Loading...
HomeMy WebLinkAboutContract 43155 (2)(3) STANSARD AGREIERh CITY SECRETAKY (, CONTRACT Mix COTV ou Ea WOIi u I-119 `U FOR ENCHNE I IN GRELATED DESIGN SI��;GVIC This AGREEMENT is between the City of Fort Worth, a Texas home -rule municipality (the "CITY"), and Hazen and Sawyer, P.C., authorized to do business in Texas, (the ' ENGINEER"), for a PROJECT generally described as: Village Creek WRF Gravity Belt Thickener Addition, City Project No. 01847. A& iicle l Scope of Services A. The Scope of Services is set forth in Attachment A. Compensation A. n ��_►�n i,a nn MI! ttd tUIU 00 The ENGINE ER's compensation is set forth in Attachment B. Arliele III Terms of Payment Payments to the ENGINFI=R 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 AG I EEMF-NT, 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. Upon completion of services enumerated in Article I, the final payment of any balance will be due within 30 days of receipt of the final invoice. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 04/06/2012 Page 1 of 16 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX (4) In the event of a disputed or contested billing, only that portion so contested will be withheld from payment, and the undisputed portion will be paid. The CITY will exercise reasonableness in contesting any bill or portion thereof. No interest will accrue on any contested portion of the billing until mutually resolved. (5) if the CITY fails to make payment in full to ENGINEER for billings contested in good faith within 60 days of the amount due the ENGINEER may, after giving 7 days' written notice to CITY suspend services under this AGREEMENT until paid in full. In the event of suspension of services, the ENGINEER shall have no liability to CITY for delays or damages caused the CITY because of such suspension of services. Article IV Obligations of the Engineer Amendments to Article IV, if any, are included in Attachment C. A. General The ENGINEER will serve as the CITY's professional engineering representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto. B Standard of Care The standard of care applicable to the ENGINEER s services will be the degree of skill and diligence normally employed in the State of Texas by professional engineers or consultants performing the same or similar services at the time such services are performed. C. Subsurface Investigations (1) The ENGINEER shall advise the CITY with regard to the necessity for subcontract work such as special surveys tests, test borings, or other subsurface investigations in connection with design and engineering work to be performed hereunder. The ENGINEER shall also advise the CITY concerning the results of same Such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise specified in Attachment A City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 04/06/2012 Page 2 of 16 (2) In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect the total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER 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 PMO Official Release Date: 04/06/2012 Page 3 of 16 (3) 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. 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. 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 PMO Official Release Date: 04/06/2012 Page 4 of 16 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 and Woman Business Enterprise (M/WBE) Participation In accord with City of Fort Worth Ordinance No 15530, as amended, the City has goals for the participation of minority business enterprises and woman business enterprises in City contracts Engineer acknowledges the M/WBE goal established for this contract and its accepted written commitment to M/WBE 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 PMO Official Release Date: 04/06/2012 Page 5 of 16 (3) together with subsection (3) hereof. CITY shall give subconsultant reasonable advance notice of intended audits. ENGINEER and subconsultant agree to photocopy such documents as may be requested by the CITY The CITY agrees to reimburse ENGINEER for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. K. INSURANCE (1) ENGINEER'S INSURANCE a. Commercial General Liability — the ENGINEER shall maintain commercial general liability (CGL) and, if necessary, commercial umbrella insurance with a limit of not less than $1,000,000 00 per each occurrence with a $2,000,000.00 aggregate If such Commercial General Liability insurance contains a general aggregate limit, it shall apply separately to this PROJECT or location. i. The CITY shall be included as an insured under the CGL, using ISO additional insured endorsement or a substitute providing equivalent coverage, and under the commercial umbrella, if any This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the CITY. The Commercial General Liability insurance policy shall have no exclusions by endorsements that would alter or nullify' premises/operations, products/completed operations, contractual personal injury, or advertizing injury which are normally contained within the policy, unless the CITY approves such exclusions in writing. ii ENGINEER waives all rights against the CITY and its agents, officers directors and employees for recovery of damages to the extent these damages are covered by the commercial general liability or commercial umbrella liability insurance maintained in accordance with this agreement. b. Business Auto — the ENGINEER shall maintain business auto liability and, if necessary, commercial umbrella liability insurance with a limit of not less than $1,000,000 each accident. Such insurance shall cover liability arising out of "any auto', including owned, hired, and non -owned autos, when said vehicle is used in the course of the PROJECT. If the engineer owns no vehicles, coverage for hired or non -owned is acceptable. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 04/06/2012 Page 6 of 16 i ENGINEER waives all rights against the CITY and its agents, officers directors and employees for recovery of damages to the extent these damages are covered by the business auto liability or commercial umbrella liability insurance obtained by ENGINEER pursuant to this agreement or under any applicable auto physical damage coverage. c. Workers' Compensation —ENGINEER shall maintain workers compensation and employers liability insurance and, if necessary, commercial umbrella liability insurance with a limit of not less than $100,000.00 each accident for bodily injury by accident or $100,000 00 each employee for bodily injury by disease, with $500,000.00 policy limit. i ENGINEER waives all rights against the CITY and its agents, officers directors and employees for recovery of damages to the extent these damages are covered by workers compensation and employer's liability or commercial umbrella insurance obtained by ENGINEER pursuant to this agreement. d. Professional Liability — the ENGINEER shall maintain professional liability, a claims -made policy with a minimum of $1,000,000.00 per claim and aggregate The policy shall contain a retroactive date prior to the date of the contract or the first date of services to be performed, whichever is earlier Coverage shall be maintained for a period of 5 years following the completion of the contract An annual certificate of insurance specifically referencing this project shall be submitted to the CITY for each year following completion of the contract. (2) GENERAL INSURANCE REQUIREMENTS a. Certificates of insurance evidencing that the ENGINEER has obtained all required insurance shall be delivered to the CITY prior to ENGINEER proceeding with the PROJECT. b. Applicable policies shall be endorsed to name the CITY an Additional Insured thereon, as its interests may appear. The term CITY shall include its employees, officers, officials, agents and volunteers as respects the contracted services. c. Certificate(s) of insurance shall document that insurance coverage specified in this agreement are provided under applicable policies documented thereon d. Any failure on part of the CITY to request required insurance documentation shall not constitute a waiver of the insurance City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 04/06/2012 Page 7 of 16 requirements. e. A minimum of thirty (30) days notice of cancellation or material change in coverage shall be provided to the CITY. A ten (10) days notice shall be acceptable in the event of non-payment of premium. Notice shall be sent to the respective Department Director (by name), City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102. f. Insurers for all policies must be authorized to do business in the State of Texas and have a minimum rating of A:V or greater, in the current A.M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. g. Any deductible or self insured retention in excess of $25,000.00 that would change or alter the requirements herein is subject to approval by the CITY in writing, if coverage is not provided on a first -dollar basis. The 'gnrPtn mrngPnt to altPrnati\IP r,n�iPrarP CITY, at �� soIP dinagi n ��:. :.- �, _ 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 F ROJ ECT. 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. 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 c aims -ma e. 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. m. Sub consultants and subcontractors to/of the ENGINEER shall be City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 04/06/2012 Page 8 of 16 required by the ENGINEER to equivalent insurance coverage as sub consultants/subcontractors ENGINEER shall provide CITY certificate of insurance. L. Independent Consultant maintain the same or reasonably required for the ENGINEER When maintain insurance coverage, with documentation thereof on a The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. M. Disclosure The ENGINEER acknowledges to the CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interest, direct or indirect, in property abutting the proposed PROJECT and business relationships with abutting property cities. The ENGINEER further acknowledges that it will make disclosure in writing of any conflicts of interest that develop subsequent to the signing of this contract and prior to final payment under the contract N. Asbestos or Hazardous Substances (1) If asbestos or hazardous substances in any form are encountered or suspected, the ENGINEER will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. (2) If asbestos or other hazardous substances are suspected, the CITY may request the ENGINEER to assist in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. O. Permitting Authorities - Design Changes If permitting authorities require design changes so as to comply with published design criteria and/or current engineering practice standards which the ENGINEER should have been aware of at the time this Agreement was executed, the ENGINEER shall revise plans and specifications, as required, at its own cost and expense. However, if design changes are required due to the changes in the permitting authorities' published design criteria and/or practice standards criteria which are published after the date of this Agreement which the ENGINEER could not have been reasonably aware of, the ENGINEER shall notify the CITY of such changes and an adjustment in compensation will be made through an amendment to this AGREEMENT. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 04/06/2012 Page 9 of 16 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. Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule prepared in accordance with Attachment D. E. Prompt Notice City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 04/06/2012 Page 10 of 16 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 Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the provisions of Article IV E regarding the ENGINEER s Personnel at Construction Site, and provisions providing contractor indemnification of the CITY and the ENGINEER for contractor's negligence. H. Contractor Claims and Third -Party Beneficiaries (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers. "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties shall maintain no direct action against the ENGINEER, its officers, employees, and subcontractors for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the CITY will be the beneficiary of any undertaking by the ENGINEER " (2) This AGREEMENT gives no rights or benefits to anyone other than the CITY and the ENGINEER and there are no third -party beneficiaries (3) The CITY will include in each agreement it enters into with any other entity City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 04/06/2012 Page 11 of 16 or person regarding the PROJECT a provision that such entity or person shall have no third -party beneficiary rights under this Agreement (4) Nothing contained in this section V.H. shall be construed as a waiver of any right the CITY has to bang 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/Installation 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 City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 04/06/2012 Page 12 of 16 ENGINEER shall be authonzed to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. B Reuse of Project Documents All designs, drawings, specifications, documents, and other work products of the ENGINEER, whether in hard copy or in electronic form, are instruments of service for this PROJECT whether the PROJECT is completed or not. Reuse, change, or alteration by the CITY or by others acting through or on behalf of the CITY of any such instruments of service without the written permission of the ENGINEER will be at the CITY's sole risk. The CITY shall own the final designs, drawings, specifications and documents. C. Force Majeure The ENGINEER is not responsible for damages or delay in performance caused by acts of God strikes lockouts, accidents, or other events beyond the control of the ENGINEER that prevent ENGINEER's performance of its obligations hereunder. D Termination (1) This AGREEMENT may be terminated only by the City for convenience on 30 days' written notice This AGREEMENT may be terminated by either the CITY or the ENGINEER for cause if either party fails substantially to perform through no fault of the other and does not commence correction of such nonperformance with in 5 days of written notice and diligently complete the correction thereafter. (2) If this AGREEMENT is terminated for the convenience of the City, the ENGINEER will be paid for termination expenses as follows: a.) Cost of reproduction of partial or complete studies, plans, specifications or other forms of ENGINEER'S work product; b.) Out-of-pocket expenses for purchasing electronic data files and other data storage supplies or services; c.) The time requirements for the ENGINEER'S personnel to document the work underway at the time of the CITY'S termination for convenience so that the work effort is suitable for long time storage. (3) Prior to proceeding with termination services, the ENGINEER will submit to the CITY an itemized statement of all termination expenses The CITY'S approval will be obtained in writing prior to proceeding with City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 04/06/2012 Page 13 of 16 termination services. 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. Indemnification In accordance with Texas Local Government Code Section 271.904, the ENGINEER shall indemnify hold harmless and defend the CITY against liability for any damage caused by or resulting from an act of negligence intentional tort, intellectual property infringement or failure to pay a subcontractor or supplier committed by the ENGINEER or ENGINEER's agent, consultant under contract, or another entity over which the ENGINEER exercises control. G. Assignment Neither party shall assign all or any part of this AGREEMENT without the prior written consent of the other party H. Interpretation Limitations on liability and indemnities in this AGREEMENT are business u nderstandings between the parties and shall apply to all the different theories of recovery, including breach of contract or warranty tort including n egligence, strict or statutory liability, or any other cause of action, except for willful misconduct or gross negligence for limitations of liability and sole n egligence 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, Texas. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 04/06/2012 Page 14 of 16 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 Signatures This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A - Scope of Services Attachment B — Compensation Attachment C - Amendments to Standard Agreement for Engineering Services Attachment D - Project Schedule Attachment E - Location Map City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 04/06/2012 Page 15 of 16 Executed and effective this the ./. id BY: CITY OF FORT WORTH t"stettessesseip CL—r- s* Fernando Costa Assistant City Manager Date: 4,�,ZG 12. APPROVAL RECOMMENDED: By: (//n4 S Frank Crumb, P.E. Director, Water Department APPROVED AS TO FORM LEG ' LITY ri'T1ir Doug as .Black Assistant City Attorney ATTEST: Mary J. Kayser` City Secretary o BY: ENGINEER Hazen and Sawyer, P.0 onJald L. Taylol(,„'.E./ Vice President Date: V/ ? //� AND M&C No.: M&C Date: "� • 1 0 .01Fie 44 A� 4 ?FZS.,Y 16%, / %04SCICA ° . g_ 0 1 .-0 , f cogg 15 00 0 69 ik ,Y 416SwitrA 4)991 IZid, S ..-$ City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 04/06/2012 Page 16 of 16 OFFICIAL RECORD CITY SECRETARY WORTH, TXi FT.1�IV a ATTACHMENT A DESIGN SERVICES FOR VILLAGE CREEK WRF GRAVITY BELT THICKENER ADDITION CITY PROJECT NO.: 01847 ATTACHMENT A Scope for Enaineerina Desian Related Services for Water and/or Sanitary Sewer Improvements DESIGN SERVICES FOR VILLAGE CREEK WRF GRAVITY BELT THICKENER ADDITION CITY PROJECT NO.: 01847 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. Task 1. Task 2. Task 3. Task 4 Task 5 Task 6 Task 7 Task 8. Task 9 Task 10 WORK TO BE PERFORMED Design Management Conceptual Design Preliminary Design Final Design Bid Phase Services Construction Phase Services — NA ROW/Easement Services - NA Survey and Subsurface Utility Engineering Services - NA Permitting - NA Additional Services not Included in the Existing Scope of Services 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. Managing the Team • Lead, manage and direct design team activities • Ensure quality control is practiced in performance of the work • Communicate internally among team members • Task and allocate team resources City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 1 of 12 ATTACHMENT A DESIGN SERVICES FOR VILLAGE CREEK WRF GRAVITY BELT THICKENER ADDITION CITY PROJECT NO.: 01847 1.2. Communications and Reporting • Attend a pre -design project kickoff/chartering meeting with CITY staff to confirm and clarify scope, understand CITY objectives, and ensure economical and functional designs that meet CITY requirements • Conduct review meetings with the CITY. Meetings shall be held for each deliverable and at an approximately monthly interval for a total of 10 meetings. • Prepare and submit baseline Project Schedule initially, and Project Schedule updates with a schedule narrative monthly, as required in Attachment D to this Standard Agreement and according to the City of Fort Worth s Schedule Guidance Document. • Prepare and submit monthly progress reports in the format provided by the Water Department • Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at the end of the project • Prepare invoices and submit monthly in the format requested by the CITY. ASSUMPTIONS • 10 MWBE reports will be prepared • 10 meetings with city staff • 10 monthly water department progress reports will be prepared • 10 monthly project schedule updates will be prepared DELIVERABLES A. Meeting summaries with action items B. Monthly invoices C. Monthly progress reports D. Baseline design schedule E Monthly schedule updates with schedule narrative describing any current or anticipated schedule changes F. Monthly M/WBE Report Form and Final Summary Payment Report Form TASK 2. CONCEPTUAL DESIGN (30 PERCENT). The Conceptual Design shall be submitted to CITY per the approved Project Schedule. The purpose of the conceptual design is for the ENGINEER to perform the following services. City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 2 of 12 ATTACHMENT A DESIGN SERVICES FOR VILLAGE CREEK WRF GRAVITY BELT THICKENER ADDITION CITY PROJECT NO.: 01847 2.1 Sludge Production Evaluation and Technical Memorandum ■ Develop sludge mass calculations to determine waste activated sludge (WAS) and high -rate clarification (HRC) sludge production for current (2010) and future (2020) influent flow and treatment processes. Sludge mass calculations will be developed for following three plant flow conditions for each planning horizon (2010 and 2020) 1) wet weather/peak influent flow events; 2) maximum week flow conditions; and 3) maximum month flow conditions. Prepare and submit a sludge production technical memorandum summarizing the sludge production rates. Future sludge production mass calculations will be based on: Influent flow and influent waste load projections contained in the current HRC sludge production under wet weather/peak influent flow events will assume the historical maximum (worst case) sludge production based on current (not design) chemical usage. Available operating data will be used to estimate future HRC sludge production rates and the frequency at which these production rates occur. 2.2 Chemical Usage Evaluation and Technical Memorandum ■ Review current chemical usage at the gravity belt thickener (GBT) building and determine if current chemical facilities are adequate for processing the three sludge types (HRC sludge and WAS). Compare available operating data with typical polymer usage rates for each of these types of sludge as well as 50/50 HRC/WAS mass proportional blends. In consultation with the city's polymer vendor, conduct jar tests, specific resistance tests (Buchner funnel tests), and/or capillary suction time (CST) tests on waste sludge from the primary and secondary clarifiers, and the HRC (if available). Based on optimum dosages obtained from the polymer tests, determine feed rates, polymer storage, conditioning preparation and feed equipment requirements. Compare current polymer feed system equipment and storage capabilities with future requirements for processing each type of sludge utilizing GBTs. Provide a chemical usage technical memorandum summarizing findings, including optimal polymer dosages for each of the sludge types, current polymer storage and feed equipment capacity, required production rates for each planning horizon, and recommendations for equipment installations. Any gaps between current or future capacities and production will be clearly identified ■ Determine storage capacity of existing dissolved flotation thickeners (DAFTs). City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 3 of 12 ATTACHMENT A DESIGN SERVICES FOR VILLAGE CREEK WRF GRAVITY BELT THICKENER ADDITION CITY PROJECT NO.: 01847 2.3 GBT Thickening Alternatives Technical Memorandum Utilizing the sludge production mass calculations, define the total maximum thickening and storage capacity and number of GBTs for the year 2020 WAS and HRC sludges. Prepare a GBT thickening alternatives technical memorandum. Operating costs and/or energy usage estimates are not included in this scope of work. The memorandum will: summarize recommended sludge storage volumes and recommended thickening equipment capacities for the year 2020, identify number of DAFTs that must remain in service based on projected sludge production for current (2010) and 2020 sludge production values. evaluate and provide recommendations for interim improvements to accommodate current HRC and WAS thickening, Evaluation of interim improvements will include three alternatives: 1) Store HRC in one DAFT. Route WAS to GBT sludge feed tank. GBT feed pumping and piping system capable of accommodating a full range of feedstock blends between WAS and HRC sludges. 2-3 DAFTs would remain in use for additional WAS thickening; 2) Store HRC sludge in new tank. Route WAS to GBT sludge feed tank and utilize GBTs exclusively for WAS thickening 2-3 DAFTs would remain in service for additional WAS thickening. HRC would be routed to head of plant for co -settling and thickening with primary sludge; 3) Same as alternative 2 with the added option of allowing HRC sludge to either co -settle with primary sludge or route to GBTs. GBT feed pumping and piping system capable of accommodating a full range of feedstock blends between WAS and HRC sludges. provide conceptual plan view layouts for recommended interim thickening alternative, provide conceptual plan view layout of pipe routing for recommended interim thickening alternative, provide conceptual -level capital costs for each interim thickening alternative (two concept -level capital cost estimates). Present (through the defined deliverables) these alternatives to the CITY. Following submittal of each technical memorandum (3 total), conduct a meeting with city staff for presentation and review of each technical memorandum (total of two meetings). Recommend the alternatives that successfully addresses the design problem, Obtain the CITY's endorsement of this concept, and Develop and present to the CITY a process control strategy and the associated Process Mechanical Instrumentation Diagrams (PMIDs) for the recommended and endorsed interim GBT thickening alternative. City of Fo t Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 4 of 12 ATTACHMENT A DESIGN SERVICES FOR VILLAGE CREEK WRF GRAVITY BELT THICKENER ADDITION CITY PROJECT NO.; 01847 ENGINEER will develop the conceptual design of the infrastructure as follows. 2.4. Data Collection • In addition to data obtained from the CITY, ENGINEER will research proposed improvements in conjunction with any other planned future improvements that may influence the project • The ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including but not limited to; utilities, VCWRF Master Plans VCWRF Operations and Maintenance Manuals, condition assessments and planned improvements. ENGINEER will also review existing plant plans/specifications, shop drawings, and operating data for existing facilities within the VCWRF. • The data collection efforts will also include conducting coordination meetings with city staff as necessary to identify/clarify operational requirements and clarify operating data. • The ENGINEER shall visit the project site and review the condition of the DAFTs and gravity thickeners to determine suitability for continued use and required structural upgrades. The city will facilitate entry for inspection of tanks interiors. 2.5. Geotechnical Investigations • Test borings and other subsurface investigations are not included in this scope. If the CITY determines that such borings or investigations are needed, then the ENGINEER shall work with the CITY and CITY's geotechnical consultant to draw up specifications for such testing program. The cost of such testing will be paid for by the CITY. 2.6 The Conceptual Design Report shall include the following: • Cover • Each technical memorandum will be incorporated into the conceptual design report as a separate section. • Graphic exhibits and written summary of alternative design concepts considered, strengths and weaknesses of each, and the rationale for selecting the recommended design concept. • Documentation of key design decisions (Project Decision Log) • Estimates of probable construction cost for interim improvements. • Following submittal of the conceptual design report, conduct a meeting with city staff for presentation and review of the design report. ASSUMPTIONS • 0 Geotechnical borings are expected for this project. City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 5 of 12 ATTACHMENT A DESIGN SERVICES FOR VILLAGE CREEK WRF GRAVITY BELT THICKENER ADDITION CITY PROJECT NO.: 01847 • 10 copies of each technical memorandum (3 total) will be delivered. Technical memoranda shall be letter size and comb bound with a clear plastic cover. Drawings included as exhibits in the technical memoranda will be 11" x 17" size fold outs bound in the memoranda • 1 electronic copy of each technical memorandum in Adobe Acrobat PDF (version 6.0 or higher) format will be delivered on CD as part of the final Conceptual Design Report. • Engineer shall prepare meeting minutes for the technical memoranda review meetings and revise the technical memoranda as needed. • 10 copies of the conceptual design report (30% design) will be delivered. Report shall be letter sized and comb- bound with a clear plastic cover. Drawings will be 11' x 17" size fold outs bound in the report. • 1 copy of the conceptual design report (30% design) in Adobe Acrobat PDF (version 6.0 or higher) format with bookmarks but no interactive links will be delivered on CD with the final conceptual design report. • ENGINEER shall prepare the meeting minutes of the Concept Report Review meeting and revise the report, if needed. ENGINEER shall not proceed with Preliminary Design activities without obtaining written approval by the CITY of the Conceptual Design Report. • DELIVERABLES A. Sludge Production Technical Memorandum B. Chemical Usage Technical Memorandum C. GBT Thickening Alternatives Technical Memorandum D. Conceptual Design Report E. Process Control Strategy and PMIDs TASK 3. PRELIMINARY DESIGN (60 PERCENT). Preliminary plans and specifications shall be submitted to CITY per the approved Project Schedule. The 60% design will include installation of a third GBT and associated improvements as recommended in Task 2 Associated interim improvements may include GBT feed pumping and piping system capable of accommodating a full range of feedstock blends between WAS and HRC sludges, and/or new HRC storage tank, pumping and piping. Detailed design of improvements to the DAFTs is not included in this scope of work. ENGINEER will develop the preliminary design of the infrastructure as follows. 3.1. Development of Preliminary Design Drawings and Specifications shall include the following: City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 6 of 12 ATTACHMENT A DESIGN SERVICES FOR VILLAGE CREEK WRF GRAVITY BELT THICKENER ADDITION CITY PROJECT NO.: 01847 Plans • Cover Sheet • A Proiect Control Sheet, N/A • Overall proiect easement layout sheet(s) N/A • Overall proiect yard piping layout sheets. The yard piping layout sheet shall identify the proposed piping improvement/ existing piping in the vicinity and all water appurtenances valves, and fire hydrants and all sewer manholes and appurtenances in the vicinity as needed to construct the project. • Overall water and/or sanitary sewer abandonment sheet: N/A • Coordinates: N/A. • Bench marks N/A • Bearings N/A • Station eauations N/A • Enlarged Yard Piping Plan sheets N/A • Yard Piping Plan and profile sheets: N/A • Gravity Belt Thickener Building modifications including mechanical electrical, instrumentation, and control. No architectural or structural modifications are anticipated and therefore are not included. • DAFT modifications N/A • A detailed plan sheet list is included as Attachment Al Specifications • The CITY's front end and technical specifications will be used. The ENGINEER shall supplement the technical specifications as needed. 3.2. Geotechnical Investigation • Geotechnical investigation services are not included in this project. 3.3. Constructability Review • Prior to the 60 percent review meeting with the CITY, the ENGINEER shall schedule and attend a project site visit with the CITY Project Manager and Construction personnel to walk the project. The ENGINEER shall summarize the CITY's comments from the field visit and submit this information to the CITY in writing in the form of meeting minutes. 3.4. Utility Clearance • The ENGINEER will consult with the CITY's Water Department to determine the approximate location of above and underground utilities, and other facilities (current and future) that have an impact or influence on the project. ENGINEER City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 7of12 ATTACHMENT A DESIGN SERVICES FOR VILLAGE CREEK WRF GRAVITY BELT THICKENER ADDITION CITY PROJECT NO.: 01847 will design CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible consider potential future utilities in designs. 3.5 Preliminary Design (60%) Review Meeting • Following submittal of the preliminary design (60%) documents, conduct a meeting with CITY staff for review of the documents. ASSUMPTIONS • 3 sets of 11 " x 17"" Constructability Review. size plans will be delivered for the • 10 sets of 11 ' x 17" size plans will be delivered for the Preliminary Design (60% design). • 10 sets of specifications will be delivered for the Preliminary Design (60% design). Specifications will include Division 1 and major equipment. • 1 set of the preliminary design drawings and specifications will delivered in Adobe Acrobat PDF (version 6.0 or higher) format with bookmarks but no interactive links with the hardcopies. • The CITY's front end and technical specifications will be used. The ENGINEER shall supplement the technical specifications if needed. • ENGINEER shall prepare the meeting minutes of the Preliminary Design (60%) Review meeting and in corporate comments into the documents as needed • ENGINEER shall not proceed with Final Design activities without written approval by the CITY of the Preliminary Design plans. • Upon approval of the Preliminary Design plans, the final Operations Evaluation Technical Memorandum will be developed to facilitate the development of the control narratives and the project I/O list. DELIVERABLES A. Preliminary Design drawings (60%) and specifications B. Estimate of probable construction cost (60%) C. Updated Project Decision Log TASK 4. FINAL DESIGN (90 PERCENT) AND BID SET DOCUMENTS (100 PERCENT). Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as follows: 4.1 Final Design (90%) Plans and Specifications • Draft Final plans (90%) and specifications shall be submitted to CITY per the approved Project Schedule. City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 8 of 12 ATTACHMENT A DESIGN SERVICES FOR VILLAGE CREEK WRF GRAVITY BELT THICKENER ADDITION CITY PROJECT NO.: 01847 4.2 Bid Set (100%) Plans and Specifications • Following a 90% construction plan review meeting with the CITY, the ENGINEER shall submit Construction Bid Documents (100%) to the CITY per the approved Project Schedule. Each plan sheet shall be stamped dated, and signed by the ENGINEER registered in State of Texas. • The ENGINEER shall submit a final design estimate of probable construction cost with both the 90% design and Bid Set (100%) packages. 4.3 Final Design (90%) Review Meeting • Following submittal of the final design (90%) documents, conduct a meeting with city staff for review of the documents. ASSUMPTIONS • 10 sets of 11" X 17" size drawings and 10 sets of specifications will be delivered for the 90% Design package. • ENGINEER shall prepare the meeting minutes of the Final Design (90%) Review meeting and in corporate comments into the bid documents as needed. • 1 set of the final design drawings (90%) and specifications will delivered in Adobe Acrobat PDF (version 6.0 or higher) format with bookmarks but no interactive links with the hardcopies. • 5 sets of 11 'x17" size drawings and 5 sets of specifications will be delivered for the Bid Set (100%) package. • 1 set of the Bid Set (100%) drawings and specifications will delivered in Adobe Acrobat PDF (version 6.0 or higher) format with bookmarks but no interactive links format on CD with the hardcopies. DELIVERABLES A. 90% construction plans and specifications. B. Bid Set (100%) construction plans and specifications. C. Detailed estimates of probable construction costs (90% and 100%). D. Updated Project Decision Log (90%) E. Original cover Mylar (22"x34") for the signatures of authorized CITY officials. TASK 5. BID PHASE SERVICES. ENGINEER will support the bid phase of the project as follows. 5.1. Bid Support • The ENGINEER shall upload all plans and contract documents onto Buzzsaw for access to potential bidders. City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 9 of 12 • ATTACHMENT A DESIGN SERVICES FOR VILLAGE CREEK WRF GRAVITY BELT THICKENER ADDITION CITY PROJECT NO.: 01847 • Bid Form shall be uploaded in an .xls file • Unit Price Proposal documents:N/A • Plan Sets are to be uploaded to Buzzsaw as a Adobe Acrobat PDF (version 6.0 or higher). The .PDF will consist of one file of the entire plan set. • The ENGINEER shall sell contract documents and maintain a plan holders list on Buzzsaw from documents sold and from Contractor's uploaded Plan Holder Registrations in Buzzsaw. • The ENGINEER will develop and implement procedures for receiving and answering bidders' questions and requests for additional information The procedures shall include a log of all significant bidders questions and requests and the response thereto. The log shall be housed and maintained in the project's Buzzsaw folder titled Request for Information. The ENGINEER will provide technical interpretation of the contract bid documents and will prepare proposed responses to all bidders questions and requests, in the form of addenda The ENGINEER shall upload all approved addenda onto Buzzsaw and mail addenda to all plan holders • Attend the pre -bid conference in support of the CITY. ENGINEER shall prepare an agenda for use by the CITY. • Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. When substitution prior to award of contracts is allowed in the contract documents, the ENGINEER will advise the CITY as to the acceptability of alternate materials and equipment proposed by bidders. • Attend the bid opening in support of the CITY. • Tabulate and review all bids received for the construction project, assist the CITY in evaluating bids, and recommend award of the contract. A copy of the Bid Tabulation is to be uploaded into the project's Bid Responses folder on Buzzsaw. • Incorporate all addenda into the contract documents and issue conformed sets. 5.2 Conformed Drawings • The ENGINEER shall submit a set of sealed conformed drawings for record storage. Conformed drawings shall be submitted in both hardcopy and electronic format. • Electronic Record Drawings shall also be submitted in both Adobe Acrobat PDF format (version 6 0 or higher) format and DWG format. ASSUMPTIONS • The project will be bid only once and awarded to one contractor. • 20 sets of construction documents will be sold to and made available on Buzzsaw for plan holders and/or given to plan viewing rooms. City of Fort Worth, Texas Attachment A MO Release Date: 08.27.2010 Page 10 of 12 ATTACHMENT A DESIGN SERVICES FOR VILLAGE CREEK WRF GRAVITY BELT THICKENER ADDITION CITY PROJECT NO.: 01847 • 3 sets of 22" X 34" size and 10 sets of 11" X 17" size drawings plans and 10 sets of specifications (conformed, if applicable) will be delivered to the CITY DELIVERABLES A. Addenda B. Bid tabulations C. Recommendation of award D. Construction documents (conformed, if applicable) TASK 6. CONSTRUCTION PHASE SERVICES. Construction phase services are not included in this project. TASK 7. ROW/EASEMENT SERVICES Right of way services are not included in this project. TASK 8. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES. Survey services are not included in this project. TASK 9. PERMITTING Permitting services are not included in this project. TASK 10 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: • • • • • • N egotiation of easements or property acquisition including temporary right -of - entries. S ervices related to development of the CITY's project financing and/or budget. S ervices related to disputes over pre -qualification, bid protests bid rejection and re -bidding of the contract for construction. Construction management and inspection services Periodic site visits during construction phase Design phase public meetings City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 11 of 12 ATTACHMENT A DESIGN SERVICES FOR VILLAGE CREEK WRF GRAVITY BELT THICKENER ADDITION CITY PROJECT NO.: 01847 • Performance of materials testing or specialty testing services. • Services necessary due to the default of the Contractor. • Services related to damages caused by fire, flood, earthquake or other acts of God. • Services related to warranty claims, enforcement and inspection after final completion. • Services related to submitting for permits (i.e.TxDOT, railroad, etc...) • Services related to Subsurface Utility Engineering Levels A, B, C or D • Services related to Survey Construction Staking • Services related to acquiring real property including but not limited to e asements right-of-way, and/or temporary right -of -entries. • Services to support, prepare, document, bring, defend, or assist in litigation u ndertaken or defended by the CITY. • Performance of miscellaneous and supplemental services related to the project as requested by the CITY. City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 12 of 12 too: �sf Pagjt: : 2 3 5 6 7 8 ATTACHMENT Al PROPOSED PLAN SHEET LIST FOR VILLAGE CREEK WRF GRAVITY BELT THICKENER ADDITION CITY PROJECT NO.:01847 ATTACHMENT Al PROPOSED PLAN SHEET LIST FOR VILLAGE CREEK WRF GRAVITY BELT THICKENER ADDITION CITY PROJECT NO.: 01847 Cover Index Sheet Village Creek Location Map General Notes General Legend and Abbreviations - I General Legend and Abbreviations -II Key Map Temporary Facilities and Construction Staging Areas >filytiil Existing Site Plan - Project Area 10 1 lOverall Yard Piping Plan 12 Ix 'Proposed Flow D t g ���iagram -GBTs osed Process Flow Diagram - GBTs 13 (Process Flow Diagram - GBT Polymer Feed System 14 15 16 17 18 19 20 21 22 23 24 25 26 27 1 1 1 i 1, I-IFkC Storage tank and Pumps Plan HRC Storage Tank and Pumps Sections Gravity Belt Thickener Budding Plan Gravity Belt Thickener Building Enlarged Plan - Sheet 1 Gravity Belt Thickener Budding Enlarged Plan - Sheet 2 Gravity Belt Thickener Budding Sections - Sheet 1 Gravity Belt Thickener Building Sections - Sheet 2 Gravity Belt Thickener Building Sections - Sheet 3 Gravity Belt Thickener Building Sections - Sheet 4 GBT Polymer Feed and Storage Area - Plan GBT Polymer Feed and Storage Area -Sections Mechanical Standard Details Sheet 1 Mechanical Standard Details Sheet 2 Mechanical Standard Details Sheet 3 H&S CPY H&S CPY H&S CPY H&S CPY H&S CPY H&S CPY H&S CPY H&S CPY JQ CPY JQ CPY H&S CPY H&S CPY LAN CPY H&S CPY H&S CPY H&S CPY H&S CPY H&S CPY H&S CPY H&S CPY H&S CPY H&S CPY LAN CPY LAN CPY H&S CPY H&S CPY H&S CPY Page 1 of 2 No. of Poe' 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 E-01 E-03 E-04 E-05 E-06 EA-01 EA-02 EA-03 EA-04 EA-05 EA-06 EA-07 EA-08 EA-09 EZ-01 EZ-02 di_Mads4Tef*' IAA" Ili. Electrical Symbols & Legend 1 Electrical General Notes Wire & Conduit Schedule Overall Site Plan Enlarged Site Plan ATTACHMENT Al PROPOSED PLAN SHEET LIST FOR VILLAGE CREEK WRF GRAVITY BELT THICKENER ADDITION CITY PROJECT NO.:01847 �tS gNI$rhnAj)li eV LAIN ll MCC-1 One -Line Diagram — Addition / Modification MCC-2 One -Line Diagram —Addition / Modification Electrical Room — Layout & Details Upper Level — Electrical Plan Lower Level — Electrical Plan Electrical Riser Diagram & Details Electrical Schematic' Electrical Schematic II PLC Interface Diagram Electrical Standard Detail 1 Electrical Standard Detail 11 44 1-01 .. Instrumentation Symbols & Legend 45 1-02 Overall Plant Architecture Layout 46 1-04 Gravity Belt Thickener P&ID 47 1-05 Loop Diagram I 48 1-06 Loop Diagram II 49 I-14 PLC Cabinet Detail 50 1-15 Instrument Installation Details onsibte.! QC NI Al !$ �firrnar,k/llAJUk7X/�l GAI GAI GAI GAI GAI GAI GAI GAI GAI GAI GAI GAI GAI GAI GAI GAI GAI GAI GAI GAI GAI GAI GAI GAI H&S H&S H&S H&S H&S H&S H&S H&S H&S H&S H&S H&S H&S H&S H&S H&S H&S H&S H&S H&S H&S H&S H&S H&S Page 2 of 2 I. ATTACHMENT B COMPENSATION Design Services for Village Creek WRF Gravity Belt Thickener Addition City Project No.01847 Time and Materials with Rate Schedule Project Compensation A. The ENGINEER shall be compensated for personnel time, non -labor expenses, and subcontract expenses in performing services enumerated in Attachment A as follows: i. Personnel Time. Personnel time shall be compensated based upon hours worked directly in performing the PROJECT multiplied by the appropriate Labor Category Rate for the ENGINEER's team member performing the work. Labor Cateaory Rate as presented in the rate schedule table below is the rate for each labor category performing the work and includes all direct salaries, overhead, and profit. Labor Category Project Manager Project QC Technical Specialist Assistant Project Manager Project Engineer EIT CADD Admin 2012 Rate ($/hour) 205 205 210 145 140 115 110 100 215 215 220 155 150 120 115 105 2013 if. Non -Labor Expenses. Non -labor expenses shall be reimbursed as Direct Expenses at invoice or internal office cost. Direct Expenses (non -labor) include, but are not limited to, mileage, travel and lodging expenses mail, supplies, printing and reproduction services, other direct expenses associated with delivery of the work; plus applicable sales, use, value added, business transfer gross receipts, or other similar taxes. Subcontract Expenses. Subcontract expenses and outside services shall be reimbursed at cost to ENGINEER plus a markup of ten percent (10%). City of Fort Worth, Texas Attachment B PMO Official Release Date: 5.19.2010 Pagel of4 B-1 ATTACHMENT B COMPENSATION iv. Budgets. ENGINEER will make reasonable efforts to complete the work within the budget and will keep the City informed of progress toward that end so that the budget or work effort can be adjusted if found necessary. ENGINEER is not obligated to incur costs beyond the indicated budgets as may be adjusted, nor is the City obligated to pay ENGINEER beyond these limits. If ENGINEER projects, in the course of providing the necessary services, that the PROJECT cost presented in Article 2 of this Agreement will be exceeded, whether by change in scope of the project, increased costs or other conditions, the ENGINEER shall immediately report such fact to the City and, if so instructed by the City, shall suspend all work hereunder. When any budget has been increased ENGINEER's excess costs expended prior to such increase will be allowable to the same extent as if such costs had been incurred after the approved increase. B. The ENGINEER shall be paid monthly payments as described in Section II Method of Payment. II. Method of Payment The ENGINEER shall be paid by the City based upon an invoice created on the basis of statements prepared from the books and records of account of the ENGINEER, based on the actual hours and costs expended by the ENGINEER in performing the work. B. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. C. ENGINEER shall prepare and submit invoices in the format and including content as presented in Exhibit B-1. D. Payment of invoices will be subject to certification by the City that such work has been performed. 111. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Engineering Department monthly progress reports and schedules in the format required by the City. City of Fort Worth, Texas Attachment B PMO Official Release Date: 5.19.2010 Page 2 of 4 B-2 IV. ATTACHMENT B COMPENSATION Summary of Total Project Fees Firm Prime Consultant Hazen and Sawyer Primary Responsibility PM, Sludge Productions, GBT Thickening Alternatives, QC Electrical and I&C, Proposed M/WBE Sub -Consultants Gupta and Associates, Inc Chiang Patel & Yerby, Inc. JQ Infrastructure Non-M/WBE Consultants Lockwood, Andrews and Newnam, Inc. Electrical, Instrumentation and Controls Quality Control for Process Mechanical Project Number & Name Village Creek WRF Gravity Belt Thickener Addition City M/WBE Goal = 20.0% City of Fort Worth, Texas Attachment B PMO Official Release Date: 5.19.2010 Page 3 of 4 TOTAL Total Fee $352,263 Fee Amount I % 208,784 59.27 36,179 25,500 15,000 10.27 7.24 4.26 66,800 18.96 $352,263 M/WBE Fee $76,679 100% M/WBE % 21.8% Consultant Committed Goal = 20.0 cio B-3 EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) Insert required invoice format following this page, including negotiated total budget and allocations of budgets across desired work types and work phases. City of Fort Worth, Texas Attachment B PMO Official Release Date: 5.19.2010 Page 4 of 4 Professional Services Payment Request Project Manager: Seiavash Mir Project: Village Creek WRF Gravity Belt Thickener Addition City Project #: 01847 City Sec Number: Company Name: Hazen and Sawyer, P.C. Consultant's PM: Tina Hanson Vendor Invoice #: Payment Request #: From Date: To Date: Invoice Date: Sheet Work Type 1 Work Type 2 Work Type 3 Work Type 4 Work Type 5 Work Type 6 Consultant Instructions: Summary Fill in green cells including Invoice Number, From and To Dates and the included worksheets. When your Invoice is complete, save and close, start Buzzsaw and Add your invoice to the Consultant folder within Project's folder. email: thanson@hazenandsawyer.com Office Address office address: Hazen and Sawyer, P.C.500 W 7th Street, Suite 702 FTV Telephone: telephone 817-870-2630 Fax: fax 817-870-2680 Remit Address: remit address:Hazen and Sawyer, P.C.498 Seventh AvenueNew York, N FAC and Work Type Description Totals This Payment Request Agreement Agreement Amendment Amount to Amount Amount Date Overall Percentage Spent: Amount Spent Percent ($) Invoiced Current Remaining Spent Previously Invoice Balance Hazen and Sawyer, P.C. office address: Hazen and Sawyer, P.C. CFW Project Manager .w.....-.•. ..I A OP 4n,ennth Avnn,+- telephone 817-870-2630 fax 817-870-2680 remit address: Hazen and Sawyer, P.C. Seiavash Mir Consultants Project Manager: Tina Hanson Consultants email: chanson@hazenandsawyer.com Name of Project : Labor Category (Project Manager Project QC Tecbnicai specialist Assistant Protect Manager Project Engineer EIT CADD Administrative Support Total Labor Subcontract Service Village Creek WRF Gravity Belt Thickener Addition Name Gupta and Associates, Inc Chiang, Patel & Yerby, Inc JO Infrastructure, Inc Lockwood, Andrews, & Newnam, Inc, Subcontractor Subtotal 10 Percent Markup on Subcontract Services Nonlabor Expenses Nonlabor Expense Subtotal Hours L �I 1 0.0 Total Expenses (Subcontract Services+Markup+Nonlabor Expenses) TOTAL DUE THIS INVOICE Consultant Project No. Prof. Invoice No. Invoice date: Period From Date To Date City Secretary Contract #: P.O. Number: Rate / /hrt Amount 205.00 $0.00 205.00 $0.00 210.00 $0.00 145.00 $0.00 140.00 $0.00 115.00 $0.00 110.00 $0.00 100.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $o.00 $0.00 $0.00 $0.00 Invoice 60000.000 $0.00 $0.00 $0.00 ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for Village Creek WRF Gravity Belt Thickener Addition City Project No. 01847 There are no changes to the Standard Agreement. City of Fort Worth, Texas Attachment C PMO Release Date: 05,19,2010 Page I of 1 Consulting Contract Schedule Specifications City of Fort Worth Capital Improvement Program FORT WORTH Attachment D - Project Schedule This PROTECT requires a Tier 3 schedule as defined herein and in the Citu's Schedule Guidance Document D1. CONSULTING SERVICES SCHEDULE DEVELOPMENT: The CONSULTANT shall prepare schedules for consulting services that meet the requirements described in this specification, showing by Critical Path Method (CPM) the planned sequence and timing of the Work associated with the Agreement All submittals shall be submitted in PDF format, and schedule files shall also be submitted in native file format (i.e. file formats associated with the scheduling software). The approved scheduling software systems for creating the schedule files are• Primavera (Version 6.1 or later or approved by CITY) Primavera Contractor (Version 6.1 or later or approved by CITY) Microsoft Project (Version 2003/2007 or later or approved by CITY)(PHASING OUT) D2. BASELINE CONSULTING SERVICES SCHEDULE: Following notice -to -proceed the CONSULTANT shall develop, submit and review the draft detailed baseline consulting services schedule with the CITY to demonstrate the CONSULTANT s understanding of the Agreement requirements and approach for performing the work. The CONSULTANT will prepare the final detailed baseline consulting services schedule based on CITY comments, if any, and submit to the CITY no later than the submittal of the first project invoice. The following guidelines shall be adhered to in preparing the baseline schedule, and as described in further detail in the CITY s Schedule Guidance Document. a. The scope shall be subdivided by work breakdown structure (WBS) representing the tasks, subtasks and activities associated with delivering the work. b. The schedule shall accurately describe the major work activities, key milestones, and dependencies/relationships as appropriate to the work. c. The schedule should include appropriate meetings, review periods, critical decision points, including third party utility dependencies and reviewing agencies. D3. PROGRESS CONSULTING SERVICES SCHEDULE The CONSULTANT shall prepare and submit monthly to the CITY for approval the updated schedule in accordance with D1 and D2 and the CITY's Schedule Guidance Document inclusive. As the Work progresses, the CONSULTANT shall enter into the schedule and record actual progress as described in the CITY's Schedule Guidance Document. The updated schedule submittal shall also include a concise schedule narrative that highlights the following, if appropriate and applicable: • Changes in the critical path, • Expected schedule changes, • Potential delays, • Opportunities to expedite the schedule, • Coordination issues the CITY should be aware of or can assist with, City of Fort Worth, Texas Attachment D PMO Release Date: 02.15.2011 Pagel of2 • Other schedule -related issues that the CONSULTANT wishes to communicate to the CITY. D4. PERFORMANCE AND CONSULTING SERVICES SCHEDULE: If the work accomplished falls behind that scheduled due to factors within the CONSULTANT's control, the CONSULTANT shall take such action as necessary to improve the progress of the Work. In addition, the CITY may require the CONSULTANT to submit a revised schedule demonstrating the proposed plan to make up the delay in schedule progress and to ensure completion of the Work within the allotted Agreement time. D5. SCHEDULE TIERS SPECIAL INSTRUCTIONS: The requirements for the schedule are determined based on the nature and needs of the project. The schedule tier for this project is stated at the top of this document. CONSULTANT shall submit each schedule relying on the CITY's current Schedule Guidance Document. D6. SCHEDULE SUBMITTAL AND PAYMENT: As stated in IILA.(1). of the Agieement, CONSULTANT shall provide the information required by Attachment D CONSULTANT's monthly invoices will not be accepted and processed for payment without monthly schedule updates that are submitted in the time and manner required by Attachment D and the CITY's current Schedule Guidance Document. City of Fort Worth, Texas Attachment D PMO Release Date: 02.15.2011 Page 2 of 2 1V1 VC.I_. 1\%.,dV 1l.VV rage 1 01G COUNCIL ACTION: Approved on 4/10/2012 DATE: 4/10/2012 REFERENCE NO.: CODE: C SUBJECT: TYPE• **C-25555 LOG NAME: CONSENT PUBLIC HEARING: Official site of the City of Fort Worth, Texas FORT WORTII 60VCWRF GRAVITY BELT THICKENER ADDITION NO Authorize Execution of an Engineering Agreement with Hazen and Sawyer, P.C., in the Amount of $352,236.00 for the Design of the Village Creek Water Reclamation Facility Gravity Belt Thickener Addition (COUNCIL DISTRICT 5) RECOMMENDATION: It is recommended that the City Council authorize the execution of an engineering Agreement with Hazen and Sawyer, P.C., in the amount of $352,236.00 for the design of the Village Creek Water Reclamation Facility Gravity Belt Thickener Addition. DISCUSSION: The Village Creek Water Reclamation Facility Gravity Belt Thickener System (GBT) was designed to support the High Rate Clarification System by removal of solids from the wastewater for processing into biosolids for beneficial reuse. The plant staff has requested that a third GBT be added and modifications made to increase the efficiency of processing solids from the normal wastewater treatment process. The project consists of a study to determine the optimum chemical requirements for processing the other normally produced sludges with GBTs and the installation of an additional GBT in the GBT Building at the Village Creek Water Reclamation Facility with all required modifications and additions to process other normally produced sludges with GBT. Hazen and Sawyer, P.C., proposes to perform this work for a fee not to exceed $352,236.00. Staff considers this fee to be fair and reasonable for the scope of services proposed. Hazen and Sawyer, P.C., is in compliance with the City's M/WBE Ordinance by committing to a 22 percent M/WBE participation. The City's goal on this project is 20 percent. In addition to the contract amount, $50,000.00 is required for project management by the Water Department. This project is located in COUNCIL DISTRICT 5. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Sewer Capital Projects Fund TO Fund/Account/Centers FROM Fund/Account/Centers P275 531200 705300184730 $352,236.00 http://apps.cfwnet.org/council_packet/mc review. asp?ID=16517&councildate=4/10/2012 4/13/2012 1V1U6.li 1\ls V t6' VV i fAbLi vi m Submitted for Citv Manager's Office bv: Fernando Costa (6122) Originating Department Head: S. Frank Crumb (8207) Additional Information Contact: Seiavash Mir (8404) ATTACHMENTS VC WWTP LocationMap.pdf http://apps.cfwnet.org/council_packet/mc review. asp?ID=16517&councildate-4/10/2012 4/13/2012