Loading...
HomeMy WebLinkAboutContract 56059 CSC No.56059 CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR GENERAL PROFESSIONAL SERVICES This agreement ("Agreement") is between the City of Fort Worth, a Texas home-rule municipality ("City"), and Carollo Engineers, Inc., authorized to do business in Texas ("Consultant"), for a project generally described as: Rolling Hills Water Treatment Plant Chlorine Scrubber System ("Project"). Article I Scope of Services (1) Consultant hereby agrees to perform professional services as set forth in this Agreement and the Scope of Services, attached hereto as Attachment "A" ("Services"). These Services shall be performed in connection with the Project. (2) Additional services, if any, will be memorialized by an amendment to this Agreement. (3) All reports, whether partial or complete, prepared under this Agreement, including any original drawings or documents, whether furnished by City, its officers, agents, employees, consultants, or contractors, or prepared by Consultant, shall be or become the property of City, and shall be furnished to the City, prior to or at the time such services are completed, or upon termination or expiration of Agreement. Article II Compensation Consultant shall be compensated an amount up to $155,200.00 ("Contract Amount") in accordance with the Fee Schedule shown in Attachment "B". Payment shall be considered full compensation for all labor (including all benefits, overhead and markups), materials, supplies, and equipment necessary to complete the Services. Consultant shall provide monthly invoices to City. Payments for services rendered shall be made in accordance with the Texas Prompt Payment Act (Texas Government Code Ch. 2251). Acceptance by Consultant of said payment shall release City from all claims or liabilities under this Agreement for anything related to, performed, or furnished in connection with the Services for which payment is made, including any act or omission of City in connection with such Services. Article III Term Time is of the essence. The term of this Agreement shall commence on the Effective Date and City of Fort Worth,Texas OFFICIAL RECORD Standard Agreement for Professional Services Revision Date:April7,2021 CITY SECRETARY Page 1 of 8 FT. WORTH, TX shall continue until the expiration of the funds or completion of the subject matter pursuant to the schedule, whichever occurs first, unless terminated in accordance with the terms of this Agreement. Unless specifically otherwise amended, the original term shall not exceed five years from the original effective date. Article IV Independent Contractor Consultant shall operate hereunder as an independent contractor and not as an officer, agent, servant, or employee of City. Consultant shall have exclusive control of and the exclusive right to control the details of the work to be performed hereunder and of all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, employees, contractors and subcontractors. The doctrine of respondeat superior shall not apply as between City and Consultant, its officers, agents, employees, contractors, and subcontractors, and nothing herein shall be construed as creating a partnership or joint venture between City and Consultant. Article V Professional Competence Work performed by Consultant shall comply in all aspects with all applicable local, state and federal laws and with all applicable, standards, codes, rules and/or regulations promulgated by local, state and national boards, bureaus and agencies. Approval to proceed by City of Consultant's work or work product 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 performance of the Services. Article VI Indemnification CONSULTANT, AT NO COST TO THE CITY, AGREES TO INDEMNIFYAND HOLD CITY, ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES, HARMLESS AGAINST ANY AND ALL CLAIMS, LAWSUITS, ACTIONS, COSTS AND EXPENSES OF ANY KIND, INCLUDING, BUT NOT LIMITED TO, THOSE FOR PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO CONSULTANT'S BUSINESS AND ANY RESULTING LOST PROFITS)AND/OR PERSONAL INJURY, INCLUDING DEATH, THAT MAY RELATE TO, ARISE OUT OF OR BE OCCASIONED BY CONSULTANT'S BREACH OF (i) ANY OF THE TERMS OR PROVISIONS OF THIS AGREEMENT OR (ii) ANY NEGLIGENT ACT OR OMISSION OR INTENTIONAL MISCONDUCT OF CONSULTANT, ITS OFFICERS, AGENTS, ASSOCIATES, EMPLOYEES, CONTRACTORS (OTHER THAN THE CITr OR SUBCONTRACTORS RELATED TO THE PERFORMANCE OR NON-PERFORMANCE OF THIS AGREEMENT. THIS SECTION SHALL SURVIVE ANY TERMINATION OR EXPIRATION OF THIS AGREEMENT. City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:April 7,2021 Page 2 of 8 Article VII Insurance Consultant shall not commence work under this Agreement until it has obtained all insurance required under Attachment F and City has approved such insurance. Article Vlll Force Majeure City and Consultant shall exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but shall not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control, including, but not limited to: acts of the public enemy, fires, strikes, lockouts, natural disasters, epidemics/pandemics, wars, riots, material or labor restrictions by any governmental authority and/or any other similar causes. Article IX Transfer or Assignment Consultant, its lawful successors and assigns, shall not assign, sublet or transfer any interest in this Agreement without prior written consent of City. Article X Termination of Contract (1) City may terminate this Agreement for convenience by providing written notice to Consultant at least 30-days prior to the date of termination, unless Consultant agrees in writing to an earlier termination date. (2) Either City or Consultant may terminate this Agreement for cause if either party fails to substantially perform, through no fault of the other and the nonperforming party does not commence correction of such nonperformance within 5 days after receipt of written notice or thereafter fails to diligently pursue the correction to completion. (3) If City chooses to terminate this Agreement, upon receipt of notice of termination by Consultant, Consultant shall discontinue Services on the date such termination is effective. City shall compensate Consultant for such services rendered based upon Article II of this Agreement and in accordance with Exhibit "B". City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:April 7,2021 Page 3 of 8 Article XI Right to Audit (1) Consultant agrees that City shall, until the expiration of three (3) years after final payment under Agreement, have access to and the right to examine any directly pertinent books, documents, papers and records of Consultant involving transactions relating to Agreement. Consultant agrees that City shall have access during normal working hours to all necessary facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. City shall give Consultant reasonable advance notice of intended audits. (2) Consultant further agrees to include in all its subcontracts hereunder, a provision to the effect that the subcontractor agrees that 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 subcontractor(s), involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor 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 subcontractor reasonable advance notice of intended audit. (3) Consultant and subcontractor(s) agree to photocopy such documents as may be requested by City. 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 XII Business Equity Participation City has goals for the full and equitable participation of minority business and/or women business enterprises in City contracts greater than $100,000. In accordance with City's Business Equity Ordinance (Ordinance No. 24535-11-2020 as codified in Chapter 20, Article X of the City's Code of Ordinances, as amended, and any relevant policy or guidance documents), Consultant acknowledges the MBE and WBE goals established for Agreement and its execution of this Agreement is Consultant's written commitment to meet the prescribed MBE and WBE participation goals. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by Consultant may result in the termination of Agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:April 7,2021 Page 4 of 8 Article XIII 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 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 or its subcontractor(s). Article XIV Immigration Nationality Act Consultant shall verify the identity and employment eligibility of its employees and employees of all subcontractor(s) who perform work under Agreement, including completing the Employment Eligibility Verification Form (1-9). Upon request by City, Consultant shall provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under Agreement. Consultant shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Consultant employee who is not legally eligible to perform such services. CONSULTANT SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONSULTANT, CONSULTANT'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Consultant, shall have the right to immediately terminate Agreement for violations of this provision by Consultant. Article XV Venue and Jurisdiction If any action, whether real or asserted, at law or in equity, arises on the basis of any provision of 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. Agreement shall be construed in accordance with the laws of the State of Texas. Article XVI Contract Construction The parties acknowledge that each Party and, if it so chooses, its counsel, have reviewed and revised Agreement and that the normal rule of contract construction, to the effect that any ambiguities are to be resolved against the drafting party, must not be employed in the City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:April 7,2021 Page 5 of 8 interpretation of Agreement or any amendments or exhibits hereto. The failure of City or Consultant to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Consultant's respective right to insist upon appropriate performance or to assert any such right on any future occasion Article XVII Severability The provisions of Agreement are severable, and if any word, phrase, clause, sentence, paragraph, section or other part of 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 Agreement and the application of such word, phrase, clause, sentence, paragraph, section, or other part of Agreement to other persons or circumstances shall not be affected thereby and Agreement shall be construed as if such invalid or unconstitutional portion had never been contained therein. Article XVIII Notices Notices regarding Articles IX or X are to be provided to the other Party by hand-delivery or via U.S. Postal Service certified mail return receipt requested, postage prepaid, to the address of the other Party shown below: City of Fort Worth Attn: Chris Harder, P.E., Director Water Department 200 Texas Street Fort Worth, Texas 76102 Consultant: Carollo Engineers, Inc. Attn: Hutch Musallam, P.E. 2795 Mitchell Drive Walnut Creek, CA 94598-1601 All other notices may be provided as described above or via electronic means. Article XIX Prohibition On Contracts With Companies Boycotting Israel Consultant, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Consultant has 10 or more full time-employees and the City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:April 7,2021 Page 6 of 8 contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Consultant certifies that Consultant's signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Consultant: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. Article XX 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 Agreement. Article XXI Attachments, Schedules and Counterparts This Agreement may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. The following attachments and schedules are hereby made a part of Agreement: Attachment A - Scope of Services Attachment B — Compensation Attachment C - Changes to Agreement Attachment D - Project Schedule Attachment E - Location Map Attachment F — Insurance Requirements REMAINDER OF PAGE INTENTIONALLY LEFT BLANK SIGNATURE PAGE AND ATTACHMENTS TO FOLLOW City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:April 7,2021 Page 7 of 8 Duly executed by each party's designated representative to be effective on the date subscribed by the City's designated Assistant City Manager. BY: BY: CITY OF FORT WORTH CONSU TANT Caroll n i bard&cu-aGu7a>LF Dana Burghdoff( 21,20 109:54 CDT) Hutch Musallam, P.E. Dana Burghdoff Vice President Assistant City Manager Jul 21,2021 Date: July 2, 2021 Date: _ APPROVAL RECOMMENDED: 2Z,4�� Troy Lani6n, P.E. By`dd °Pde�"a�d °'�20u'���`°T' Associate Vice President Chris Harder, P.E. Director, Water Department Date: July 2, 2021 Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting Form 1295 No. 2021-745648 requirements. M&C No.: 21-0374 Farda Goderya, P.E. M&C Date: June 8, 2021 Project Manager 6, FORT APPROVED AS TO FORM AND LEGALITY ATTEST: ���0°°°° °°°�'p�d 0~° DBlack(Jar 19,202113:53 CDT) Ronald P.Gonzales(Jul 21,2 12:�� 0000 ° O° By: ° Doug Black Ronald Gonzales �d'� °°°°°°°°°°° a Senior Assistant City Attorney Acting City Secretary ����EXpSoa OFFICIAL RECORD City of Fort Worth,Texas CITY SECRETARY Standard Agreement for Professional Services Revision Date:April 7,2021 FT. WORTH, TX Page 8 of 8 ATTACHMENT A ENGINEERING SERVICES FOR ROLLING HILLS WATER TREATMENT PLANT CHLORINE SCRUBBER IMPROVEMENTS-STUDY CITY PROJECT NO.:103127 ATTACHMENT A Scope of Work for Engineering Services ROLLING HILLS WATER TREATMENT PLANT CHLORINE SCRUBBER IMPROVEMENTS STUDY PHASE CITY PROJECT NO.: 103127 The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. WORK TO BE PERFORMED Task 1. Project and Quality Management Task 2. Scrubber Assessment and Alternatives Evaluation Task 3. Meetings and Workshops Task 4. Additional Services GENERAL DESCRIPTION This Scope of Services includes the Scope of Work, Payment Provisions, and Schedule for professional services associated with the Chlorine Scrubber Condition Assessment & Alternatives Evaluation Study at the Rolling Hills Water Treatment Plant (RHWTP). The RHWTP uses gaseous chlorine for disinfection. The plant has three 25-ton stationary bulk chlorine storage tanks and two 90-ton bulk chlorine tank rail cars. The plant has as existing chlorine scrubber system designed to contain and treat accidental releases of chlorine gas from the largest bulk chlorine storage tank (90-ton). The existing scrubber system is reaching the end of its useful life. The City of Fort Worth (COFW) wants to evaluate options for refurbishing/replacing the existing scrubber system and design the improvements associated with the selected alternative. This evaluation addresses the needed improvements to the existing 90-ton chlorine scrubber system as well as alternatives for replacement of the existing scrubber. ASSUMPTIONS • Alternatives for the new scrubber area will be either at the location of the existing facility or directly adjacent to the existing facility. • All known yard piping and underground utilities are shown on the record drawings provided to Carollo. • Existing scrubber containment area walls and foundation are structurally sound. • Wet chemical (caustic) scrubber technology will be used, like existing. City of Fort Worth,Texas Attachment A Page 1 of 4 ATTACHMENT A ENGINEERING SERVICES FOR ROLLING HILLS WATER TREATMENT PLANT CHLORINE SCRUBBER IMPROVEMENTS-STUDY CITY PROJECT NO.:103127 • Work will be limited to area outside the chlorine feed and storage building. • Two weeks are allotted for COFW review of each deliverable (Technical Memorandum). PROJECT SCHEDULE The anticipated project schedule for this study is 5 months following Notice to Proceed. TASK 1. PROJECT & QUALITY MANAGEMENT 1.1 Project Coordination & Management ENGINEER will manage and coordinate the work efforts of the team and subconsultants participating in the project to achieve the goal of the COFW for SBE/MBE participation. Prepare and review monthly billing as part of Monthly Summary Reports. 1.2 Quality Management ENGINEER will manage the quality of the deliverables throughout the development of the project. Specific activities the ENGINEER will employ include: • Internal peer review of concepts by senior staff not directly involved with the Project. • Quality check of deliverables performed by a team of qualified senior staff. DELIVERABLES: A. Invoices (monthly TASK 2. SCRUBBER ASSESSMENT &ALTERNATIVES EVALUATION 2.1 Scrubber System Condition Assessment & System Evaluation ENGINEER will conduct a condition assessment of the existing 90 Ton Chlorine Scrubber System and make recommendations to either retrofit or replace the system. The condition assessment will be conducted by representatives from ENGINEER and the scrubber manufacturer, and will include associated, structural, electrical, SCADA and civil components outside of the chlorine feed and storage building. The evaluation will include an estimate of the scrubber system down time while the system is being retrofitted. The Scrubber System Condition Assessment & System Evaluation will be documented in a Technical Memorandum. DELIVERABLES: A. Scrubber System Condition Assessment & System Evaluation Memorandum (Draft & final). City of Fort Worth,Texas Attachment A Page 2 of 4 ATTACHMENT A ENGINEERING SERVICES FOR ROLLING HILLS WATER TREATMENT PLANT CHLORINE SCRUBBER IMPROVEMENTS-STUDY CITY PROJECT NO.:103127 2.2 Alternatives Evaluation If the Scrubber Condition Assessment recommends replacement of the existing scrubber system, then ENGINEER will evaluate up to 3 scrubber replacement alternatives and make recommendation for needed improvements. 1. Alternative 1 — Replace existing scrubber system in same location and same size without using a temporary scrubber. This alternative will require the RHWTP to be without a scrubber system for several month while the existing scrubber system is being replaced. 2. Alternative 2 — Replace existing scrubber system in same location but split the scrubbers (i.e. two 45-ton scrubber system to allow system redundancy) without using a temporary scrubber system. This alternative will give the RHWTP system redundancy with respect to the scrubber system, however, requires the plant to operate without a scrubber system for several months while the existing scrubber system is being replaced. 3. Alternative 3 —The purpose for this alternative is to give the RHWTP an option if COFW does not wish to be without a scrubber system while the system is being replaced. Under this alternative, a new 25-ton (or larger) scrubber will be constructed and placed into service in the first phase of construction. With the start-up of this first scrubber, RHWTP will transition to an operating mode to use the existing 25-ton bulk chlorine storage tanks instead of the 90-ton bulk rail cars. Once the first unit is operational, the existing scrubber will be replaced with a second scrubber such that the sum of the capacities of both new systems is 90-ton. The evaluation will include: • Evaluation of site layout and needed improvements for each alternative. • Estimation of construction schedule for each alternative and anticipated time without a scrubber system for Alternatives 1 and 2. • Planning level cost estimates for each the alternatives. • ENGINEER will evaluate the alternatives based on estimated construction costs, anticipated project schedule, time without a scrubber and other pertinent factors. ENGINEER will facilitate, and CITY will decide on preferred alternative. The evaluation be documented in a Technical Memorandum. DELIVERABLES: A. Scrubber System Replacement Alternatives Evaluation Memorandum (Draft & Final). City of Fort Worth,Texas Attachment A Page 3 of 4 ATTACHMENT A ENGINEERING SERVICES FOR ROLLING HILLS WATER TREATMENT PLANT CHLORINE SCRUBBER IMPROVEMENTS-STUDY CITY PROJECT NO.:103127 TASK 3. MEETINGS AND WORKSHOPS Task 3.1 Project Kick-off Meeting ENGINEER will conduct a project kickoff meeting to introduce the project team members, define project goals and objectives and identify information needed to complete work for the project. As part of the kick-off meeting, ENGINEER will conduct a site visit for information gathering. The visits will be scheduled and coordinated with CITY staff and will be focused on the project elements. ENGINEER will compile information collected from the site visits and discussions with CITY, existing documents in order to provide an inventory of existing facilities and layout. Task 3.2 Progress Meetings ENGINEER will regularly meet with CITY staff to review project progress and discuss how the project is proceeding. Whenever possible, monthly status meetings will be scheduled in conjunction with other project meetings and workshops. The agenda for each monthly status meeting will be the Project Summary Report. A total of two (2) virtual progress meetings are budgeted. These progress meetings are in addition to other review workshops. Task 3.3 Workshops Up to (2) in person focused workshops will be held to present the findings from Tasks 2.1 and 2.2 and review the Technical Memoranda. The focused workshops will be working sessions to discuss specific issues in detail and generate comments and direction from COFW staff and make decisions for moving forward with the selected alternative to be designed in subsequent phases of the project. DELIVERABLES: A. Meeting minutes, 1 copy to each attendee of each meeting, distributed by email in Portable Document Format (PDF). TASK 4. ADDITIONAL SERVICES An additional budget of$ 30,000.00 has been allocated to cover additional services related to the project that may be required and is not included in the Scope of Work and Fee of the tasks above. ENGINEER will not commence working on Additional Services unless specifically requested by CITY. Upon receipt of a written request from CITY's representative to ENGINEER's Project Manager, ENGINEER will prepare an appropriate scope and fee for submittal to CITY's representative for the additional work. Communication and agreements will be done by e-mail or written memoranda describing the request and anticipated level of effort. ENGINEER bill CITY for actual effort incurred on Additional Services in accordance with the Schedule of Charges. City of Fort Worth,Texas Attachment A Page 4 of 4 -e(n-uwm o g g-u -u \\\§'a § \0 ° \\\k(( ] {\ (A �s� J J � ; ; ƒ 0 3 .. .. « m \ / § - / A / CL 7CD 0 2 ° o } ® / ) / A / m /i 0 ; x - e f � ; }CL ; � 37 ®� f ® \ \ \ w \ m > _ « \ \ / 2 ! _ c ..o ƒ \ \ � - - \ ° FLmo o � \ > 3 { i \ 0 ID CD 6 2 2 , o _ CD & ! q - ° % � @ / 33 , 2 = m # 4 . ] CD .. CL2. CL 050 ! , [ / o 0 0 +, omm � � � mcf0i �o,(D (D CD �00�3N 7 '�' N_ m N � zo O _ w m J�• N O LO (n o = _ O - (n GO LA o C 0 N ° I O S T N n C 3 7 p r. o= n �a c °n 6 'm 6 o N N I o zE T U o j 3 - O mN - - a com _ o 3 n zo O 7 m N 3 v N 3 K o Q ET rT 'a 3 n mo c 3 a 3 o F d n c 5 D °p 3 1D o - - c ° 1 O o 3 `o " m - m M m d 3 0 p �o 'm ID c m m 3 n ry CD p T 7 0 O o D o ( 3 3 r N o v 1 � "a N� D � ry O 10 O � G O y� O ° 6 J� - � C O � tl N W O m 3 a m m � m ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT ROLLING HILLS WATER TREATMENT PLANT CHLORINE SCRUBBER IMPROVEMENTS STUDY PHASE CITY PROJECT NO.: 103127 City of Fort Worth,Texas Attachment C PMO Release Date:05.19.2010 Page 1 of 1 FORT WORTH ATTACHMENT "D" PROJECT SCHEDULE ENGINEER shall commence work following notice to proceed (NTP). The anticipated schedule for this phase is five (5) months. It is assumed that the anticipated review times for CITY staff will not exceed 10 calendar days for technical memoranda and reports. CITY and ENGINEER mutually agree that they will work towards meeting the schedule. Should the Scope of Work be changed and/or should problems arise during the work effort that could affect the project schedule, both CITY and ENGINEER will develop a revised schedule and budget limit, if required, to address scope changes, delays or other problems. City of Fort Worth,Texas Attachment D Revision Date:07.20.2018 Page 1 of 1 FORT WORTH ATTACHMENT "D" PROJECT SCHEDULE A. ENGINEER Project Schedule Development ENGINEER shall prepare a project schedule for the services to be provided in fulfilling the requirements of the Agreement and encompassing the Scope of Work defined in Attachment A to the Agreement. ENGINEER shall prepare and maintain project schedule throughout the life of the project as defined in the Agreement in compliance with the City's Specification 00 31 15 entitled Engineer Project Schedule. ENGINEER's project schedule will follow the Critical Path Methodology (CPM) for planned sequencing of the work activity and timing of the work. B. Schedule "Tier" Selection City has identified three "Tier" levels for project schedules as defined in City's Specification 00 31 15, to align with the size and complexity of the project as a basis for schedule development. City's Project Manager will determine the "Tier" level for the ENGINEER's project schedule as part of the negotiation of the Agreement. C. Project Baseline Schedule ENGINEER will produce an initial project schedule and submit as a "baseline" for review and acceptance by City's Project Manager as defined in City's Specification 00 31 15 which will be referred to as the Project Baseline Schedule. Updates to the baseline schedule follow the requirements of City's Specification 00 31 15. D. Project Progress Schedule ENGINEER will provide to the City, monthly updates to their project schedule indicating progress of the Work in compliance with the requirements of City's Specification 00 31 15 and said schedule will be referred to as the Project Progress Schedule. E. Master Project Schedule City will develop and maintain a master project schedule for the overall project. ENGINEER's project baseline and progress schedule submittals will be an integral part of the development and updating process of City's Master Project Schedule. City of Fort Worth,Texas Attachment D Revision Date:07.20.2018 Page 1 of 1 Attachment E Owl", \ EXISTING CHLORINE /7 SCRUBBERS \\ 00 - \ � R - LLLULM, 4 t, FORTWORTH SL 2021 City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, June 8, 2021 REFERENCE NO.: **M&C 21-0374 LOG NAME: 60RHWTPSCRUBBEREVALUATION — CAROLLO SUBJECT: (CD 8) Authorize an Engineering Agreement with Carollo Engineers, Inc., in the Amount of$155,200.00 for the Evaluation of the Rolling Hills Water Treament Plant Chlorine Scrubber System Project, Provide for Additional Project Costs for a Project Total in the Amount of$190,000.00, Adopt Attached Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt, and Adopt Attached Appropriation Ordinance RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of an Engineering Agreement with Carollo Engineers, Inc. in the Amount of $155,200.00 for the RH Chlorine Scrubber System project; 2. Adopt the attached resolution expressing official intent to reimburse expenditures with proceeds from future debt for the RH Chlorine Scrubber System project; and 3. Adopt the attached appropriation ordinance adjusting appropriations in the Water and Sewer Commercial Paper Fund by increasing appropriations in the amount of$190,000.00 in the RH Chlorine Scrubber System Project (CPN 103127) and decreasing appropriations in the Unspecified project (City Project No. UNSPEC) by the same amount. DISCUSSION: The Fort Worth Water Department (FWWD) owns and operates five Water Treatment Plants (WTP). The Rolling Hills Water Treatment Plant (RHWTP) is the largest FWWD plant, currently rated at 200 million gallons per day capacity. As part of this project, engineering analysis will be performed as necessary to determine whether to replace or upgrade the existing chlorine scrubber system -which includes conceptual design and cost estimating each alternative. Carollo Engineers, Inc., proposes to perform the evaluation for the RHWTP Chlorine Scrubber System project for a fee not to exceed $155,200.00. Staff considers this proposed fee to be fair and reasonable for the scope of services proposed. In addition to the contract cost, $34,800.00 is required for project management. This project will have no impact on the Water Department's operating budget when complete. Funding for the RHWTP Chlorine Scrubber System Evaluation: FUND Existing Additional Project Appropriations Appropriations Total* W&S Commercial Paper Fund $0.00 $190,000.00 $190,000.00 56020 Project Total $0.00 $1 90,000.001F$190,000.00 *Numbers rounded for presentation purposes. Business Equity: Carollo Engineers, Inc. is in compliance with the City's BIDE Ordinance by committing to seven percent SBE participation on this project. The City's SBE goal on this project is five percent. This project is anticipated to be included in a future revenue bond issue for the Water & Sewer Fund. Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the callable Commercial Paper Program (CP) will be used to provide interim financing for this project until debt is issued. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached Reimbursement Resolution. Under federal law, debt must be issued within approximately three years in order for these expenses to be reimbursable. Adoption of the attached resolution does not obligate the City to sell bonds, but preserves the ability to reimburse itself from tax-exempt bond proceeds. This project is located in COUNCIL DISTRICT 8 and serves other COUNCIL DISTRICTS. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the W&S Commercial Paper Fund for the RH Chlorine Scrubber System Prroject to support the execution of the engineering contract. Prior to an expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS (FIDs): TO _ !Fund Department �Accountll Project ProgramlActivity Budget I Reference # Amoun ID � ,,, ID — T �l Year I (Chartfield 2) FROM Fund Department Accoun Project Program Activity Budget Reference # Amount ID ID Year Chartfield 2 CERTIFICATIONS: Submitted for City Manager's Office by: Dana Burghdoff (8018) Originating Department Head: Chris Harder (5020) Additional Information Contact: Farida Goderya (8214) ATTACHMENTS 1. 60RHWTP SCRUBBER EVALUATION Reimb Resolution.docx (Public) 2. 60RHWTP SCRUBBER EVALUATION - CAROLLO FID Table (WCF 05.05.21).pdf (CFW Internal) 3. 60RHWTP SCRUBBER EVALUATION —CAROLLO Compliance Memo.pdf (CFW Internal) 4. 60RHWTP SCRUBBER EVALUATION—CAROLLO Form 1295.pdf (CFW Internal) 5. 60RHWTPSCRUBBEREVALUATION —CAROLLO funds avail.docx (CFW Internal) 6. 60RHWTPSCRUBBEREVALUATION-CAROLLO Map.pdf (Public) 7. 60RHWTPSCRUBBEREVALUATION CAROLLO 56020.docx (Public) 8. Carollo Engineers, Inc. SAM.pdf (CFW Internal) ON CL % f rl 11 — a �