECAP. FNI will develop a yearly budget of the prioritized raw water transmission and distribution lines 16-inches and larger based on the inspection technology required, pipe wall research, remaining useful life scoring and program management. FNI will summarize work plan in a technical memorandum and provide five (5) copies. Task B.City-wide All Pipes Water Model Rebuild B.1 Evaluate GIS for Completeness for Developing All-Pipes Water Model: FNI will analyze water GIS information and historical mapping data to determine additional attribute data needs or connectivity corrections needed for water model development. FWWD staff will assist with the evaluation and provide,recommendations for GIS modifications. B.2 Meet with WaterlT GIS personnel to Review Modifications Needed for Model Development and Maintenance:Meet with City to review GIS coverage,updating process,and available attribute data and to discuss modifications needed to support water model in the future. FWWD will verify compatibility between Innovyze InfoWater Software and MyH2O meter management software with the assistance of FNI staff. B.3 Conduct Modifications to GIS Data to Fix Connectivity Problems throughout Selected Water Lines: FNI will run node connection routines on all selected lines to be modeled and conduct adjustments to fix all connectivity problems. Initial connectivity issues will be addressed in the model or GIS data, but all subsequent geometric network modifications will occur in the GIS platform by FWWD staff. 3/22/2017 Page 2 of 5 ®N ICH FORTWORTH. B.4 Develop Water System Model to Include All Pipes: FNI will update the water model in Innovyze InfoWater software using the current GIS lines and as-built drawings of pumping, storage and control valve facilities.The all-pipes model will consist of all lines that are currently in the GIS plus recently constructed lines that may not appear in the GIS. FNI will work with FWWD staff to develop a process for identifying and flagging lines to be added to the model which are not in the current GIS database. FWWD staff will digitize recently constructed lines that may not appear in the GIS. B.5 Assign Attribute Data to Water Model Pipes and Nodes: FNI and FWWD staff will assign GIS based IDs to all nodes and pipes in the hydraulic model based on GIS Ips to maintain a 1:1 relationship. Nodes will be attributed to provide data flagging for source reference. Nodes will also be assigned a point type,elevation, pressure plane,and installation year if available. Each pipe in the hydraulic model will be assigned a diameter, roughness coefficient, and pressure plane. Additional information will include, if available, installation year, material,and x-file number. B.6 Update Facilities Data in Model: FNI will update the water model to include most current facility information such as on site piping configuration, pump curves, pumping rates, storage tank dimensions,and valve types/operating parameters. B.7 Update Diurnal Curves in Model: FNI will update the diurnal curve information for each model node in the hydraulic model. Curves include retail curves, and large users for each pressure plane as well as wholesale customer curves for each delivery point. B.3 Update Demand Distribution Based on Available Geocoding Billing Meter Data: FNI will assign and distribute water demands based on the latest round of geocoded billing meter data. FNI will utilize the data to assign demand for up to three different demand scenarios. Nodes will be attributed to provide data flagging for future reference. FWWD staff will geocode water billing meter data to be added to the water model. B.9 Update Model Scenario Controls: FNI will replicate pump and.valve controls for up to three demand scenarios to simulate operating conditions in the distribution system. FNI will use the existing GIS pressure plane value status'to identify pipes to be closed acting as divider valves between pressure planes. B.10 Verify Updated Model Simulation Status to Existing Results: FNI will run the hydraulic model and compare the results of the updated model to the existing model results, for up to three scenarios, to establish consistency and confidence in the accuracy of the updated results. Model results which will be compared include: pump station/valve flows, tank levels and cycling, and pressures from known field tested locations. B.11 Meet with FWWD to Review Updated Model: FNI will meet with FWWD staff to review and discuss the results of the updated hydraulic model. FNI will deliver a brief technical memorandum detailing model update process and changes made to the hydraulic model, A flow chart/model update schematic will be provided for future use and updating of the model. FNI will deliver an electronic copy of the updated model to the FWWD for their records and use. 3/22/2017 Page 3 of 5 r�VICHOL FORTWORTH. Task C.Raw Water and Water Distribution System Risk Based Assessment C.1 Data Evaluation and Gap Analysis: FNI will review and evaluate existing raw water transmission and water distribution pipeline data including GIS, work order history, main break history, and maintenance data to determine suitability for use of data in InfoMaster Water. FNI will identify gaps in desired data including the magnitude of effort required to collect the data and level of importance. C.2 Collect and Attribute Missing Data Identified in Gap Analysis: FNI develop a plan to collect the data gaps identified in the previous tasks. FNI will collect and attribute missing data to existing data sources to a reasonable degree of data completeness. FNI will digitize in GIS the raw water transmission lines, vaults and test stations. FWWD will be responsible for filling the gaps that require field services or changes to ESRI GIS data model or IBM Maximo. C.3 Develop Draft Condition and Criticality Scoring Parameters for Pipelines: FNI will work with FWWD to develop a draft condition and criticality scoring program in InfoMaster Water. FNI will utilize InfoMaster Water to store condition and criticality parameters. + Potential condition parameters include: o Pipe age o Pipe material o Maintenance history o Main break history o Etc. + Potential criticality data includes: o Redundancy o Number of customers served o Ease of access for repairs o Hydraulic model results o High impact customers(hospitals, schools, central business district, etc.) o Etc. C.4 Apply Condition and Criticality Scoring System: Based on available data,FNI will apply the condition and criticality scoring system to raw water and distribution pipeline network in InfoMaster Water. Each line segment will receive a condition,criticality,and overall risk score and an overall prioritized ranking of pipelines will be prepared. FNI will use InfoMaster Water to develop RBA decision logic and decision tree model to apply condition and criticality scoring system. C.5 Prepare GIS Lavers and Mapping of Condition, Criticality, and Risk Scoring: FNI will develop large scale color-coded mapping of the results of condition, criticality, and risk scoring analysis. FNI will prepare GIS layers with condition, criticality and risk scoring. C.6 Develop Risk Based Assessment Matrix: Based on the results of the condition and criticality assessment, FNI will develop a risk matrix in InfoMaster Water for pipeline assets. The risk matrix will identify the highest risk pipeline assets and characterization of risk exposure. 3/22/2017 Page 4 of 5 a"AIMOL, FORTWORTH. C.7 Develop Pipeline Renewal Strategy: FNI will work with FWWD to develop a strategy to utilize the results of the risk based assessment program to develop a prioritized water infrastructure renewal plan and CIP.Potential considerations include triggerfor CIP inclusion,funding constraints,capacity of FWWD staff,and FWWD's comfort with varying levels of risk exposure. C.R Develop Report — Phase 1 WECAP: The FNI team will prepare a report that documents the assumptions, methodology and findings of the risk based assessment approach to water infrastructure renewal. FNI will submit one(1)electronic file in PDF format of the draft and 5 (five) hard copies. C.9 Prepare Data, Mapping, and Presentation for WECAP Workshop: FNI will work with FWWD to develop data, mapping and a presentation for the workshop on the risk based assessment. C.10 Phase 1 WECAP Workshop:FNI will conduct a workshop with FWWD on assumptions,methodology and findings of the risk based assessment approach to water infrastructure renewal. C.11 Finalize Report — Phase 1 WECAP: FNI will revise the report to incorporate comments from workshop. FNI will submit ten (10) hard copies and one (1) electronic file in PDF format of the final technical memorandum. 3/22/2017 Page 5 of 5 n n n n n n nn m m m m m m m a n y a � T ti 7 R G Z S 61 a SL Q y6 y Q k a a E 6 P N A a N A A A a N N N N A N v GG J SN'i m a D OI � Ij rntA 1. N A P w N N N N O 41 7 N � q N a C�1 A T i. t` Ki a •� 4 IY e F o G' a F igm C Yf pi V Of N J Ot G N OD d J m m J O A A A n V Y b A A PI t W J P V �W W 1n T pAi w V��O N p�i N Ui N W N N N N In I' _y N Z s w Y m W W A N b 4 4Ji� H b P m ® O N N m A m r Ip N iM1 N tM1 Ih 4 H Q • _ s � F 6 a 9 n In N N in (n N C 3 3 Iw ■ vml IA N J O C]J In J pp4 m b`+b b 10 b IB m b 8® p. Ubi vbi 3 s at e X m 3 Ii V ATTACHMENT 821 RATE SCHEDULE Compensation to Freese and Nichols shall be based on the following Schedule of Charges. Schedule of Charc►es: Position Min Max Professional-1 74 123 Professional-2 105 158 Professional-3 126 204 Professional-4 154 223 Professional-5 187 268 Professional-6 196 370 Construction Manager-1 94 120 Construction Manager-2 109 167 Construction Manager-3 160 189 Construction Manager-4 168 246 CAD Technician/Designer-1 65 116 CAD Technician/Designer-2 96 145 CAD Technician/Designer-3 125 186 Corporate Project Support-1 40 121 Corporate Project Support-2 74 144 Corporate Project Support-3 92 293 Intern/Coop 40 72 Rates for In-House Services Travel Sulk Printing and Reproduction Standard IRS Rates S&W Color Small Format(percopy) $0.10 $0.25 Large Format(per sq.ft.) Bond $0.25 $0.75 Glossy IMylar $0.75 $1.25 Vinyl/Adhesive $1.50 $2.00 Mounting(per sq.n.) $2.00 Binding(per binding) $0.25 OTHER DIRECT EXPENSES: Other direct expenses are reimbursed at actual cost times a multiplier of 1.10. They include outside printing and reproduction expense, communication expense, travel, transportation and subsistence away from the FNI office and other miscellaneous expenses directly related to the work, including costs of laboratory analysis, test, and other work required to be done by independent persons other than staff members. For Resident Representative services performed by non-FNI employees and CAD services performed In-house by non-FNI employees where FNI provides workspace and equipment to perform such services,these services will be billed at cost times a multiplier of 2.0.This markup approximates the cost to FNI if an FNI employee'was performing the same or similar services. These ranges and rates will be adjusted annually in February. Last updated February 2017. 356022017 CHANGES AND AMENDMENTS TO STANDARD AGREEMENT WATER EFFICIENCY AND CONDITION ASSESSMENT PROGRAM AND WATER PIPELINE RISK MODEL DEVELOPMENT None Consulting Contract Schedule Specifications FORTWORTH City of Fort Worth Capital Improvement Program -- —Project Schedule This PROTECT requires a Tier 12 month schedule as defined herein and in the Cittl's Schedule Guidance Document. D1. CONSULTING SERVICES SCHEDULE DEVELOPMENT: The CONSULTANT shall prepare schedules for consulting services that meet the requirements described in this specification, showing by Critical Path Method (CPM) the planned sequence and timing of the Work associated with the Agreement. All submittals shall be submitted in PDF format, and schedule files shall also be submitted in native file format (i.e. file formats associated with the scheduling software). The approved scheduling software systems for creating the schedule files are: — Primavera (Version 6.1 or later or approved by CITY) — Primavera Contractor(Version 6.1 or later or approved by CITY) — Microsoft Project(Version 2003/2007 or later or approved by CI TY)(PHASING OUT) D2. BASELINE CONSULTING SERVICES SCHEDULE: Following notice-to-proceed, the CONSULTANT shall develop, submit and review the draft detailed baseline consulting services schedule with the CITY to demonstrate the CONSULTANT's understanding of the Agreement requirements and approach for performing the work. The CONSULTANT will prepare the final detailed baseline consulting services schedule based on CITY comments,if any, and submit to the CITY no later than the submittal of the first project invoice. The following guidelines shall be adhered to in preparing the baseline schedule, and as described in further detail in the CITY's Schedule Guidance Document. a. The scope shall be subdivided by work breakdown structure (WBS) representing the tasks,subtasks, and activities associated with delivering the work. b. The schedule shall accurately describe the major work activities,key milestones, and dependencies/relationships as appropriate to the work. c. The schedule should include appropriate meetings, review periods, critical decision points,including third party utility dependencies and reviewing agencies. D3. PROGRESS CONSULTING SERVICES SCHEDULE: The CONSULTANT shall prepare and submit monthly to the CITY for approval the updated schedule in accordance with DI 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: o Changes in the critical path, o Expected schedule changes, o Potential delays, • Opportunities to expedite the schedule, o 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 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. ■r . ■ 6 r■■ ■rr d i r . ' � E a CL cu to .. cI o a c u > ca «_ mtl a ml ,m s, • �m u _� �I'W N � c a � T Q, >• ml u! a a. c ° o Q,� a m;n o c.anl e� c,�= mI a E YI a m �; of E a ¢ N m u m c - o '-^ >, ?i E' mi'ml ;, c m mi N m' ml ZI " I c c o1 a o vi m v;a a +° L' • - v ai:m > �I G ° D m, a. p! = J.c m a °�' a p o ,a`; aI ar�!I a �, uI a m vr�'��i.?I � �' u° cj Im o m v SII _ E �i a): CL v''3� IIIa a C7 r o a v .c �.. c m a _ O�a Q um."OI 0 a� 2 aL.. I�� m,;0 Nil pi cc al m; in r c - m 3 v m o _ a ;;I ;; �i a ��;3 W I ij o c u� m o e c' o v a s mr,a a' cn'm 'm, m c m �i«� m a > r`a rn a'a mL r0 wal= o I > m °I a al c o > �,ja v a c vl a }.f0. > v ai Q �c >, > > a m m m a > alj o a n a a a - aj d� a m ° a a ° a a a d t E- Iw ��,� 21V in�;�i:>��� O�ly�G ajlQl,n oc Di OI 0� a a�ii! I - �o �4 w i( m v� 1�m� m l m m m m m m m m I cr m u u 'ul u l u' u j ul ui n n n T T T C C C 7 3 7 • Ln Cl) v v v ul r. n n n O O O C C C 7 � 3 O O O (p lDfD n n n � � w o v v H O O O d v d O O O C C C 7 7 3 rr rt 'r C C C O O O (D fD (D D 3 0 � N• City rt Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 5/2/2017 DATE: Tuesday, May 2, 2017 REFERENCE NO.: **C-28215 LOG NAME: 60WECAP-FNI SUBJECT: Authorize Agreement in the Amount of$195,413.00 with Freese & Nichols, Inc., for the Water Efficiency and Condition Assessment Program (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council authorize execution of an Agreement in the amount of $195,413.00 with Freese & Nichols Inc., for the Water Efficiency and Condition Assessment Program and Water Pipeline Risk Model Development. DISCUSSION: On August 26, 2008, Mayor and Council Communication (M&C C-22997) the City Council authorized an agreement with Freese & Nichols Inc., to update the Wastewater System Master Plan. This update included the development of a risk-based assessment on gravity sewer mains, force mains, and lift stations. From the risk resuIts,recommendations were developed for pipeline inspection and pipeline renewal programs, along with the associated cost impacts. This agreement would develop a similar risk-based model for the water distribution system. The Water Efficiency and Condition Assessment Program (WECAP) would include prioritizing pipeline inspection, and pipeline renewal program. The WECAP project is a multi-phase project with the initial phase consisting of the following: - Develop a multi-year work plan, including an annual budget for inspection, prioritized water main replacements, and remaining useful life scoring parameters - Develop water system model to include all distribution pipelines and update water demand distribution - Develop condition and criticality scoring parameters for pipeline replacement - Develop risk-based assessment to identify high risk water pipelines - Develop a report that documents the methodology and recommendations from the risk-based assessment model. Future phases of WECAP will consist of further development of the water risk-based model, development of an inspection program for condition assessment of large diameter raw water and distribution mains, development of a prioritized leak detection and survey program and long-term funding for the renewal program. M/WBE Office:A waiver of the goal for MBE/SBE subcontracting requirements was requested by Department and approved by the M/WBE Office, in accordance with the BDE Ordinance, because the purchase of goods or services from source(s) where subcontracting or supplier opportunities are negligible. The project affects ALL COUNCIL DISTRICTS. http://apps.cfwnet.org/ecouncil/printme.asp?id=24578&print=true&DoeType=Print 5/3/2017 FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current operating budget, as appropriated, of the Water and Sewer Fund and that prior to an expenditure being made,the Water Department has the responsibility to validate the availability of funds. FUND IDENTIFIERS (FIDs): TO Fund Department ccoun Project Program ctivity Budget Reference # moun ID ID Year (Chartfield 2) FROM Fund Department ccoun Project JProgram ctivity Budget Reference# moun ID ID Year (Chartfieh 2) CERTIFICATIONS: Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: John Carman (8246) Additional Information Contact: John Kasavich (8480) ATTACHMENTS 1. 60M257P2A2 APAI Form 1295.pdf (Public) 2. 60WECAP FIN Waiver.pdf (CFW Internal) 3. 60WECAP FN FID Table.pd (CFW Internal) 4. SAM Freese Nichols Inc.pd (CFW Internal) http://apps.cfwnet.org/ecouncil/Printmc.asp?id=24578&print=true&DoeType=Print 5/3/2017 CERTIFICATE OF INTERESTED PARTIES FORM 3.295 1 of 1 7-7 Complete Nos.l-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. 2016-131077 Alan Plummer Associates, 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 11/01/2016 being filed. City of Fort Worth 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. 01227 Upper and Middle Village Creek Parallel Relief Main-257,Part 2 Amendment No. 2 4 Nature of interest Name of Interested Party City,State,Country(place of business (check applicable) Controlling Intermediary Plummer,Alan Fort Worth,TX United States X McDonald, Ellen Fort Worth,TX United States X Coonan,Steve Austin,TX United States X Tucker,Alan Fort Worth,TX United States X Glass, Peggy Austin,TX United States X Davis,Alan Fort Worth,TX United States X Hunt, Rex Austin,TX United States X Gudal, David Fort Worth,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. ADRIAN DREW R MY COMMISSION EXPIRES NsfYaitW 30,2019 Signatu on d agent of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE /i JJ Sworn to and subscribed before me,by the said bavt d bud G 4 I this the day of o\(. 20JJQ _,to certify which,witness my hand and seal of office. Od Ain m-Qn Qo-) Adrian by-am Pmicf wyla ami MM r Signature of officer administering oath Printed name of officer administering oath J Title of offid4 administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277