Loading...
HomeMy WebLinkAboutContract 40983STATE OF TEXAS COUNTY OF TARRANT § CITY SECRETARY CONTRACT NO•n_aLliamis-4- KNOWN ALL BY THESE PRESENTS: not THIS AGREEMENT, entered into the day of 0 aczblt, , 2010 by and between the City of Fort Worth, a home -rule municipal corporation situated in Tarrant, Denton, Parker, and Wise Counties, Texas, acting herein by and through its duly authorized Assistant City Manager, hereinafter called the "City", and AECOM USA GROUP, INC., an independent contractor "Consultant". City and Consultant may be referred to herein individually as a Party, or collectively as the Parties. WITNESSETH That for and in consideration of mutual covenants and agreements herein contained, the Parties hereto mutually agree as follows: ARTICLE 1 SERVICES Section 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 the HYDROLOGIC IMPACT ASSESSMENT AND FLOOD WARNING SYSTEM STUDY. ("Project"). Section 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 2 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 $482,000 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. ;�- ,_ OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 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. ARTICLE 3 TERM Unless terminated pursuant to the terms herein, this Agreement shall be for a term of three years, beginning upon the date of its execution, or until the completion of the subject matter contemplated herein, whichever occurs first. ARTICLE 4 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 5 PROFESSIONAL COMPETENCE AND INDEMNIFICATION Section 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. Section 2 In accordance with Texas Local Government Code Section 271.904, the Consultant shall mdemnify, 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. Professional Services Consultant Agreement Rev 10.6.09 Page 2 of 8 ARTICLE 6 INSURANCE Section 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 $1,000,000 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 Section 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 Department of Transportation and Public Works, Attention• Amy Cannon, 1000 Throckmorton 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. 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. Professional Services Consultant Agreement Rev 10.6.09 Page 3 of 8 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 1. Upon the request of City, Consultant shall provide complete copies of all insurance policies required by these Agreement documents. ARTICLE 7 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 8 TERMINATION OF CONTRACT Section 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 commence correction of such nonperformance with 5 days of written notice and diligently complete the correction thereafter, Section 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 m Article 2 of this Agreement and Exhibit "B" attached hereto and incorporated herein Professional Services Consultant Agreement Rev 10.6.09 Page 4 of 8 Section 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 9 RIGHT TO AUDIT (a) 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. (b) 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 subconsultant, involving transactions to the subcontract, and further, that 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 shall give Consultant and any subconsultant reasonable advance notice of intended audit. (c) Consultant and subconsultants agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Consultant for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. ARTICLE 10 MINORITY AND WOMAN BUSINESS ENTERPRISE (M/WBE) PARTICIPATION In accordance with City Ordinance No. 15530, the City has goals for the participation of minority business enterprises and woman business enterprises ("M/WBE") in City contracts. Consultant acknowledges the M/WBE goal established for this Agreement and its commitment to meet that goal. 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. Professional Services Consultant Agreement Rev 10.6.09 Page 5 of 8 ARTICLE 11 OBSERVE AND COMPLY Consultant shall at all times observe and comply with all federal, state, and local laws and regulations and with all City ordinances and regulations which in any way affect this Agreement and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. Consultant agrees to defend, indemnify and hold harmless City and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. ARTICLE 12 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 13 CONTRACT CONSTRUCTION The Parties acknowledge that each party and, if it so chooses, its counsel have reviewed and revised this Agreement and that the normal rule of construction to the effect that any ambiguities are to be resolved against the drafting party must not be employed in the interpretation of this Agreement or any amendments or exhibits hereto. ARTICLE 14 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 15 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: Professional Services Consultant Agreement Rev 10.6.09 Page 6 of 8 City of Fort Worth Attn: Amy Cannon Department of Transportation and Public Works 1000 Throckmorton Street Fort Worth, Texas 76102 Consultant: AECOM Technical Services, Inc. Attn: Brenda Gasperich 17300 Dallas Parkway, Suite 1010 Dallas, Texas 75248. ARTICLE 16 HEADINGS The headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of this Agreement ARTICLE 17 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. Professional Services Consultant Agreement Rev 10.6.09 (Remainder of Page Intentionally Left Blank) Page 7 of 8 IN WITNESS THEREOF, the parties hereto have made and executed this Agreement in multiple originals the day and year first above written, in Fort Worth, Tarrant County, Texas. CITY OF FORT WORTH: Fernando Costa Assistant City Manager RECOMMENDED: a<1S William A. erkest, P ' ., Director Department of Transportation and Public Works APPROVED AS TO FORM AND LEGALITY: ‘,)1 11 A/Rd( Assistant C4ty Attorney ATTEST: Marty Hendrix City Secretary V.10\r2A\ka° Date Professional Services Consultant Agreement Rev 10.6.09 AECOM TECHNICAL SERVICES, INC.: zQa,iau iC31A-7-Cta Daron Butler District Manager Contract Authorization 911L41,o Date %-al? ix tfOHoo�� tio11,, &'RkOQ°° os�o Y (? °I) Rye) 0000000 ',Atter Page 8 of 8 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX ATTACHMENT "A" HYDROLOGIC IMPACT ASSESSMENT AND FLOOD WARNING SYSTEM STUDY STUDY NO. SWS-043 PROFESSIONAL SCOPE OF SERVICES Background and Goals The City of Fort Worth has a long history of severe flooding as early as 1949 when the Trinity River in Fort Worth broke through its levees and spilled floodwaters into the city's commercial, industrial and residential districts. An estimated 11 inches of rain had fallen overnight on the Clear Fork s watershed southwest of the city In the recent past, the City has experienced severe urbanized flooding in several areas of the City with aging infrastructure Over the recent years, the City's Storm Water Management (SWM) program has launched several initiatives to identify the causes of the localized flooding and create solutions to address them. Recognizing that some of these initiatives will take several years to produce tangible benefits the SWM staff has expressed a need to modify their current High Water Warning System (HVVWS) and convert it to a fully functional Flood Warning System (FWS) The City envisions a state-of-the-art FWS that is capable of anticipating hazard to life and property in advance of storm events occurring and having a flood response mechanism in place to notify and alert City and emergency personnel and citizens in flood prone neighborhoods. Furthermore, in the process of the creating the FWS, the City envisions fulfilling the following several high priority needs: 1. Providing hydrologic characteristics of the watersheds. 2. Estimating flood loss potentials. 3. Identifying modeling needs in areas not currently identified by the City. 4. Preparing a cost -benefit analysis for areas requiring passive flood protection measures (eg. flood walls, relief structures relocation etc.) 5. Identifying long term hardware and software maintenance costs. 6. Estimating data transmission needs. 7. Planning for adequate data processing capabilities. 8. Prepare a phasing schedule for implementation of the FWS. 9. Provide integration with the City's GIS system. General Approach AECOM is very pleased to assist the City's SWM staff in this important project and proposes a two-phase approach to accomplish the several goals and priorities of this project. Phase I of the project will help the City identify their current capabilities, current technology, and provide a road map of the steps involved in implementing the FWS system. Phase II of the project would provide a recommendation of the final FWS system and the critical needs to acquire and implement the system Phase II of the project will also include services that the City may require in supporting the post - implementation period of the FWS. Page 1 of 13 A=COM ATTACHMENT "A" - PHASE I 1 Needs Assessment The purpose of the Needs Assessment is to provide the City with a guideline for upgrading and expanding its existing HWWS in the near future to a state-of-the-art Early Flood Warning system. This assessment is needed to maximize the effectiveness of the FWS in saving lives and property, while minimizing the associated system cost in maintaining that effectiveness. The Needs Assessment will evaluate rainfall patterns of fifteen (15) historical storm events and the subsequent impacts to the City's existing creeks and infrastructure during and after these storm events, and evaluate the hazard and response data that occurred with respect to these events and other events during the City's past. Furthermore, the Needs Assessment will help identify flood risk and high hazard locations across the City by collecting data (critical locations, complaints, and surveys) and modeling flood events using the best available models from various local and federal entities. Modeling will be focused on fifteen historical storm events and shall simulate some of the results seen during these events. These engineering models serve as a framework for a City -Wide master drainage plan where new models and data collected by the City as part of its various drainage and watershed planning studies can be incorporated as they are developed by various consultants. The Needs Assessment shall include the following items. 1.1 Identify historic flood events for system design & calibration 1.1.1 Historic flood event review 1.1.1.1 Review archival data on severe storms in terms of flood extent and damage in Fort Worth and availability of related precipitation data 1.1.1.2 Evaluate broad meteorological conditions and the storm type, direction, and movement that produced flood conditions 1.1.1.3 Develop a prioritized list of fifteen (15) historic flood event periods 1.1.2 Meet with City of Fort Worth staff to discuss and select fifteen (15) historic flood events for use as a design basis 1.2 Review history of flooding: Rainfall, flow, and impacts associated with the fifteen (15) historic flood events identified as part of Task 1.1.2 shall be researched and obtained from various data sources serving the area. 1.2.1 Collect and analyze the best available precipitation data for selected flood events 1.2.1.1 Rain Gauge Data: Gauge network data is vital in the historical analysis of storm events. Gauge network precipitation data from the following entities shall be obtained and used in the analysis of the historic flood events. 1.2.1.1.1 Request and obtain data with spatial coordinates for the rain gauge network and period of record from the following agencies: • City of Fort Worth • Tarrant Regional Water District • United States Geological Survey • U.S. Army Corps of Engineers • City of Grand Prairie • NWS 1.2.1.1.2 Conduct quality control and review of the rain gauge data to identify gaps in service, clogging, and spikes. 1.2.1.1.3 Assemble and prepare QA/QC'd rain gauge data for use in radar rainfall analysis Page 2 of 13 A=COM ATTACHMENT "A" - PHASE I (Contd.) 1.2.1.2 Radar Rainfall Analysis: Radar estimates provide high resolution spatial data that is representative of rainfall over a watershed. Rain gauge data can be used to enhance and quality control the radar rainfall estimates. The combined use of gauge and radar rainfall measurements can improve hydrologic model results and hydrologic prediction when adjusted using rain gauge data. For the 15 selected rainfall events, radar rainfall estimates will be generated using rain gauge data as follows: 1.2.1.2.1 Assemble gauge and radar data to cover the storm event and antecedent periods. 1.2.1.2.2 Compare and evaluate base data (Level 2) reflectivity and NWS Multi sensor Precipitation estimates (MPE) for the event storm totals 1.2.1.2.3 Identify and map storm return period for each event in relation to flooded areas 1.2.1.2.4 Evaluate rainfall depth and intensity distribution by stream/watershed 1.2.1.2.5 Generate gadded rainfall maps for each event for use in hydrologic modeling 1 2 1 2 6 Produce synoptic overview and descriptive statistics report for each event analyzed 1.2.2 Collect stream depth data: Best available stream depth data shall be collected from gauge networks and high water mark field surveys. 1.2.2.1 Stream Gauge data: Gauge data for stream depth shall be obtained and analyzed from the following sources: • City of Fort Worth • Tarrant Regional Water District • United States Geological Survey • U.S. Army Corps of Engineers 1.2.2.2 High water mark field surveys: High water mark field surveys performed by local entities achieve a supplementary role in collection of depth data for local stream conditions during historical events Such data usually available from local governmental entities shall be collected from the following entities: • City of Fort Worth • United States Geological Survey • National Weather Service 1.2.3 Collect hazard / response information: Hazard and response information from the following entities shall be collected • EOC reports (including Police, Fire, EMS) • NWS reports • Red Cross reports • Flood insurance claims • News media archives 1.3 Identify flood risk areas 1.3.1 Identify structures and transportation corridors within hazard areas by developing a shapefile of drainage conveyances having a minimum of 64 acres contributing area for the following conveyance types. Page 3 of 13 A COM ATTACHMENT "A" - PHASE I (Contd.) • Open Channel • Closed conveyance 1.3.1.1 Acquire shapefiles of at -risk features from the City of Fort Worth (within 100' buffer of any FEMA floodplain or within 150' buffer of any drainage conveyance) for the following types of structures. 1.3.1.1.1 Habitable structures 1.3.1.1.2 Public venues 1.3.1.1.3 Transportation corridors • Roadway • Rail 1.3.1.1.4 Utility Lines (Water, sewer, electric, telephone, natural gas, cable TV) 1.3.1.1.5 Critical Infrastructure as identified by the Office of Emergency Management and the Transportation and Public Works Department 1.3.2 Engineering Modeling: AECOM shall use accepted engineering assumptions of estimating flows for watersheds within the City. As such, existing work performed by the SWM staff or other consultants shall be used, where available. 1.3.2.1 Develop depth and velocity raster graphics from 1.3.2.1.1 FEMA models (10-, 50-, 100-, 500-year; and 2-, 5-, 25-year where existing) 1.3.2.1.2 Other local models 1.3.2.2 Develop average response time graphic for modeled streams (peak precipitation to peak flow) 1.3.2.3 Determine depths and velocities at these structures and roadways 1.4 Review all information to determine areas of flood risk 1.4.1 Develop internal findings 1.4.2 Meet with City Storm Water Management (SWM) staff to review findings 1.5 Develop flood warning recommendations 1.5.1 Develop internal recommendations 1.5.2 Meet with SWM staff to review recommendations 1.6 Generate "Needs Assessment Report" that discusses the assessment process, along with flood risk findings and conceptual flood warning recommendations. 1.6.1 Draft report 1.6.2 Final report 2 Web Development AECOM will work with the City to develop an Internet presence for the existing HWWS and LWC. 2.1 Secure interface for staff access 2.2 Restricted interface for public access Page 4 of 13 AZCOM ATTACHMENT "A" - PHASE I (Contd.) 2.3 ESRI Software Compatible 2.4 All development code delivered to City of Fort Worth 3 Project Management and Deliverables AECOM shall provide meeting minutes for all meetings attended, decision logs for major decisions taken during meetings and during the normal course of the project Quality control of all documents shall be followed using AECOM standards with QA/QC documents filled out for major deliverables Deliverables of subcontractors shall be performed by subcontractors using their in-house QA/QC procedures followed by a quality control check by AECOM before subsequent use or release. As part of Phase I, the Needs Assessment Report shall include relevant data collected by AECOM regarding historical storm events and engineering modeling results of creeks within the City of Fort Worth limits that will be used to identify flood risk areas within the City This report will serve a dual purpose of fulfilling the City's current needs of identifying the flood and risk conditions associated with its creeks while providing a larger framework to identify areas requiring in-depth analysis in the future. A webpage shall be developed to assist the City's SWM staff with monitoring the existing HWWS while promoting public awareness by providing limited public access to the website as part of Phase I. A refined Scope of Services for Phase II services shall also be prepared and provided to the City at the end of Phase I for items that are currently unclear due to their dependence on the Phase I results. Phase I Deliverables: 3.1 Four (4) hard copies of the draft Needs Assessment Report (Task 1.7.1). 3.2 Four (4) hard copies and a digital copy of the final Needs Assessment Report (Task 1.7.2). 3.3 An interim interactive webpage for City and public use that showcases the existing HWWS system. 3.4 Meeting Minutes 3.5 Project Decision Logs Roles and Responsibilities The following responsibilities are included in Phase I of the project. Task Items Team Member Brief Description Historic flood event review 1.1.1 Collection & QC data 1.2.1.1 of rain gauge SWG, Inc. Radar Rainfall Analysis 1.2.1.2 1.2.2 Collect stream depth data and high water mark field surveys 1.3.2.2 Assist in developing time determine depth/velocities response graphics and at crossings EBG, Inc. Assist in reviewing areas of flood risk 1.5 1.6 Assist in developing flood warning recommendations Assessment 1.7.1 Assist in preparing draft Needs report Engineering Services, Project Management, Deliverables, All Tasks AECOM QA/QC of Subcontractor Deliverables Page 5 of 13 AECOM ATTACHMENT "A" - PHASE I (Contd.) Assumptions The following assumptions are included in the preparation of this Scope of Services and associated fees. 1. The CRS documentation for the HWWS system includes compilation of all available data and manuals for the existing system only. Creation of a manual for the HWWS can be performed as an additional service. «< END OF PHASE I »> Page 6 of 13 AZCOM ATTACHMENT "A" - PHASE II Tasks and services identified in this section are intended to be revised and/or clarified after completion of Phase I, and are subject to change. Sections below are included for reference only and will be used for estimating purposes and developing a potential framework of activities. 4 Existing Systems Review/Coordination An existing system analysis shall be performed to supplement the Needs Assessment Report prepared as part of Task 1. The existing High Water Warning System (HWWS) analysis shall consist of analyzing the City's HWWS network as well as networks owned and operated by local regional agencies and adjoining communities 4.1 City of Fort Worth systems 4.1.1 Identify location and type of existing field sensors 4.1.1.1 Meet with the SWM staff to identify HWWS and Low Water Crossing (LWC) sensors. Current operational and maintenance plans should also be collected at this time. 4.1.1.2 Meet with the City's Department of Environmental Management (DEM) to identify water quality sensors. 4.1.2 Identify coverage area, reliability, and licensing of existing communication networks 4.1.2.1 Meet with City staff to identify communication networks for the existing HWWS/LWC (discussed with SWM staff in 2.1.1 1) 4.1.2.2 Meet with Public Works and other City departments to discuss communications networks and to collect current flood response plans. 4.2 Identify adjacent FWS systems 4.2.1 National Weather Service (NWS): Meet with the local NWS staff to discuss and obtain information on the following aspects of their system • Location of Radar • Location and type of field sensors • Available forecast products • Data/warning dissemination methods 4.2.2 U.S. Army Corps of Engineers (USACE): Meet with the local USACE staff to discuss and obtain information on the following aspects of their system • Location and type of field sensors • Coverage area, reliability, and licensing of communication network • Available forecast products • Data dissemination methods 4.2.3 Tarrant Regional Water District (TRWD): Meet with TRWD staff to discuss and obtain information on the following aspects of their system • Location and type of field sensors • Coverage area, reliability, and licensing of communication network • Available forecast products • Data dissemination methods 4.2.4 City of Grand Prairie Meet with City of Grand Prairie staff to discuss and obtain information on the following aspects of their system • Location and type of field sensors • Coverage area, reliability, and licensing of communication network Page 7 of 13 A=COM ATTACHMENT "A" - PHASE III (Contd.) • Available forecast products • Data dissemination methods 4.2.5 City of Colleyville: Meet with the City of Colleyville staff to discuss and obtain information on the following aspects of their system • Location and type of field sensors • Coverage area, reliability, and licensing of communication network • Available forecast products • Data dissemination methods 4.2.6 City of Mansfield: Meet with the City of Mansfield staff to discuss and obtain information on the following aspects of their system • Location and type of field sensors • Coverage area, reliability, and licensing of communication network • Available forecast products • Data dissemination methods 4.2.7 Other local entities: Meet with the City of White Settlement, City of River Oaks, City of Westworth Village, City of Benbrook, City of Richland Hills, and any other entities that own and operate weather and forecast related data collection and dissemination devices (e g. HAM radio operators, TV stations, etc). As such the following information shall be obtained from these operators: • Location of area radars • Location and type of field sensors • Communications networks 5 Assessment of Current Available Technologies Current available technologies in hardware and software shall be assessed to determine the most suitable technology that can be recommended. 5.1 Hardware: The following type of available hardware shall be assessed: 5.1.1 Field sensors • Precipitation • Stream depth • Stream velocity • Weather • Wind (speed & direction) • Air temperature • Barometric pressure • Relative humidity • Water quality: • Dissolved oxygen • pH • Water temperature • Conductivity 5.1.2 Communications • Field Data Collection Platforms (DCPs) • Wireless communications: • Terrestrial radio transmitters / repeaters / receivers • Satellite radio transmitters / receivers Page 8 of 13 -COM ATTACHMENT "A" - PHASE III (Contd.) • IR transmitters / repeaters / receivers 5.1.3 Computers • Processing power • Data storage • Networking • Electrical power 5.1.4 Remote Power Options • Battery • Solar • Grid 5.2 Software. The FloodWorks software shall be assessed and evaluated for the following functionalities: 5.2.1 Data communications, collection & management 5.2.2 Forecasting 5.2.3 Data publication / warnings & alerts (private & public access) 5.2.4 Hardware redundant fail -over 5.2.5 ESRI compatible 5.3 Services: Currently available services in the following areas shall be evaluated: 5.3.1 Radar / precipitation data collection 5.3.2 Meteorological / hydrological warning 5.3.3 Warning dissemination 5.3.4 Operation and Maintenance 5.4 Prepare report of findings on existing systems, currently available technologies, and recommendations for the City. 5.4.1 Draft 5.4.2 Final 6 Deferred Phase I Tasks 6.1 Populate structures shapefile from Task 1.3.1.1 (Phase I) with the following tabular attributes 6.1.1 Determine minimum elevation data • FEMA elevation certificates • Field surveys (not to exceed $55,000) 6.1.2 Link to appraisal district database (address, owner, value) 6.1.3 Link to 911 database (address, phone number, critical facility) 6.2 Watershed Management: Combine existing watershed CIP plans into a City-wide CIP. Develop procedures to combine additional watersheds as the plans become available. The following time and material tasks are currently included, but not limited to, as part of these services 6.2.1 Obtain existing watershed CIP plans up to a City determined cut-off date. Page 9 of 13 A=COM ATTACHMENT "A" - PHASE III (Contd.) 6.2.2 Evaluate existing watershed CIP plans and develop a methodology of combining the CIP models and recommendations in to a city-wide CIP. 6.2.2.1 Prepare a spreadsheet summarizing the CIP improvements recommended. 6.2.2.2 Prioritize the CIP improvements based on Benefit -Cost and City input. 6.2.3 Assist the City with importing the existing CIP plans in to its asset management software. 6.2.4 Prepare a guidance manual for future watershed CIP plans, with the asset management software in mind, so that future City consultants can prepare data ready for import in to the software and reduce time required by City staff for conversion. 6.2.5 Provide the City with a guidance document on importing relevant data from future watershed CIP plans in to the flood forecasting software recommended in Phase I of the project. 6.3 Review Emergency Action Plans: Basis of decision and response time data shall be collected and reviewed from the emergency action plans the City has in place. As such data shall be collected and reviewed from the following City entities • Review SWM plans (collected in 2.1.1.1) • Public Works/other City departments (collected in 2.1.2.3) «< END OF PHASE II »> Page 10 of 13 ACOM ATTACHMENT "A" - PHASE 111 Tasks and services identified in this section are intended to be revised and/or clarified after completion of Phase II, and are subject to change. This section is currently included for general estimating purposes, and to layout a potential framework of activities. 7 Develop system recommendations Systems recommendations shall be provided based on the results of the needs assessment, existing HWWS system analysis, and technology assessment tasks of this project. Recommendations on the following system parameters shall be provided based on the results of the previous tasks. 7.1 System design 7.1.1 Data collection locations 7.1.2 Warning locations 7.1.3 Field hardware specifications • Sensors • DCPs • Communications • Power requirements 7.1.4 Software specifications 7.1.5 Computer specifications (by location; 7.1.6 System maintenance 7.2 Action plans 7.2.1 Internal actions 7.2.2 Coordinated actions with other entities 7.2.3 Public actions (education) 7.2.4 Training & drills 7.3 Cost estimates 7.3.1 Licensing & permits 7.3.2 Hardware acquisition 7.3.3 Software acquisition 7.3.4 Installation & testing 7.3.5 Operations and maintenance e.g. EOC, staff office, remote access) 8 System acquisition During the system acquisition phase, specifications for the hardware and software shall be prepared and published to solicit bids. The following items shall be performed in this task: 8.1 Prepare specifications 8.2 Publish specifications and solicit bids 8.3 Review bid submittals 8.4 Recommend vendors Page 11 of 13 A=COM ATTACHMENT "A" - PHASE III (Contd.) 9 System implementation The following tasks shall be performed to ensure that the recommended system is installed / implemented according to specifications, and is capable of serving its designed purpose 9.1 Hardware installation oversight 9.1.1 Field sensors 9.1.2 DCPs 9.1.3 Communications system 9.2 Stream gauge discharge ratings 9.2.1 Field survey x-sections 9.2.2 Update hydraulic models 9.2.3 Update runoff parameters for watershed planning 9.3 Software implementation 9.3.1 Install and setup software 9.3.2 Real-time distributed model setup and evaluation with radar rainfall 9.3.2.1 Setup models for targeted basins and locations where flooding identified from historical events or specified flood -prone areas 9.3.2.2 Generate distributed flow rates at selected locations and calibrate to available high water mark or stream gauge data 9.3.2.3 Validate peak stage in comparison to historic flood event highwater marks or streamflow evaluated for selected locations 9.3.2.4 Develop lead-time estimates based on basin response and rainfall intensity distributions for historic and frequency storms events 9.3.2.5 Develop flow rates and stage formatted for interface with Wallingford FloodWorks and other modules 9.3.3 Training 9.4 HWWS webpage 9.5 An update will be performed to incorporate new data, forecasts, warnings and alarms into the existing webpage, along with enhancements to improve usability and reliability for staff and public use. 9.6 Data Import Protocol 9.6.1 AECOM shall develop a standard protocol of importing data from existing models prepared by various City contractors in to FWS model thereby providing the City with a means of continuously updating the FWS model using a streamlined process. 9.7 Prepare Emergency Action Plan 9.7.1 Meet with City EOC staff 9.7.2 Prepare flood response EAPs 9.7.3 Schedule mock drills 9.8 Public education Page 12 of 13 'COM ATTACHMENT "A" - PHASE 1I1 (Contd.) 9.8.1 Meet with City public liaison 9.8.2 Prepare public education information (brochures, flyers) 9.8.3 Attend up to 4 public meetings 10 Post event reports (post -implementation additional services) 10.1 Storm analysis 10.2 System analysis 10.3 EAPs analysis 10.4 Recommendations «< END OF PHASE III »> Page 13 of 13 ACOM EXHIBIT "B" HYDROLOGIC IMPACT ASSESSMENT AND FLOOD WARNING SYSTEM STUDY STUDY NO. SWS-043 PROFESSIONAL SERVICES FEE SUMMARY FEE PHASE 1 TASKS Task 1: Needs Assessment $394,000 Task 2* Web Development $47,000 $41,000 Management Deliverables Task 3: Project and $482,000 SUM) PHASE 1 TOTAL (LUMP EXHIBIT "B" Page 1 of 1 EXHIBIT "B-3A" (SUPPLEMENT TO EXHIBIT "B") HYDROLOGIC IMPACT ASSESSMENT AND FLOOD WARNING SYSTEM STUDY STUDY NO. SWS-043 Consulting Firm P RIME ENGINEER AECOM USA GROUP, INC. S UB ENGINEER* SWG, Inc. EBG, Inc. SUMMARY OF TOTAL PROJECT FEES Prime Responsibility Engineering, Proj. Mgmt. Mgmt. Rain Gauge and Stream Depth Data; Historic and Radar Rainfall Analysis Assessment of technology; Assist in preparing reports Amount Percent $353,191 73.28% $117,409 24.36% $11,400 2 36% Total for Professional Services $482,000 100% P roject Description Scope of Services Total Fee Rain Gauge and Stream (see below) $482,000 Depth Data; Historic & Radar Rainfall Analysis SWG, Inc shall participate in performing Tasks 1.1.1, 1.2.1.1, 1.2.1.2, and 1 2 2 as outlined in Attachment "A". N on-MWBE Participation EBG, Inc. MWBE Fee Percent $117,409 24.36% 2.36% EXHIBIT B-3A" Page 1 of 1 March 10, 2010 Shamsul Arefin,. RE. Stream Water Group,. Inc. 6737 Brentwwood Stair Rd. Suite 230 Fort Worth, TX 76112 Subject:. City. of Fort Services Dear Mr. Arefin: AECOM 17300 Dallas Parkway Suite 1010 Dallas Thxas 75248 w w aecom.com 972 735 3000 tei 972 735 3001 fax h Flood Warning System Study Rainfall, Stream Flow and Radar AECOM TECHNICAL SERVICES, INC. intendsto contract with Stream Water Group, Inc., for MWBE SERVICES on the referenced City of Fort Worth Flood Warning System Study. AECOM TECHNICAL SERVICES, INC. intends to contract $$117 409 to your firm for rainfall, stream flaw, and radar analysis services Please acknowledge this commitment by signing below and returning two originals to our Dallas office (att. Zubin Sukheswaila), Sincerely, AECOM TECHNICAL SERVICES, INC Daron Butler District Manager Shamsul Arefin, P.E. Stream Water Group, Inc. 3/11/10 Date CITY OF FORT WORTH CONTRACT COMPLIANCE MEMORANDUM THIS FORM MUST BE ATTACHED TO THE ROUTING "M & C" BEFORE LAW DrJPARTMENTAND CITY MANAGER APPROVAL. To: From: Date: Amy Cannon (underline appr Patty Wilso M/WBE Office Staff July 8, 2010 Project Manager Buyer Department Director • 8509 Extension In the Amount of $482,000.00 SWS-043 DOFJProiect No. Project/Bid: Flood Warning System Study - Rainfall, Stream Flow and Radar Services i 1. Compliance with the City's MIWBE has been achieved by one of the following methods: a). AECOM USA Group, Inc. f/k/a TCB is in compliance with the City's M/WBE ty Ordinance by committing to 24% M/WBE participation. The City's goal on this project . tYs j ect is 17%. b). is in compliance with the City's M/WBE Ordinance .. o .. by committing to 0 /o M/WBE participation and documenting good faith effort. .. identified several subcontracting and supplier opportunities. However, the M/WBEs contacted in the areas identified did not submit the lowest bids. The City's goal on this project is 0%. c). is in compliance with City's M/WBE Ordinance by documenting good faith effort. The City's goal on this' project is 0%. p � d). is in compliance with City's M/WBE Ordinance bysubmission of the prime contractor waiver form. The City'sgoal on this project is %. 0 2. The apparant low dollar bidder (s) did not comply with the City's M/WBE Ordinance because: 05/11/99 M&C Review Page 1 of 2 Official site of the City of Fort Worth Texas FORT WORT,' ITY OUNCIL GENDA COUNCIL ACTION: Approved on 9/14/2010 - Ord. No. 19304-09-2010 DATE: 9/14/2010 REFERENCE NO.: **C-24426 LOG NAME* 20SWDFWS PUBLIC NO CODE: C TYPE: CONSENT HEARING' SUBJECT: Authorize a Professional Services Agreement in the Amount of $482,000.00 with AECOM U SA Group, Inc., for the Hydrologic Impact Assessment and Flood Warning System Study Increasing Appropriations in the Stormwater Utility Fund and Decreasing the Unreserved U ndesignated Stormwater Utility Fund Balance by the Same Amount and Adopt S upplemental Appropriation Ordinance (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached supplemental appropriation ordinance increasing appropriations in the Stormwater Utility Fund in the Amount of $482,000.00 and decreasing the unreserved, undesignated fund balance by the same amount; and 2. Authorize the City Manager to execute a professional services agreement in the amount of $482 000.00 with AECOM USA Group, Inc. for the Hydrologic Impact Assessment and Flood Warning System Study. DISCUSSION: The Storm Water Utility was created to address widespread flooding throughout the City. Although many capital projects are now underway to address known drainage problems, these represent only a fraction of the storm water infrastructure deficiencies citywide. The Drainage Master Plan currently underway will take several years to develop in order to identify and prioritize specific solutions to over $1 billion in drainage needs. A citywide hydrologic impact assessment will assist staff in developing the master plan by providing specific information on known storm events that will guide study priorities and aid the calibration of hydrologic models. The flood warning system study will further build on these models and will examine both monitoring and processing equipment available to develop a real-time flood warning and flood monitoring system. In May 2009, a Request for Qualifications (RFQ) was advertised for the Hydrologic Impact Assessment and Flood Warning System Study. Fifteen statements of qualifications were received in response to the RFQ and three firms were interviewed. AECOM USA Group, Inc , was selected to perform the Hydrologic Impact Assessment and Flood Warning System Study (SWS-043). This study will be separated into three phases: Phase I Hydrologic Impact Assessment Phase II Flood Warning System Study Phase III Flood Warning System Implementation Plan the Hydrologic Impact Assessment. This authorization is for funding of services related to Phase I, The Hydrologic Impact Assessment includes a comprehensive evaluation of 15 known flood events that analyzes the measured rainfall intensity and resulting high water levels. This phase will be used to identify potential monitoring locations and structure long term watershed planning efforts A webpage for internal emergency responders will also be developed as part of this phase. Phase II will consist of the Flood Warning System Study which will include detailed system analysis for the High Water Warning System (HWWS), an assessment of available hardware and software components, and the identification of opportunities for interagency coordination. Phase I and II will be httn://www. fortworthgov.org/council_packet/mc_review.asp?ID=13925 &councildate=9/... 09/30/2010 M&C Review Page 2 of 2 utilized in Phase III to develop specific recommendations and an implementation plan for the expansion of the HWWS to a real-time flood warning and flood monitoring system. AECOM USA Group, Inc., proposes to perform Phase I of this study for $482,000.00. City staff considers this fee to be fair and reasonable for the scope of services proposed based on the extent of the study. The Storm Water Utility Operating Fund will be used to fund this study. AECOM USA Group, Inc., is in compliance with the City's M/WBE Ordinance by committing to 24 percent M/WBE participation. The City's goal for this project is 17 percent . This study will include all COUNCIL DISTRICTS. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendations and adoption of the attached supplemental appropriation ordinance, funds will be available in the current operating budget of the Stormwater Utility Fund. Upon approval the unreserved, undesignated cash balance of the Stormwater Utility Fund will exceed the minimum reserve as outlined in the Financial Management Policy Statements TO Fund/Account/Centers FROM Fund/Account/Centers PE69 531200 0209207 $482,000.00 PE69 531200 0209207 $4821000.00 Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: William Verkest (7801) Additional Information Contact: Amy Cannon (2289) ATTACHMENTS 20SWDFW AO(2).doc httn://vvvvvv. fortworthgov.org/council nacket/mc review_asn7TD=13925&councildate=9/__ 09/30/201(1 CORPORATE AUTHORIZATION RESOLUTION I, Christopher J. Karpathy, the undersigned Assistant Secretary of AECOM USA, Inc. (The "Corporation") hereby certifies that: The Corporation is duly organized and existing under the laws of the State of New York and the attached is a true, accurate and complete copy of a resolution adopted by the Board of Directors of the Corporation on January 5, 2009, and that said resolution has not been amended or revoked and is in full force and effect. I further certify that the authority given in the attached resolution extends to any proposal submitted to, or any contract entered into with the City of Fort Worth, Hydrologic Impact Assessment and Flood Warning System Study project; and that any and all transactions by and of the officers or representatives of the Corporation named in the attached resolution, in its name and for its account, with the City of Fort Worth are hereby, ratified and approved for all purposes. Witness my hand and seal of the Corporation this 5th day of October, 2010. (Corporate Seal) Chri arpathy, Assistant Secretary 1 UNANIMOUS ACTION OF THE BOARD OF DIRECTORS OF AECOM USA, INC. The undersigned, being all the members of the Board of Directors of AECOM USA, INC. (the "Corporation"), a New York corporation, proceeding under Section 708 of the New York Business Corporation Law, hereby take the following action, effective January 5, 2009: RESOLVED, that in addition to all Senior Vice Presidents and above as set forth in Article V of the Restated By -Laws as amended, the following persons are designated with authority by the Board of Directors to execute contracts and other legal documents on behalf of the corporation or its divisions: Chris Alario Randy Altshuler Paul Anderson Raylana Anderson John Azzaro Jack A. Baylis Joe Becker William J. Bent Jay S. Beratan Steve Berkenhoff Steve Biuso David. Blair Mark Blanchard Jim Botz Tony Bouchard Cyd Brandvein Dominique N. Brocard Joseph Broderick Tommy Brown Daron K Butler Kenneth Butler Keith T. Campbell Jay D. Canine John J. Cardoni Michael Chalmers Steven J. Chapin Donald J. Chelton Olivia Chen Min Chu Lou Cornell Matt Cummings Regis F. Damour Don D'Adam Sal D'Angelo Dan Davis Jim De la Loza Ashok Dhingra Joe DiCarlo Daniel Donahue Cecil Doyle Jay Duncan Scott K. Edelman Robert Edelstein Barbara O. Egnor R. Dan Ellison John Elorriaga Joseph Falbo Dan Faust Cuneyt Feizoulof Fitzrandolph C. Fernon Steven Fowler Rob Friedel Mike Gasparro Mike Gatzow Bijoy Ghosh Dave Gorden Frank Gorry Allen Goulart Lee Grant Kevin Grigg Gene Grilli Laurie Gutshaw Steve GuttenpIan Dave Gwynn Christopher I, Hagger David L. Hardan Brian T. Harrington Glen Hartwig Andrew Haubert Greg Heath Roger Heebner Mike Hegarty Greg Heinz Roger L. Herald David O. Herer Simon Hernandez Tom Hessling Craig L. Hester Glen M Hille Jack S. Hodge Pamla Hoebener Ben P. Horn Dave Horton Richard Howard David W. Huchel Gary Hullfish Robert Jarvis Robert Johansen Steven Johnson Brian L. Jordan Bruce Kay Larry Keith Troy Kincer John F. Kinneen James Kunz Lucy Labruzzo John M. Lannon Frank LaPlaca Carl Lay Cheryl Lazarro David Levy Len Lindahl Stephen Lipkus Rae Loui James K. Lowe, Jr. Robert Lowe Mark Lucas Ian R. MacLeod Charles Manning Vic Martinez Steven Martocello Tom Marwood Jamie Matus Daniel R. McKelvie Thomas McMonagle Thomas Meichtry Thomas Mertens Dennis Miller Rudy Mina Dennis J. Morrison Joseph Moss, Jr. Bruce Moulds Gil Mulhere Bill Newhouse Michael K. Nunley Steve O'Brien John J. O'Connor Douglas F. Olbrich Robert Orlin Ron Palmieri Todd Papes Bijan Pashanamaei Jon Pearson James Peter Steve Peterson Philip V. Petrocelli William P. Pfrang Robert Pittman RA Plummer Alan J. Potok Charles Pound Robert Reid Mark P. Reitz Richard A. Renzi Jim Richards Gary W. Rogers Larry Rosenbloom Mike Russell David Ryan David Sampson Abbas Sarmad Achaibar Sawh Robert Scherpf Betsy Shreve-Gibb Jane Siegwarth Guy E. Slagle Loren W Smith Robert J. Smith Scott Solverson Thomas A. Spearin William G. Stewart Paul Storella Michael Sweeney Paul Tarvin James F. Thompson Jim Thomson Christine Tiernan Louis Tortora Pam Townsend Rachel Vandenberg Jay VanEcho Ken VanOverberghe Glen Vasquez Jake Vittands Thomas C. Vokoun Jack Ward Robert Ward Charles Williams Tom Wolf Alan K. Wong David Wood William A. Woodford Chris Yamaya Rick Yauney Jim Zaniboni Peter Zuk TN WITNESS WHEREOF, all the Directors have hereunto set their hands effective this 5°' day of January, 2009. d P. Wolsfeld ' Ira A. Levy Gregory Sauter Elise R. Greenspan IN WITNESS WHEREOF, all the Directors have hereunto set their hands effective this 5`" day of January, 2009. Richard P. Wolsfeld Ira A. Levy Elise R. Greenspan IN WITNESS WHEREOF, all the Directors have hereunto set their hands effective this 5'1' day of January 2009. Richard P. Wolsfeld Gregory Sauter Ektiatk. t_. Elise R. Greenspan