Loading...
HomeMy WebLinkAboutContract 49896 CITY SECRETARY CONTRACT NO. q� CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING RELATED PROFESSIONAL SERVICES This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality (the "CITY"), and Alan Plummer Associates, Inc., authorized to do business in Texas, (the "ENGINEER"), for a PROJECT generally described as: Rolling Hills WTP Sludge Dewatering Assessment. Article I Scope of Services S- a The Scope of Services is set forth in Attachment A. Article II % >v Compensation The ENGINEER's compensation shall be in the amount of $129,000 as set forth in Attachment B. Article III Terms of Payment Payments to the ENGINEER will be made as follows: A. Invoice and Payment (1) The Engineer shall provide the City sufficient documentation, including but not limited to meeting the requirements set forth in Attachment D to this AGREEMENT, to reasonably substantiate the invoices. (2) The ENGINEER will issue monthly invoices for all work performed under this AGREEMENT. Invoices are due and payable within 30 days of receipt. (3) Upon completion of services enumerated in Article I, the final payment of 12 Artaa�j any balance will be due within 30 days of receipt of the final invoice. CO ( w In the event of a disputed or contested billing, only that portion so contesterl coo Lr) Q`'G� aand Wee or Engineering Related Design Services EORDICT� `� R i:' ofs ARYTX �Yy Wd Z %"*'� will be withheld from payment, and the undisputed portion will be paid. The CITY will exercise reasonableness in contesting any bill or portion thereof. No interest will accrue on any contested portion of the billing until mutually resolved. (5) If the CITY fails to make payment in full to ENGINEER for billings contested in good faith within 60 days of the amount due, the ENGINEER may, after giving 7 days' written notice to CITY, suspend services under this AGREEMENT until paid in full. In the event of suspension of services, the ENGINEER shall have no liability to CITY for delays or damages caused the CITY because of such suspension of services. Article IV Obligations of the Engineer Amendments to Article IV, if any, are included in Attachment C. A. General The ENGINEER will serve as the CITY's professional engineering representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto. B. Standard of Care The ENGINEER shall perform its services: (1) with the professional skill and care ordinarily provided by competent engineers practicing in the same or similar locality and under the same or similar circumstances and professional license; and (2) as expeditiously as is prudent considering the ordinary professional skill and care of a competent engineer. C. Subsurface Investigations (1) The ENGINEER shall advise the CITY with regard to the necessity for subcontract work such as special surveys, tests, test borings, or other subsurface investigations in connection with design and engineering work to be performed hereunder. The ENGINEER shall also advise the CITY concerning the results of same. Such surveys, tests, and investigations shall be fumished by the CITY, unless otherwise specified in Attachment A. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 2 of 17 (2) In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect the total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER. D. Preparation of Engineering Drawings The ENGINEER will provide to the CITY the original drawings of all plans in ink on reproducible mylar sheets and electronic files in .pdf format, or as otherwise approved by CITY, which shall become the property of the CITY. CITY may use such drawings in any manner it desires; provided, however, that the ENGINEER shall not be liable for the use of such drawings for any project other than the PROJECT described herein. E. Engineer's Personnel at Construction Site (1) The presence or duties of the ENGINEER's personnel at a construction site, whether as on-site representatives or otherwise, do not make the ENGINEER or its personnel in any way responsible for those duties that belong to the CITY and/or the CITY's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The ENGINEER and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. (2) Except to the extent of specific site visits expressly detailed and set forth in Attachment A, the ENGINEER or its personnel shall have no obligation or responsibility to visit the construction site to become familiar with the progress or quality of the completed work on the PROJECT or to determine, in general, if the work on the PROJECT is being performed in a manner indicating that the PROJECT, when completed, will be in accordance with the Contract Documents, nor shall anything in the Contract Documents or the agreement between CITY and ENGINEER be construed as requiring ENGINEER to make exhaustive or continuous on-site inspections to City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 3 of 17 discover latent defects in the work or otherwise check the quality or quantity of the work on the PROJECT. If the ENGINEER makes on-site observation(s) of a deviation from the Contract Documents, the ENGINEER shall inform the CITY. (3) When professional certification of performance or characteristics of materials, systems or equipment is reasonably required to perform the services set forth in the Scope of Services, the ENGINEER shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required in the Contract Documents. F. Opinions of Probable Cost, Financial Considerations, and Schedules (1) The ENGINEER shall provide opinions of probable costs based on the current available information at the time of preparation, in accordance with Attachment A. (2) In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, the ENGINEER has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, the ENGINEER makes no warranty that the CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from the ENGINEER's opinions, analyses, projections, or estimates. G. Construction Progress Payments Recommendations by the ENGINEER to the CITY for periodic construction progress payments to the construction contractor will be based on the ENGINEER's knowledge, information, and belief from selective sampling and observation that the work has progressed to the point indicated. Such recommendations do not represent that continuous or detailed examinations have been made by the ENGINEER to ascertain that the construction contractor has completed the work in exact accordance with the Contract Documents; that the final work will be acceptable in all respects; that the ENGINEER has made an examination to ascertain how or for what purpose the construction contractor has used the moneys paid; that title to any of the work, materials, or equipment has passed to the CITY free and clear of liens, claims, security interests, or encumbrances; or that there are not other matters at issue between the CITY and the construction contractor that City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 4 of 17 affect the amount that should be paid. H. Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. The ENGINEER is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. I. Minority Business and Small Business Enterprise (MBE)(SBE) Participation In accord with the City of Fort Worth Business Diversity Ordinance No. 20020-12-2011, as amended, the City has goals for the participation of minority business enterprises and/or small business enterprises in City contracts. Engineer acknowledges the MBE and SBE goals established for this contract and its accepted written commitment to MBE and SBE participation. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Engineer may result in the termination of this Agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. J. Right to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of five (5) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the ENGINEER involving transactions relating to this contract. ENGINEER agrees that the CITY shall have access during normal working hours to all necessary ENGINEER facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The CITY shall give ENGINEER reasonable advance notice of intended audits. (2) ENGINEER further agrees to include in all its subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shall, until the expiration of five (5) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subconsultant, involving transactions to the subcontract, and further, that the CITY shall have access during normal working hours to all subconsultant facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 5 of 17 together with subsection (3) hereof. CITY shall give subconsultant reasonable advance notice of intended audits. (3) ENGINEER and subconsultant agree to photocopy such documents as may be requested by the CITY. The CITY agrees to reimburse ENGINEER for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. K. INSURANCE (1) ENGINEER'S INSURANCE a. Commercial General Liability — the ENGINEER shall maintain commercial general liability (CGL) and, if necessary, commercial umbrella insurance with a limit of not less than $1,000,000.00 per each occurrence with a $2,000,000.00 aggregate. If such Commercial General Liability insurance contains a general aggregate limit, it shall apply separately to this PROJECT or location. i. The CITY shall be included as an insured with all rights of defense under the CGL, using ISO additional insured endorsement or a substitute providing equivalent coverage, and under the commercial umbrella, if any. This insurance shall apply as primary insurance with respect to any other insurance or self- insurance programs afforded to the CITY. The Commercial General Liability insurance policy shall have no exclusions or endorsements that would alter or nullify: premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained within the policy, unless the CITY specifically approves such exclusions in writing. ii. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the commercial general liability or commercial umbrella liability insurance maintained in accordance with this agreement. b. Business Auto — the ENGINEER shall maintain business auto liability and, if necessary, commercial umbrella liability insurance with a limit of not less than $1,000,000 each accident. Such insurance shall cover liability arising out of "any auto", including owned, hired, and non-owned autos, when said vehicle is used in the course of the PROJECT. If the engineer owns no vehicles, coverage for hired or non-owned is acceptable. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 6 of 17 i. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the business auto liability or commercial umbrella liability insurance obtained by ENGINEER pursuant to this agreement or under any applicable auto physical damage coverage. c. Workers' Compensation —ENGINEER shall maintain workers compensation and employers liability insurance and, if necessary, commercial umbrella liability insurance with a limit of not less than $100,000.00 each accident for bodily injury by accident or $100,000.00 each employee for bodily injury by disease, with $500,000.00 policy limit. i. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by workers compensation and employer's liability or commercial umbrella insurance obtained by ENGINEER pursuant to this agreement. d. Professional Liability — the ENGINEER shall maintain professional liability, a claims-made policy, with a minimum of $1,000,000.00 per claim and aggregate. The policy shall contain a retroactive date prior to the date of the contract or the first date of services to be performed, whichever is earlier. Coverage shall be maintained for a period of 5 years following the completion of the contract. An annual certificate of insurance specifically referencing this project shall be submitted to the CITY for each year following completion of the contract. (2) GENERAL INSURANCE REQUIREMENTS a. Certificates of insurance evidencing that the ENGINEER has obtained all required insurance shall be attached to this AGREEMENT prior to its execution. b. Applicable policies shall be endorsed to name the CITY an Additional Insured thereon, subject to any defense provided by the policy, as its interests may appear. The term CITY shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. c. Certificate(s) of insurance shall document that insurance coverage specified in this agreement are provided under applicable policies documented thereon. d. Any failure on part of the CITY to attach the required insurance City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 7 of 17 documentation hereto shall not constitute a waiver of the insurance requirements. e. A minimum of thirty (30) days notice of cancellation or material change in coverage shall be provided to the CITY. A ten (10) days notice shall be acceptable in the event of non-payment of premium. Notice shall be sent to the respective Department Director (by name), City of Fort Worth, 200 Texas Street, Fort Worth, Texas 76102. f. Insurers for all policies must be authorized to do business in the State of Texas and have a minimum rating of A:V or greater, in the current A.M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. g. Any deductible or self insured retention in excess of $25,000.00 that would change or alter the requirements herein is subject to approval by the CITY in writing, if coverage is not provided on a first-dollar basis. The CITY, at it sole discretion, may consent to alternative coverage maintained through insurance pools or risk retention groups. Dedicated financial resources or letters of credit may also be acceptable to the CITY. h. Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. i. The CITY shall be entitled, upon its request and without incurring expense, to review the ENGINEER's insurance policies including endorsements thereto and, at the CITY's discretion; the ENGINEER may be required to provide proof of insurance premium payments. j. Lines of coverage, other than Professional Liability, underwritten on a claims-made basis, shall contain a retroactive date coincident with or prior to the date of the contractual agreement. The certificate of insurance shall state both the retroactive date and that the coverage is claims-made. k. Coverages, whether written on an occurrence or claims-made basis, shall be maintained without interruption nor restrictive modification or changes from date of commencement of the PROJECT until final payment and termination of any coverage required to be maintained after final payments. I. The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 8 of 17 m. Sub consultants and subcontractors to/of the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably equivalent insurance coverage as required for the ENGINEER. When sub consultants/subcontractors maintain insurance coverage, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. L. Independent Consultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. The doctrine of respondeat superior shall not apply. M. Disclosure The ENGINEER acknowledges to the CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interest, direct or indirect, in property abutting the proposed PROJECT and business relationships with abutting property cities. The ENGINEER further acknowledges that it will make disclosure in writing of any conflicts of interest that develop subsequent to the signing of this contract and prior to final payment under the contract. N. Asbestos or Hazardous Substances (1) If asbestos or hazardous substances in any form are encountered or suspected, the ENGINEER will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. (2) If asbestos or other hazardous substances are suspected, the CITY may request the ENGINEER to assist in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. O. Permitting Authorities - Design Changes If permitting authorities require design changes so as to comply with published design criteria and/or current engineering practice standards which the ENGINEER should have been aware of at the time this Agreement was executed, the ENGINEER shall revise plans and specifications, as required, at its own cost and expense. However, if design changes are required due to the changes in the permitting authorities' published design criteria and/or practice standards criteria which are published after the date of this Agreement which the ENGINEER could not have been reasonably aware of, the ENGINEER shall notify the CITY of such changes and an adjustment in compensation will be made through an City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 9 of 17 amendment to this AGREEMENT. P. Schedule ENGINEER shall manage the PROJECT in accordance with the schedule developed per Attachment D to this AGREEMENT. Article V Obligations of the City Amendments to Article V, if any, are included in Attachment C. A. City-Furnished Data ENGINEER may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. B. Access to Facilities and Property The CITY will make its facilities accessible to the ENGINEER as required for the ENGINEER's performance of its services. The CITY will perform, at no cost to the ENGINEER, such tests of equipment, machinery, pipelines, and other components of the CITY's facilities as may be required in connection with the ENGINEER's services. The CITY will be responsible for all acts of the CITY's personnel. C. Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights- of-way, and access necessary for the ENGINEER's services or PROJECT construction. D. Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule prepared in accordance with Attachment D. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 10 of 17 E. Prompt Notice The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. F. Asbestos or Hazardous Substances Release. (1) CITY acknowledges ENGINEER will perform part of the work at CITY's facilities that may contain hazardous materials, including asbestos containing materials, or conditions, and that ENGINEER had no prior role in the generation, treatment, storage, or disposition of such materials. In consideration of the associated risks that may give rise to claims by third parties or employees of City, City hereby releases ENGINEER from any damage or liability related to the presence of such materials. (2) The release required above shall not apply in the event the discharge, release or escape of hazardous substances, contaminants, or asbestos is a result of ENGINEER's negligence or if ENGINEER brings such hazardous substance, contaminant or asbestos onto the project. G. Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the provisions of Article IV.E. regarding the ENGINEER's Personnel at Construction Site, and provisions providing for contractor indemnification of the CITY and the ENGINEER for contractor's negligence. H. Contractor Claims and Third-Party Beneficiaries (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain no direct action against the ENGINEER, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the CITY will be the beneficiary of any undertaking by the ENGINEER." (2) This AGREEMENT gives no rights or benefits to anyone other than the CITY and the ENGINEER and there are no third-party beneficiaries. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 11 of 17 (3) The CITY will include in each agreement it enters into with any other entity or person regarding the PROJECT a provision that such entity or person shall have no third-party beneficiary rights under this Agreement. (4) Nothing contained in this Section H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER. I. CITY's Insurance (1) The CITY may maintain property insurance on certain pre-existing structures associated with the PROJECT. (2) The CITY will ensure that Builders Risk/[nstallation insurance is maintained at the replacement cost value of the PROJECT. The CITY may provide ENGINEER a copy of the policy or documentation of such on a certificate of insurance. (3) The CITY will specify that the Builders Risk/Installation insurance shall be comprehensive in coverage appropriate to the PROJECT risks. J. Litigation Assistance The Scope of Services does not include costs of the ENGINEER for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. In the event CITY requests such services of the ENGINEER, this AGREEMENT shall be amended or a separate agreement will be negotiated between the parties. K. Changes The CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect the ENGINEER's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT with appropriate CITY approval. Article VI General Legal Provisions Amendments to Article VI, if any, are included in Attachment C. A. Authorization to Proceed ENGINEER shall be authorized to proceed with this AGREEMENT upon City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 12 of 17 receipt of a written Notice to Proceed from the CITY, B. Reuse of Project Documents All designs, drawings, specifications, documents, and other work products of the ENGINEER, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. Reuse, change, or alteration by the CITY or by others acting through or on behalf of the CITY of any such instruments of service without the written permission of the ENGINEER will be at the CITY's sole risk. The CITY shall own the final designs, drawings, specifications and documents. C. Force Majeure The ENGINEER is not responsible for damages or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the control of the ENGINEER that prevent ENGINEER's performance of its obligations hereunder. D. Termination (1) This AGREEMENT may be terminated a.) for convenience only by the City on 30 days' written notice. b.) by either the CITY or the ENGINEER for cause 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 5 days of written notice or thereafter fails to diligently complete the correction. (2) If this AGREEMENT is terminated for the convenience of the City, the ENGINEER will be paid for termination expenses as follows: a.) Cost of reproduction of partial or complete studies, plans, specifications or other forms of ENGINEER'S work product; b.) Out-of-pocket expenses for purchasing electronic data files and other data storage supplies or services; c.) The time requirements for the ENGINEER'S personnel to document the work underway at the time of the CITY'S termination for convenience so that the work effort is suitable for long time storage. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 13 of 17 (3) Prior to proceeding with termination services, the ENGINEER will submit to the CITY an itemized statement of all termination expenses. The CITY'S approval will be obtained in writing prior to proceeding with termination services. E. Suspension, Delay, or Interruption to Work The CITY may suspend, delay, or interrupt the services of the ENGINEER for the convenience of the CITY. In the event of such suspension, delay, or interruption, an equitable adjustment in the PROJECT's schedule, commitment and cost of the ENGINEER's personnel and subcontractors, and ENGINEER's compensation will be made. F. Indemnification In accordance with Texas Local Government Code Section 271.904, the ENGINEER shall indemnify or hold harmless the CITY against liability for any damage committed by the ENGINEER or ENGINEER's agent, consultant under contract, or another entity over which the ENGINEER exercises control, other than liability for damage to the extent caused by or resulting from an act of negligence, intentional tort, intellectual property infringement, or failure to pay a subcontractor or supplier. CITY is entitled to recover its reasonable attorney's fees in proportion to the ENGINEER's liability. G. Assignment Neither party shall assign all or any part of this AGREEMENT without the prior written consent of the other party. H. Interpretation Limitations on liability and indemnities in this AGREEMENT are business understandings between the parties and shall apply to all the different theories of recovery, including breach of contract or warranty, tort including negligence, strict or statutory liability, or any other cause of action, except for willful misconduct or gross negligence for limitations of liability and sole negligence for indemnification. Parties mean the CITY and the ENGINEER, and their officers, employees, agents, and subcontractors. I. Jurisdiction The law of the State of Texas shall govern the validity of this AGREEMENT, its interpretation and performance, and any other claims related to it. The venue for any litigation related to this AGREEMENT shall be Tarrant County, City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 14 of 17 Texas. J. Severability and Survival If any of the provisions contained in this AGREEMENT are held for any reason to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability will not affect any other provision, and this AGREEMENT shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. Articles V.F., VI.B., VI.D., VI.F., VI.H., and VI.I. shall survive termination of this AGREEMENT for any cause. K. Observe and Comply ENGINEER shall at all times observe and comply with all federal and State laws and regulations and with all City ordinances and regulations which in any way affect this AGREEMENT and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. ENGINEER agrees to defend, indemnify and hold harmless CITY and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. Article VII Attachments, Schedules and Counterparts This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, which supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. 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. 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 City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 15 of 17 subscribed by the City's designated Assistant City Manager. BY: BY: CITY OF FORT WORTH ENGINEER Alan Plummer Associates, Inc. Jay Chapa Alan E. Davis Assistant City Manager Principal Date: // " P "/? Date: �Gf" 3 ZO f 7 APPROVAL RECOIVIIVIENDED: By:_ 9,LA4� It rShur ire ar, 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 requirements. ( z 2-0-7 Farida Goderya Sr. Project Manager City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 16 of 17 APPROVED AS TO FORM AND LEGALITY By: �-- �i-,..R. �oP-��►-ids Sr. Assistant City At n Form 1295 No. 2 `' - 2- ATTEST:ATTEST: &C No.: aryJ. r 'z ko City Secret * `* &C Date: 12 1 'XAS City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 17 of 17 ATTACHMENTA DESIGN SERVICES FOR ROLLING HILLS SLUDGE DEWATERING ASSESSMENT CITY PROJECT NO.:101001 ATTACHMENT A Scope for Engineering Design Related Services for Water and/or Sanitary Sewer Improvements DESIGN SERVICES FOR ROLLING HILLS SLUDGE DEWATERING ASSESSMENT CITY PROJECT NO.: 101001 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. Design Management Task 2. Review WTP Data and Determine WTP Sludge Volumes Task 3. Bench-Scale Testing and Process Selection Task 4. Field Trips for Equipment Observation Task 5. Impacts from Removing RHWTP Sludge from VCWRF Task 6. RHWTP Sludge Thickening and Dewatering Costs Task 7. Sludge Land Application Evaluation Task 8. Investigation of Sludge Dewatering and Disposal at the Southeast Landfill Task 9. Cost and Non-Cost Factor Comparison Task 10. Draft Report Task 11. Final Report Task 12. Meetings, Workshops, and Conference Calls TASK 1. DESIGN MANAGEMENT. ENGINEER shall ensure efficient and effective use of ENGINEER's and CITY's time and resources. ENGINEER shall manage change, • communicate effectively, ■ coordinate internally and externally as needed, and ■ proactively address issues with the CITY's Project Manager and others as necessary to make progress on the work. 1.1 The ENGINEER will provide project management activities to plan sequence, manage, coordinate, schedule, and monitor the completion of scope tasks. 1.2 The ENGINEER will prepare a project management plan including scope, budget, schedule, communication plan, project team, and file organization. 1.3 The ENGINEER will conduct internal team coordination meetings as required to accomplish the work including a minimum of one internal QC meetings. City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 1 of 6 ATTACHMENTA DESIGN SERVICES FOR ROLLING HILLS SLUDGE DEWATERING ASSESSMENT CITY PROJECT NO.:101001 1.4 The ENGINEER will provide monthly status updates to the Owner describing and showing the percent complete for scope tasks, issues, budget status, and schedule. The ENGINEER will also provide the CITY with status updates by email and/or phone once every two weeks. 1.5 The ENGINEER will coordinate, prepare, and review monthly invoices for payment by the CITY. 1.6 The ENGINEER will complete the Monthly M/WBE Report Form and Final Summary Payment Report Form at the end of the project. 1.7 The ENGINEER will maintain and update the following items on a monthly basis: Action item log; Decision log; and Project change log. 1.8 The ENGINEER will manage and coordinate the various project team members. TASK 2. REVIEW WTP DATA AND DETERMINE WTP SLUDGE VOLUMES. 2.1 The CITY will provide two years of water quality, flow, and chemical dosage data for the Rolling Hills Water Treatment Plant (RHWTP) (ferric sulfate coagulant) and Westside Water Treatment Plant (PACT coagulant). Water quality data include raw water turbidity, finished water turbidity, and sludge percent solids. Flow data include raw water, finished water, and sludge flows and daily volumes. Chemical dosage data include lime, coagulant, and polymer chemical feeds. 2.2 The CITY will provide RHWTP raw water flow projections for the 20-year planning period. 2.3 The ENGINEER will review the data from Items 2.1 and 2.2 and estimate monthly and annual sludge volume and solids production for the 20-year planning period. The ENGINEER will provide the CITY with a summary of the results. TASK 3. BENCH-SCALE TESTING AND PROCESS SELECTION. 3.1 The Engineer will compare advantages and disadvantages for up to five sludge thickening and dewatering technologies. The ENGINEER will review the comparison with the CITY during the Kickoff Meeting and select up to three thickening/dewatering technologies for bench-scale testing. The ENGINEER will also develop a list of non-cost factors for subsequent use in comparing the selected technologies. The ENGINEER will assist the CITY with reviewing and ranking the importance of non-cost factors during the Kickoff Meeting. 3.2 The ENGINEER will develop vendor testing protocols and arrange for up to two vendors of each type of selected sludge thickening/dewatering equipment to (1) perform bench-scale testing using ferric sulfate and PACI sludge and (2) provide equipment and polymer dosing recommendations including: anticipated sludge concentration and/or dewatered cake percent solids; solids capture efficiency; equipment sizing and budget pricing; and energy and major maintenance requirements. The ENGINEER will review vendor bench-scale test results and recommendations and provide the CITY with a summary of the results. The ENGINEER will also coordinate and attend up to three vendor presentations with the CITY at the RHWTP, The CITY will collect and ship samples to the selected equipment vendors. 3.3 The ENGINEER will estimate the volume and percent solids concentration for water recovered from thickening/dewatering processes. The ENGINEER will assess advantages and disadvantages of options for managing recovered water including City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 2 of 6 ATTACHMENTA DESIGN SERVICES FOR ROLLING HILLS SLUDGE DEWATERING ASSESSMENT CITY PROJECT NO.:101001 recycle and sewer discharge. The ENGINEER will provide the CITY with a summary of the evaluation. 3.4 The ENGINEER will compare the three thickening/dewatering processes based on relative construction costs and non-cost factors. The ENGINEER will provide the CITY with a summary of the evaluation. The ENGINEER will review results with the CITY during Workshop#1 and select one thickening and dewatering processes for the cost evaluation (Task 6). TASK 4. FIELD TRIPS FOR EQUIPMENT OBSERVATION. 4.1 The ENGINEER will arrange and participate in up to two, one-day site visits with the CITY to observe thickening/dewatering equipment in operation and speak with equipment operators. TASK 5. IMPACTS FROM REMOVING RHWTP SOLIDS FROM VCWRF. 5.1 The ENGINEER will review potential effects of discontinuing RHWTP sludge discharge to the sewer on VCWRF primary clarifier, digester, and dewatering equipment and water quality. The investigation will include (1) a discussion with VCWRF operations personnel and (2) a mass balance analysis. The ENGINEER will develop a list of potential impacts based on the results of the investigation and provide recommendations for future modeling, bench-scale testing, or pilot-scale testing (if appropriate). The ENGINEER will provide the CITY with a summary of the evaluation. The CITY will provide historical VCWRF data during the period when the City's WTPs changed from ferric to alum coagulants. 5.2 The CITY will provide 3 years of costs for the dewatering and disposal of sludge for the VCWRF. The ENGINEER will prepare a 20-year life cycle cost for VCWRF sludge dewatering and disposal of RHWTP solids. The life cycle cost analysis will include three scenarios reflecting low, typical, and high cost increases for power and fuel. The ENGINEER will provide the CITY with a summary of the evaluation. TASK 6. RHWTP SLUDGE THICKENING AND DEWATERING COSTS. 6.1 The ENGINEER will develop conceptual facility sizes and layouts for sludge thickening and dewatering at the RHWTP. The CITY will provide locations for the construction of thickening and dewatering facilities at the RHWTP. The ENGINEER will provide the CITY with a summary of the evaluation and discuss the conceptual layouts with the CITY during Conference Call #1. 6.2 The ENGINEER and CITY will review and select assumptions for preparing conceptual Opinions of Probable Construction Cost(OPCCs) and conceptual operation and maintenance (O&M) costs during Conference Call #1. The ENGINEER will provide planning level information on the hours per day needed to perform operation, maintenance, and sludge hauling tasks based on typical operation and maintenance requirements for the selected thickening/dewatering option. The CITY will provide the ENGINEER with CITY staffing requirements (supervisors, operators, maintenance personnel, etc.) and costs to perform the work based on CITY staffing protocols and requirements. 6.3 The ENGINEER will develop one conceptual OPCC for implementing sludge dewatering and thickening at the RHWTP and one conceptual, annual O&M cost as well as a 20-year life cycle cost. The conceptual O&M cost will include power, chemicals, major maintenance costs, and personnel costs. The OPCC, O&M, and 20- year lifecycle costs will also include an assessment of two CITY sludge disposal City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 3 of 6 ATTACHMENT A DESIGN SERVICES FOR ROLLING HILLS SLUDGE DEWATERING ASSESSMENT CITY PROJECT NO.:101001 options: landfill and land application. The landfill component assumes disposal at the Southeast Landfill, and the land application component assumes the use of existing CITY property (if available) or CITY purchase of new land. The ENGINEER will provide the CITY with a summary of the evaluation. TASK 7. SLUDGE LAND APPLICATION EVALUATION. 7.1 The ENGINEER will calculate theoretical land area requirements for the land application of RHWTP sludge during the 20-year project planning period. The ENGINEER will prepare budgetary costs for hauling and disposal of RHWTP sludge by a third party contractor from the RHWTP. The ENGINEER will also prepare budgetary costs for third party sludge dewatering and provide a summary to the CITY. The CITY will arrange for RHWTP and Westside WTP sludge sampling and testing based on guidance provided by the ENGINEER. TASK 8. INVESTIGATION OF SLUDGE DEWATERING AND DISPOSAL AT THE SOUTHEAST LANDFILL. 8.1 The ENGINEER and CITY will assess potential beneficial uses for dewatered sludge and recovered water at the Southeast Landfill. The ENGINEER will investigate options for managing excess water at the Southeast Landfill including discharge to sewer, surface discharge, and recycle to the RHWTP. The ENGINEER will provide the CITY with a summary of the evaluation. 8.2 The ENGINEER will develop conceptual facility sizes and layouts for sludge thickening and dewatering at the Southeast Landfill. The CITY will provide locations for the construction of thickening and dewatering facilities at the Southeast Landfill. The ENGINEER will discuss the conceptual layout with the CITY. 8.3 The ENGINEER will develop a conceptual pipe route between the RHWTP and Southeast Landfill. The ENGINEER will discuss the conceptual pipe route with the CITY. 8.4 The ENGINEER and CITY will review and select assumptions for preparing a conceptual OPCC and conceptual O&M cost. The ENGINEER will develop one conceptual OPCC for implementing sludge dewatering and thickening at the Southeast Landfill and one conceptual, annual O&M cost as well as a 20-year life cycle cost. The conceptual O&M cost will include power, chemicals, major maintenance costs, and personnel costs. The ENGINEER will provide the CITY with a summary of the evaluation. 8.5 The ENGINEER will review regulatory considerations for implementing sludge dewatering disposal at the Southeast Landfill including environmental and landfill permitting for the facilities and associated pipeline(s). TASK 9. COST AND NON-COST FACTOR COMPARISON. 9.1 The ENGINEER will compare cost and non-cost factors for RHWTP sludge dewatering and disposal, third-party contractor sludge dewatering and disposal, Southeast Landfill sludge dewatering and disposal, and VCWRF cost savings. TASK 10. DRAFT REPORT. 10.1 The ENGINEER will prepare a draft report documenting the study results and conclusions including bench-scale testing results, conceptual layouts and pipe routing, RHWTP cost and non-cost factor analyses, Southeast Landfill cost and non-cost factor analyses, VCWRF cost and facility impact considerations, third-party sludge City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 4 of 6 ATTACHMENTA DESIGN SERVICES FOR ROLLING HILLS SLUDGE DEWATERING ASSESSMENT CITY PROJECT NO.:101001 dewatering and disposal budget pricing, and an overall comparison of sludge dewatering and disposal options. The CITY will review the draft report and provide comments. The ENGINEER will discuss the draft report document with the CITY during the Review Meeting. TASK 11. FINAL REPORT. 11.1 The ENGINEER will address CITY comments and provide five printed copies and one electronic copy of the final report to the CITY. TASK 12. MEETINGS, WORKSHOPS, AND CONFERENCE CALLS. 12.1 Kickoff Meeting: The purpose of the meeting is to (1) discuss project deliverables, schedule, milestones, and information requests; (2) discuss and select sludge thickening and dewatering technologies for bench-scale testing; (3) review and rank non-cost factors for sludge equipment; (4) discuss vendor bench-scale testing; and (5) discuss equipment and processes the City may wish to visit and observe. The ENGINEER will prepare a meeting agenda and meeting notes. 12.2 Workshop#1: The purpose of the meeting is to (1) review bench-scale testing results; (2)select one sludge thickening and dewatering approach for the development of conceptual costs; and (3) review potential VCWRF impacts related to removing RHWTP sludge. The ENGINEER will prepare a meeting agenda and meeting notes. 12.3 Conference Call #1: The purpose of the meeting is to (1) review the conceptual solids handling facility layout, and (2) review and select assumptions for developing conceptual costs. 12.4 Review Meeting: The purpose of the meeting is to (1) review the study results and conclusions and (2) receive comments from the CITY. DELIVERABLES The following deliverables are anticipated: - Kickoff Meeting Agenda, Presentation, and Meeting Notes - Workshop#1 Agenda, Supporting Documents, and Meeting Notes - Conference Call #1 Agenda, Supporting Documents, and Meeting Notes - Draft and Final Reports with Executive Summary ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existing Scope of Services — CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above. However, ENGINEER can provide these services, if needed, upon the CITY's written request. Any additional amounts paid to the ENGINEER as a result of any material change to the Scope of the Project shall be agreed upon in writing by both parties before the services are performed. These additional services include the following: • Bench-Scale Thickening/Dewatering Equipment Testing Using Alum Sludge o ENGINEER will coordinate with pilot-scale pretreatment unit vendors to obtain a high rate plate settler unit for testing alum coagulant and generating alum sludge for bench-scale testing. The CITY will rent, install, City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 5 of 6 ATTACHMENTA DESIGN SERVICES FOR ROLLING HILLS SLUDGE DEWATERING ASSESSMENT CITY PROJECT NO.:101001 and operate the pilot equipment for 60 days to (1)collect water quality data and (2) collect and ship sludge samples to vendors. • Investigation of Treatment Options for Improving RHWTP Recovered Water Quality The ENGINEER will evaluate treatment options to improve the water quality of water recovered from the selected dewatering process. The Engineer will summarize the process assessment in a technical memorandum. • Additional Field Trips to View Thickening/Dewatering Equipment • Sludge Thickening and Dewatering Equipment Pilot Testing at the RHWTP City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 6 of 6 ATTACHMENT B COMPENSATION Engineering Services for Rolling Hills WTP Sludge Dewatering Assessment City Project No. 101001 Lump Sum Project I. Compensation A. The ENGINEER shall be compensated a total lump sum fee of $129,000 as summarized in Exhibit B-1 — Engineer Invoice and Section IV—Summary of Total Project Fees. The total lump sum fee shall be considered full compensation for the services described in Attachment A, including all labor materials, supplies, and equipment necessary to deliver the services. B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. II. Method of Payment A. Partial payment shall be made to the ENGINEER monthly upon City's approval of an invoice prepared and submitted by the ENGINEER in the format and including content as presented in Exhibit B-1, Progress Reports as required in item III. of this Attachment B, and Schedule as required in Attachment D to this Agreement. B. The estimated current physical percent complete as required on the invoice shall be calculated from the progress schedule as required in Attachment D to this Standard Agreement and according to the current version of the City of Fort Worth's Schedule Guidance Document. C. The cumulative sum of such monthly partial fee payments shall not exceed the total current project budget including all approved Amendments. D. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. 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 1 of 3 B-1 ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Fee Amount % Responsibility Prime Consultant Alan Plummer Associates, Inc $ 111,000 86% Proposed MBE/SBE Sub-Consultants Vic Weir Consulting Engineering $ 13,000 10% Consulting Non-MBE/SBE Consultants Denali Water Cost of 3rd Party $ 5,000 4 Dewatering & Disposal TOTAL $ 129,000 100% Project Number& Name Total Fee MBE/SBE Fee MBE/SBE 101001 $ 129,000 $ 13,000 10% City MBE/SBE Goal = 10% Consultant Committed Goal = 10% City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 2 of 3 B-2 EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) Insert required invoice format following this page, including negotiated total budget and allocations of budgets across work types and work phases. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 3 of 3 B-3 Professional Services Payment Request P ctMa ChdstopherC.Boyd,PhD,PE Summary Project: Rollin Hills WTP Sludge Dewatering Assessmentx ;r City Project#: 1101001 City Sec Number: Consultant Instructions: FIII In green calls including Invoice Number,From and To Dates and the Included worksheets. Company Name:JAIn Plummer Associates,Inc When your Invoice is complete,save and close,start Buusaw and Add your Invoice to the Consultant folder within Project's folder. Consultant's PM: chrislo harC.B ,PhD,PE email: Vendor Invoice#: Office Address:132o Soum universi Dr.Fort Worth,TX 76107 Payment Request#: Telephone: 1817.806.1700 From Date: Fax: 1817.870.2636 To Date: Invoice Date: Remit Address:1320South University Dr.Fort Worth,TX 76107 Agreement Agreement Amendment Amount to Completed Percent ($)Invoiced Current Remaining Sheet FAG and Work Type Description Amount Amount Date Amount Completed Previously Invoice Balance Work Type 1 1 $129,00,001 $129.000.00 $'.2�060 n6 WorkType 2 Work Type 3 Work Type 4 work Type s Work Type 6 Totals This Payment Request s,z900000 $,zgoou.00 Overall Percentage Complete: ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Engineering Services for Rolling Hills WTP Sludge Dewatering Assessment City Project No. 101001 <List any changes to the Standard Agreement> No changes to the Standard Agreement. City of Fort Worth,Texas Attachment C PMO Release Date:05.19.2010 Page 1 of I ATTACHMENT D Rolling Hills WTP Sludge Dewatering Assessment PRELIMINARY PROJECT SCHEDULE I. Schedule A. The following schedule is proposed for this project. This schedule is dependent on receiving water treatment plant sludge data prior to the notice to proceed. Task Days to complete after"Notice to Proceed" issued Per Task Cumulative Kickoff Meeting 14 14 Workshop No. 1 84 98 Conference Call No. 1 42 140 Draft Report 35 175 Final Report 35 210 * � w.. vi` .. 20' �( .r ,QS117.ii !?Jk'6S"E1' • Y AYa ' F•J �8 • r ore SN F +. q W D 9' p. f to w N " G T = cS a• 9,39 _,„;. .�h� - z 3 IS , �. i i Y W .g f •� �^ 4�W K �'�.�_ r 4 r R011in-gjHills Water Treatment Plant , Rolling Hills . w -� � Water Treatment Plant i n c y C 300 600 FQRTWQRTH Rolling Hills Water Treatment Plant WATER Sludge Dewatering Evaluation DOE_,......_.....PROJECT—JL_BID NUMBER FORT WORTH (Please c10100eck 1 el MinorityMomen Business Enterprise Office LETTER OF INTENT TO PERFORM AS A SBE SUBCONTRACTORISUBCONSULTANT (NOTE: Pursuant to the City of Fort Worth Business Diversity Enterprise Ordinance, SBE firms participating under the Ordinance must be certified prior to recommendation of award in order to be counted towards subcontracting participation. A Small Business Enterprise(SBE)is defined as a business concern located in the marketplace that meets the Unites States Small Business Administration definition of a small business as outlined in the code of Federal Regulation 13 CFR 121. Firms certified as a Disadvantaged Business Enterprise (DBE) also meet small business enterprise requirements.] 1 Name of Project Rolling Hills Water Treatment Plant(VVTP)Sludge Dewatering Evaluation 2. Name of Offeror/Prime contractor Alan Plummer Associates. Inc. 3. The undersigned is prepared to perform the following described work and/or supply the material listed in connection with the above project(where applicable specify"supply"or oinstair or both): Engineering,consulting services at the price of$ $13.000 Vic Weir f1yConsultina, Inc. n ftms of SBE mi i Dat VicTem A . ►, wR Circle one(OwnerlAuthorited Agent of SBE firm)Type or Print Name (.Signature of Owner or Authorized Agent of SBE firm) vweirAvicweirconsutting,com 817-877-3986 (Email Address to appear on Listings provided by the MWBE Office) (office and Fax ftnn m) AFFIDAVIT OF Offeror/Prime CONTRACTOR I HEREBY DECLARE AND AFFIRM that I, Alan E.Davisam the duly authorized representative of Circle one(owner oriirsd�IpM11 Alan PlummerAtsociates.Inc. and that I have personally reviewed the material and Name of P*"Conville r facts set forth in this Letter of Intent to Perform. To the gest of my knowledge,information and fief,the facts in this form are true, and no material facts have been omitted. Pursuant to the City of Fort Worth Business Diversity Enterprise Ordinance, any person [entity]who makes a false or fraudulent statement in connection with participation of a SBE in any City of Fort Worth contract may be referred for debarment procedures under the City of Fort Worth Business Diversity Enterprise Ordinance. I do solemnly swear or affirm that the signatures contained herein and the information provided by the Prime Contractor are true and correct,and that I am authorized on behalf of the Prime Contractor to make the affidavit. Alan E, Das Alan Plummer Associates, Inc. Circle One(07 fns kuthorized Agen Type or Print Name (Name of Prime Contractor-Print or Type) (Signature of Over or Aut1 orized Agent) (Deb) 817-808.1Tug 817-870-2536 (Omor Humbert (Fax Number) 6/1/2012 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 10/10/2017 DATE: Tuesday, October 10, 2017 REFERENCE NO.: **C-28426 LOG NAME: 60ROLLING HILLS WTP SLUDGE EVALUATION SUBJECT: Authorize Execution of Agreement with Alan Plummer Associates, Inc., in the Amount of$129,000.00 for the Rolling Hills Water Treatment Plant Sludge Evaluation Study (COUNCIL DISTRICT 8) RECOMMENDATION: It is recommended that the City Council Authorize the execution of an Agreement with Alan Plummer Associates, Inc., in the amount of$129,000.00 for the Rolling Hills Water Treatment Plant (WTP) Sludge Evaluation. DISCUSSION: The Fort Worth Water Department owns and operates five Water Treatment Plants (WTP) that discharge sludge to sanitary sewers for eventual processing at the Village Creek Water Reclamation Facility (VCWRF). The Rolling Hills WTP is the largest FWWD plant, currently rated at 200 million gallons per day capacity. Costs to dewater, process and dispose of dewatered bio-solids at the VCWRF have increased substantially over the last few years, which raises the question of whether it would be more economical to collect, dewater and dispose of water plant residuals at the water plant site instead of via the current process at VCWRF. This study will focus on quantifying the capital, operating, maintenance and life cycle costs to dewater, process and dispose of water plant residuals from the Rolling Hills WTP. Alan Plummer Associates, Inc., proposes to perform the necessary design evaluation services for a not to exceed fee of$129,000.00. Staff considers this proposed fee to be fair and reasonable for the scope of services proposed. M/WBE OFFICE —Alan Plummer Associates, Inc., is in compliance with the City's BDE Ordinance by committing to 10 percent SBE participation. The City's SBE goal on this project is 10 percent. This project is located in the COUNCIL DISTRICT 8. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the Fiscal Year 2018 operating budget, as appropriated, of the Water & 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 Departmentccoun Project Program ctivity Budget Reference # Amount ID 1A ID I Year (Chartfield 2) Logname: 60ROLLING HILLS WTP SLUDGE EVALUATION Page 1 of 2 FROM Fund Department ccounj Project Program ctivity Budget Reference # ff!l ID ID Year Chartfield 2 CERTIFICATIONS: Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Kara Shuror (8819) Additional Information Contact: Farida Goderya (8214) Logname: 60ROLLING HILLS WTP SLUDGE EVALUATION Page 2 of 2 CERTIFICATE OF INTERESTED PARTIES FORM 1Z9'J 7-7 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. 2017-255010 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 08/29/2017 being filed. City of Fort Worth Date Ac dye 3 Provide the identification number used by the governmental entity or state agency to track or identity the contract,and provide a description of the services,goods,or other property to be provided under the contract. 101001 Rolling Hills WTP dewatering options evaluation,bench-scale testing,and development of opinions of probable cost 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary 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 McDonald, Ellen Fort Worth,TX United States X Tucker,Alan Fort Worth,TX United States X Coonan,Steve Austin,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. `r "'4 �e v% MELISSA BEASLEY Notofy Public,stote of Texos My Commission Expires Morch 02, 2019 A4, Signature t h rued agent of contracting siness entity AFFIX NOTARY STAMP/SEAL ABOVE Sworn to and subscribed before me,by the said T—Plv. L' this the `I day of4 _S , 2'0�_,to certify which,witness my hand and seal of off i /U J1�`� C�' c� "L�1 Ii0li Sri Signature of officer administe g oath name of officer admi stering oath Title of officer a inistering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.3337