HomeMy WebLinkAboutContract 52427 C!TY 8E-CR,ETARY .
CITY OF FORT WORTH, TEXAS CvN11RACT NO. 53q T 7
STANDARD AGREEMENT FOR PROFESSIONAL SERVICES
This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality
("City"), and Black & Veatch Corporation, authorized to do business in Texas ("Consultant"),
for a PROJECT generally described as:
REAL WATER LOSS MANAGEMENT PLAN.
Article I
Scope of Services
(1) Consultant hereby agrees to perform the professional services set forth in the
Scope of Services attached hereto as Attachment "A". These services shall be
performed in connection with REAL WATER LOSS MANAGEMENT PLAN.
(2) Additional services, if any, will be requested in writing by the City. City shall not pay
for any work performed by Consultant or its subconsultants, subcontractors and/or
suppliers that has not been ordered in writing. It is specifically agreed that
Consultant shall not be compensated for any alleged additional work resulting from
oral orders of any person.
Article II
Compensation
Consultant shall be compensated an amount up to $81,160.00 (Eighty One Thousand One
Hundred and Sixty Dollars and Zero Cents) in accordance with the Fee Schedule shown in
Attachment "B". Payment shall be considered full compensation for all labor, materials,
supplies, and equipment necessary to complete the services described in Attachment "A".
The Consultant shall provide monthly invoices to the City. Payment for services rendered
shall be due within thirty (30) days of the uncontested performance of the particular
services so ordered and receipt by City of Consultant's invoice for payment of same.
Acceptance by Consultant of said payment shall operate as and shall release the City from
all claims or liabilities under this Agreement for anything related to, done, or furnished in
connection with the services for which payment is made, including any act or omission of
the City in connection with such services.
Article III
Term
Unless terminated pursuant to Article VIII herein, this Agreement shall be for a term
beginning on the effective date, as described below, and shall continue until the expiration of
the funds or completion of the subject matter contemplated herein, whichever occurs first.
ity of Fort Worth,Texas
tandard Agreement for Professional Services
160�� GPPaget1 of gate:11.07.17 LFT. WORTH,
RECORD
RETARY
TX
Article IV
Independent Contractor
Consultant shall operate hereunder as an independent contractor, and not as an officer,
agent, servant, or employee of the City. Consultant shall have exclusive control of and the
exclusive right to control the details of 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 and Indemnification
(1) Work performed by Consultant shall comply in all aspects with all applicable local,
state and federal laws and with all applicable rules and regulations promulgated by
the local, state and national boards, bureaus and agencies. Approval by the City
shall not constitute or be deemed to be a release of the responsibility and liability of
Consultant or its officers, agents, employees, contractors and subcontractors for the
accuracy and competency of its services performed hereunder.
(2) THE CONSULTANT, AT NO COST TO THE CITY, AGREES TO DEFEND,
INDEMNIFY AND HOLD THE 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 CITY) OR
SUBCONTRACTORS, RELATED TO THE PERFORMANCE OR NON-
PERFORMANCE OF THIS AGREEMENT. THIS SECTION SHALL SURVIVE
ANY TERMINATION OR EXPIRATION OF THIS AGREEMENT.
Article VI
Insurance
(1) Consultant shall not commence work under this Agreement until it has obtained all
insurance required under this Article and the City has approved such insurance, nor
shall Consultant allow any subcontractor to commence work on its subcontract until
all similar insurance of the subcontractor has been so obtained and approval given
by the City; provided, however, Consultant may elect to add any subconsultant as
an additional insured under its liability policies.
City of Fort Worth,Texas
Standard Agreement for Professional Services
Revision Date:11.07.17
Page 2 of 9
Commercial General Liability
$1,000,000 each occurrence
$2,000,000 aggregate
Automobile Liability
$1,000,000 each accident (or reasonably equivalent limits of
coverage if written on a split limits basis). Coverage shall be
on any vehicle used in the course of the Project.
Worker's Compensation
Coverage A: statutory limits
Coverage B: $100,000 each accident
$500,000 disease - policy limit
$100,000 disease - each employee
(2) Additional Insurance Requirements
a. Except for employer's liability insurance coverage under Consultant's worker's
compensation insurance policy, the City, its officers, employees and servants shall
be endorsed as an additional insured on Consultant's insurance policies.
b. Certificates of insurance shall be attached to this Agreement prior to its execution.
c. Any failure on part of the City to attach the required insurance documentation
hereto shall not constitute a waiver of the insurance requirements specified
herein.
d. Each insurance policy shall be endorsed to provide the City a minimum thirty days
notice of cancellation, non-renewal, and/or material change in policy terms or
coverage. A ten days notice shall be acceptable in the event of non-payment of
premium.
e. Insurers must be authorized to do business in the State of Texas and have a
current A.M. Best rating of A: VII or equivalent measure of financial strength and
solvency.
f. Other than worker's compensation insurance, in lieu of traditional insurance, City
may consider alternative coverage or risk treatment measures through insurance
pools or risk retention groups. The City must approve in writing any alternative
coverage.
g. Workers' compensation insurance policy(s) covering employees employed on the
Project shall be endorsed with a waiver of subrogation providing rights of recovery
in favor of the City.
City of Fort Worth,Texas
Standard Agreement for Professional Services
Revision Date:11.07.17
Page 3 of 9
h. City shall not be responsible for the direct payment of insurance premium costs
for Consultant's insurance.
i. Consultant's insurance policies shall each be endorsed to provide that such
insurance is primary protection and any self-funded or commercial coverage
maintained by City shall not be called upon to contribute to loss recovery.
j. In the course of the Agreement, Consultant shall report, in a timely manner, to
City's officially designated contract administrator any known loss occurrence which
could give rise to a liability claim or lawsuit or which could result in a property loss.
k. Consultant's liability shall not be limited to the specified amounts of insurance
required herein.
I. Upon the request of City, Consultant shall provide complete copies of all
insurance policies required by these Agreement documents.
Article VII
Transfer or Assignment
City and Consultant each bind themselves, and their lawful successors and assigns, to this
Agreement. Consultant, its lawful successors and assigns, shall not assign, sublet or transfer
any interest in this Agreement without prior written consent of the City.
Article VIII
Termination of Contract
(1) a. City may terminate this Agreement for its convenience on 30 days' written notice
to Consultant.
b. Either the City or the Consultant, for cause, may terminate this Agreement if
either party fails substantially to perform through no fault of the other and the
nonperforming party does not commence correction of such nonperformance within
5 days' written notice or thereafter fails to diligently complete the correction.
(2) If City chooses to terminate this Agreement, upon receipt of notice of termination,
Consultant shall discontinue services rendered up to the date of such termination
and City shall compensate Consultant based upon calculations in Article II of this
Agreement and Exhibit "B" attached hereto and incorporated herein.
(3) All reports, whether partial or complete, prepared under this Agreement, including
any original drawings or documents, whether furnished by the City, its officers,
agents, employees, consultants, or contractors, or prepared by Consultant, shall be
or become the property of the City, and shall be furnished to the City prior to or at
the time such services are completed, or upon termination or expiration of this
Agreement.
City of Fort Worth,Texas
Standard Agreement for Professional Services
Revision Date:11.07.17
Page 4 of 9
Article IX
Right to Audit
(1) Consultant agrees that the City shall, until the expiration of three (3) years after final
payment under this Agreement, have access to and the right to examine any directly
pertinent books, documents, papers and records of Consultant involving transactions
relating to this Agreement. Consultant agrees that the City shall have access during
normal working hours to all necessary facilities and shall be provided adequate and
appropriate workspace in order to conduct audits in compliance with the provisions of
this section. City shall give Consultant reasonable advance notice of intended audits.
(2) Consultant further agrees to include in all its subcontracts hereunder, a provision to
the effect that the subcontracting consultant agrees that the City shall, until the
expiration of three (3) years after final payment under the subcontract, have access
to and the right to examine any directly pertinent books, documents, papers and
records of such sub-consultant, involving transactions to the subcontract, and
further, that City shall have access during normal working hours to all sub-
consultant facilities, and shall be provided adequate and appropriate work space in
order to conduct audits in compliance with the provisions of this article. City shall
give Consultant and any sub-consultant reasonable advance notice of intended
audit.
(3) Consultant and sub-consultants agree to photocopy such documents as may be
requested by the City. The City agrees to reimburse Consultant for the cost of copies
at the rate published in the Texas Administrative Code in effect as of the time copying
is performed.
Article X
Minority Business and Small Business Enterprise (MBE)(SBE) Participation
In accordance with the City's Business Diversity goals (Chapter 20, Article X of the City's
Code of Ordinances a/k/a Ordinance No. 20020-12-2011, as amended), the City has goals
for the participation of minority business enterprises and/or small business enterprises in City
contracts. Consultant acknowledges the MBE and SBE goals established for this Agreement
and its accepted written commitment to MBE and SBE participation. Any misrepresentation
of facts (other than a negligent misrepresentation) and/or the commission of fraud by the
Consultant may result in the termination of this Agreement and debarment from participating
in City contracts for a period of time of not less than three (3)years.
Article XI
Observe and Comply
Consultant shall at all times observe and comply with all federal, state, and local laws and
regulations and with all City ordinances and regulations which in any way affect this
Agreement and the work hereunder, and shall observe and comply with all orders, laws
ordinances and regulations which may exist or may be enacted later by governing bodies
having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance
City of Fort Worth,Texas
Standard Agreement for Professional Services
Revision Date:11.07.17
Page 5 of 9
thereof shall be considered. Consultant agrees to defend, indemnify and hold harmless City
and all of its officers, agents and employees from and against all claims or liability arising out
of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its
employees.
Article XII
Immigration Nationality Act
Consultant shall verify the identity and employment eligibility of its employees who perform
work under this 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 this
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 this Agreement for violations of this provision by Consultant.
Article XIII
Venue and Jurisdiction
If any action, whether real or asserted, at law or in equity, arises on the basis of any
provision of this Agreement, venue for such action shall lie in state courts located in
Tarrant County, Texas or the United States District Court for the Northern District of Texas
— Fort Worth Division. This Agreement shall be construed in accordance with the laws of
the State of Texas.
Article XIV
Contract Construction
The parties acknowledge that each party and, if it so chooses, its counsel have reviewed
and revised this Agreement and that the normal rule of construction to the effect that any
ambiguities are to be resolved against the drafting party must not be employed in the
interpretation of this Agreement or any amendments or exhibits hereto.
Article XV
Severability
The provisions of this Agreement are severable, and if any word, phrase, clause,
sentence, paragraph, section or other part of this Agreement or the application thereof to
any person or circumstance shall ever be held by any court of competent jurisdiction to be
invalid or unconstitutional for any reason, the remainder of this Agreement and the
application of such word, phrase, clause, sentence, paragraph, section, or other part of this
Agreement to other persons or circumstances shall not be affected thereby and this
City of Fort Worth,Texas
Standard Agreement for Professional Services
Revision Date:11.07.17
Page 6 of 9
Agreement shall be construed as if such invalid or unconstitutional portion had never been
contained therein.
Article XVI
Notices
Notices to be provided hereunder shall be sufficient if forwarded to the other Party by
hand-delivery or via U.S. Postal Service certified mail return receipt requested, postage
prepaid, to the address of the other Party shown below:
City of Fort Worth
Attn: Wendy Chi-Babulal, P.E.
Water Department
200 Texas St.
Fort Worth, Texas 76102
Consultant:
Black& Veatch Corporation
Attn: Randal D. Romack, P.E.
1300 Summit Ave, Suite 400
Fort Worth, TX 76102
Article XVII 4Gt &--9UQ "4zt r (,d,cfr,�wL
Prohibition On Contracts With Companies Boycotting Israel
Consu acknowledges that in accordance with Chapter 2270 of the ss G�ment
Code, the Ci rohibited from entering into a contract company for goods or
services unless the co ct contains a written v ion from the company that it: (1)
does not boycott Israel; and II not b t Israel during the term of the contract. The
terms "boycott Israel" and "co II have the meanings ascribed to those terms in
Section 808.001 of th xas Government By signing this contract, Consultant
certifies tha nsultant's signature provides wry a erification to the City that
Cons nt: (1) does not boycott Israel; and (2) will not bo Israel during the
term of the contract.
Article XVIII
Headings
The headings contained herein are for the convenience in reference and are not intended
to define or limit the scope of any provision of this Agreement
City of Fort Worth,Texas
Standard Agreement for Professional Services
Revision Date:11.07.17
Page 7 of 9
Article XIX
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 this Agreement:
Attachment A- Scope of Services
Attachment B — Compensation
Attachment C -Amendments to Standard Agreement for Engineering Services
Attachment D - Project Schedule
Attachment E - Location Map
Duly executed by each party's designated representative to be effective on the date
subscribed by the City's designated Assistant City Manager.
BY: BY:
CITY OF FORT WORTH CONSULTANT
Black & Veatch Corporation
Jes J. hapa andal D. Romack, P.E.
Assistant City Manager Vice President
Date: 14 In. Date: (1 3 0?0�1
APPROVAL RECOMMENDED:
By: f'z /�L
Christopher Harder, P.E.
Director, Water Department
City of Fort Worth,Texas OFFiif iiAL RECORD
Standard Agreement for Professional Services
Revision Date:11.07.17 0'rf SECRETARY
Page B of 9
FT WORTH, TX
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. /V Q
requirements.
M&C No.:
Wendy C i-Babulal, P.E. M&C Date:
Assistant Director
APPROVED AS TO FORM AND LEGALITY ATTEST:
! �}
OF•SOT
By: a ��
Douglas W. Black ary iWseV _
Assistant City Attorney City Secretary
City of Fort Worth,Texas OFFICIAL.RECORD
Standard Agreement for Professional Services �y
Revision Date:11.07.17 CITY SECRETARY
Page 9 of 9
FT. WORTH,TX
Note: HB793 BECAME EFFECTIVE MAY 7,2019.THIS CHANGE IS A RESULT OF THAT BILL.
PROHIBITION ON CONTRACTING WITH COMPANIES THAT BOYCOTT ISRAEL
Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2270 of the Texas
Government Code, if Contractor has 10 or more full time-employees and the 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,Contractor certifies that Contractor's signature provides written verification to
the City that if Chapter 2270,Texas Government Code applies,Contractor: (1)does not boycott Israel;
and (2)will not boycott Israel during the term of the contract.
WATER AND WASTEWATER DESIGN PROJECTS Page 1 of 6
ATTACHMENT A— SCOPE OF SERVICES 6/3/2019
ATTACHMENT A
Attachment A is part of the agreement between Black and Veatch Corporation, "the
ENGINEER" and the City of Fort Worth, "the OWNER" for a project generally
discussed as:
REAL WATER LOSS MANAGEMENT
ARTICLE I
SCOPE OF SERVICES
BASIC ENGINEERING SERVICES
A. Project Description
This scope of services is prepared for Fort Worth Water Department(FWWD). The
goal of this project is to aid the Fort Worth Water Department (FWWD) to develop a
Real Water Loss Management Plan and to provide RFP/RFI guidance for
implementation of water loss control measures.
B. Scope of Services Description
This project will review the current methods and monitoring of water loss conducted
by the Fort Worth Water Department(FWWD) and provide a plan and
recommendations for improvements. The project will include a review of leakage
detection practices, and development of real water loss control best management
practices. A 5-year plan will be presented, and it will include:
Workshop and visits with Field Operations and Plant Operations to determine
current practice and immediate and long-term needs.
Development of leakage component analysis using Water Research Foundation
(WRF) 4372 software and evaluation of Real Losses.
Review of District Metered areas and pressure transient analysis.
Preparation of short-term needs for Request for Proposals (RFP) or Request for
Information (RFI) for leakage detection equipment or services.
Preparation of 5-year Real Water Loss Management Plan, including reporting on
current practices and recommendations for future improvements
The services provided by the ENGINEER following the Project Initiation meeting are
organized in four tasks:
Water Proprietary and Confidential Page 1 of 6 CONTROLLED when
read online
WTR-FM-PM-0510,dtd,41412017 Printed copy is UNCONTROLLED
WATER AND WASTEWATER DESIGN PROJECTS Page 2 of 6
ATTACHMENT A— SCOPE OF SERVICES 6/3/2019
Task 1 —PROJECT MANAGEMENT AND DATA COLLECTION
Task IA. Meetings, Workshops and Project Management
Black & Veatch will provide overall management for the project. Prepare budget,
schedule, and review ongoing activities. Manage technical resources, and coordinate
with FWWD. Prepare monthly invoices, including a status report covering work
completed during the current billing period and work anticipated for the upcoming
period and any items/tasks delayed &the reason for the delay by City or consultant.
Review progress with FWWD staff on a regular basis.
Conduct monthly review meetings to discuss current project status and to solicit input
from staff regarding current work activities. Provide meeting notes including key
decisions and action items of each meeting.
Deliverables:
• Monthly status report.
• Monthly meetings and meeting notes as appropriate
Task IA. Data Collection and Evaluation of Current Practice
Black & Veatch will provide a data request and conduct workshops with Field
Operations and Management to determine the current conditions and anticipated
future needs for real water loss control. In Task 1 B, the evaluation will be focused on
the collecting, and recording of the basic real water loss and non-revenue water inputs
and a more detailed evaluation of leakage detection practices and procedures
currently in place. This will include the following information.
Deliverables:
• Workshop with Field Operations and Management
• Report upon the current practice and data sources.
Task 2: WATER LOSS REVIEW.
Task 2 is designed to develop a more comprehensive analysis of the real water loss
factors and is proposed to include a leakage component analysis using the software
developed for WRF 4372 for the calendar year 2017, a transient analysis of pressure
variations in the system, and analysis of District Metered Areas.
Task 2A: Analysis of Leakage and Leak Detection
Black & Veatch will transition the collected data developed from Task 1 into the
Water Proprietary and Confidential Page 2 of 6 CONTROLLED when
read online
WTR-FM-PM-0510,dtd,41412017 Printed copy is UNCONTROLLED
WATER AND WASTEWATER DESIGN PROJECTS Page 3 of 6
ATTACHMENT A—SCOPE OF SERVICES 6/3/2019
models developed for component analysis and active leakage detection. Main and
service line failure data will be collected and incorporated into the analysis. This Task
will also evaluate current leakage detection practices and advise on best practices and
technologies.
Deliverables: Report including the following:
• Review of current equipment, practices and advise on future best practice,
including use and placement of data loggers.
• Completed Software (WRF 4372) document.
• Report upon the component analysis outputs including:
o Estimated breakdown of real losses (reported, unreported, and background
losses).
o Possibilities for pressure management.
o Possibilities for improvements in awareness, location and repair times.
Task 2B: Pressure Management and Pressure Transient Analysis
Black & Veatch will conduct an initial review of distribution system operational
practices and available pressure and review hydraulic modeling data with City staff,
and provide observations and recommendations concerning pressure management and
additional pressure monitoring. The hydraulic model will be utilized by the City with
Black & Veatch guidance to provide an initial understanding of the pressure
variations and critical points for monitoring within the distribution and transmission
system. FWWD already has some pressure loggers with transient capabilities. These
will be evaluated along with other technologies as appropriate. Data from Task 2A
will also be utilized to aid with field validation of break rates compared with pressure.
Recommendations for the locations and extent of monitoring will be provided in this
task.
Deliverables: Report including the following:
• Review of hydraulic model (assuming that B&V advises FWWD staff on
methods and staff provide outputs for review) to determine pressure variations
across the system and pressure zones.
• Report on the pressure monitoring outputs.
• Report on current pressure management practices.
• Provide recommendations on pressure management, as well as the need and
requirements for pressure monitoring(including transient analysis) in the
system
Task 2C: Conceptual Analysis of District Metering
Water Proprietary and Confidential Page 3 of 6 CONTROLLED when
read online
WTR-FM-PM-0510,dtd,41412017 Printed copy is UNCONTROLLED
WATER AND WASTEWATER DESIGN PROJECTS Page 4 of 6
ATTACHMENT A— SCOPE OF SERVICES 6/3/2019
District Metered Areas (DMA) are discrete areas within the distribution network that
can be set up as monitoring zones for leakage. They are utilized across the world as a
pro-active way of understanding the true volumes of leakage in those areas. FWWD
implemented two temporary DMA's for a previous study in 2007. It is proposed that
these DMA's be revisited, and additional locations assessed conceptually.
Deliverables: District Metered Areas Evaluation
• Review of previous data for Deen Road and Whitelakes DMAs and evaluate
reinstatement or additional monitoring of these locations, and consider
alternate DMA locations.
• Review of hydraulic model (assuming that B&V advises FWWD staff on
methods and staff provide outputs for review) to determine potential of up to
three new DMAs.
• Review of equipment required for DMAs
Task 3—RFI/RFP DEVELOPMENT
The short-term equipment and leakage detection service requirements (as defined in
Tasks 2A and 213)may need the preparation of RFI or RFP documents. This Task is
designed to prepare a draft set of RFI/RFP documents for equipment or services related to
these Tasks (2A, 2B) within the first six months of the project. This is to expedite
relevant leakage detection needs for the Operations Department.
Deliverables:
• Technical memorandum (TM3)
Task 4—DEVELOPMENT OF REAL WATER LOSS MANAGEMENT PLAN
The Real Water Loss Management Plan will bring together all of the Task information
noted above into a single report structure. The goal is to provide a concise 5-year road
map for real water loss monitoring and control in the City. Priority recommendations will
be provided to FWWD as soon as they are developed to allow for expedited water loss
control(if applicable).
Deliverables:
• Real Water Loss Plan Draft and Final reporting
o Recommendations for water loss control implementation activities.
o Recommendations for data validation and monitoring improvements.
• Workshop/Presentation on Final Report and findings
C. Fee Schedule
Water Proprietary and Confidential Page 4 of 6 CONTROLLED when
read online
WTR-FM-PM-0510,dtd,41412017 Printed copy is UNCONTROLLED
WATER AND WASTEWATER DESIGN PROJECTS Page 5 of 6
ATTACHMENT A—SCOPE OF SERVICES 6/3/2019
See Attachment B
D. Project Schedule
See Attachment C
E. Additional Services
These tasks have not been included in the Basics Services Tasks.
Task 5 - Water Loss Determination and Implementation of Control Strategies.
Once the water balance is completed and validated, water loss targeting will likely
be recommended. An apparent loss forensic analysis (billing errors, meter
inaccuracies, theft of service) should be conducted. Black & Veatch will evaluate
any information derived from leakage or apparent loss surveys. Any issues will be
reported immediately to FWWD staff.
Deliverables: Apparent loss and/or Leakage detection survey analysis
(Additional Services, if appropriate), and report section summarizing the
following:
• Review of leakage detection survey(if appropriate), practices and
recommendations for leakage reduction implementation programs, if
appropriate.
• Calculated values of apparent losses including estimations of meter
inaccuracy, unauthorized consumption and billing errors.
• Identified areas of improvement and provide recommendations for further
work.
Task 6 - District Metered Areas (DMAs)
If Task 2 reveals that there is currently insufficient data, or enough uncertainty
within existing data to confidently estimate levels of real water loss within the
system, a greater emphasis should be placed on field-based measurements of real
water loss. The implementation of District Metered Areas (DMAs) would provide
value to increase confidence in the estimated levels of real water loss within
specific portions of the system. In this proposed Task, Black & Veatch would
design and supervise the development, operation and monitoring of the DMAs. See
the AWWA Manual M36 for more information. Each DMA will isolate a portion of
the distribution network containing approximately 1,000—3,000 customers which
should be fed by one or two temporary flow meters. Customer consumption within
the DMA would be aggregated and subtracted from the input flow meters in order
to calculate non-revenue water for the DMA. Infrastructure would likely need to be
purchased for this Task—including flow meters and flow logging equipment, plus
pressure loggers. The numbers would depend on the configuration of the DMAs.
Water Proprietary and Confidential Page 5 of 6 CONTROLLED when
read online
WTR-FM-PM-0510,dtd,41412017 Printed copy is UNCONTROLLED
WATER AND WASTEWATER DESIGN PROJECTS Page 6 of 6
ATTACHMENT A— SCOPE OF SERVICES 6/3/2019
All work to install equipment would be conducted by the utility or a subcontractor.
All boundary valve work (to make sure the DMA is isolated) would be conducted in
concert with the utility or contractors. A contractor may be needed for any work on
any permanent or temporary chambers.
Deliverables: District Metered Area set up, and report section summarizing the
following:
• Specifications and requirements for DMA provided by B&V.
o Flow meters and pressure monitors purchased by FWWD.
• Three DMAs set up and data automatically sent to monitoring site that can be
accessed by FWWD.
• Evaluations of real loss conducted.
Task 7 - Proactive (Automated) Monitoring of Water Loss
It is anticipated that in order to proactively assess water loss both currently and into
the future, FWWD may want to consider an automated system of monitoring water
losses. Any automated interconnections and dashboard development would be
created in this Task. Configuration of the automated system would require data
feeds from SCADA and the billing system into the relevant software platform. The
calculations and outputs would follow the AWWA methodology water audit model.
This can be developed on a DMA, pressure zone, or systemwide level depending on
the infrastructure available or requirements of FWWD.
Deliverables: Automated water loss auditing system:
• B&V to develop automated water loss audit utilizing available import and/or
DMA meters and storage information coupled with billing information
• B&V to develop dashboards for review of water losses by management and
operations
• Daily water balance reporting and monitoring if appropriate
Water Proprietary and Confidential Page 6 of 6 CONTROLLED when
read online
WTR-FM-PM-0510,dtd,41412017 Printed copy is UNCONTROLLED
Page 1 of 2
ATTACHMENT B—FEE SCHEDULE 6/03/19
ATTACHMENT B—FEE SCHEDULE
A. COMPENSATION
Tasks 1 through 4 will be executed on a time and materials basis to a not to exceed
fee of$81,160. The project will be billed monthly on percentage complete basis. This
assumes that all hydraulic modeling and any related fieldwork will be completed by
FWWD staff.
The estimated breakdown for Tasks 1 through 4 is as follows:
DESCRIPTION
Task IA. Project Management $8,080
Task 1 B. Data Collection and Evaluation of Current Practice $13,020
Task 2A: Analysis of Leakage and Leakage Detection $17,670
Task 2B: Pressure Management and Pressure Transient $16,200
Analysis
Task 2C: Analysis of District Metering $5,250
Task 3: RFI/RFP Development $7,320
Task 4: Development of Water Loss Management Plan $13,620
Total $81,160
B. INFORMATION REQUEST
A list of information to be provided by the City will be provided upon Notice to
Proceed.
? $
7s §
A \
§ m \
e a
E Cj a ®
m 4 $
2 z
) $ /
' g $
/ ƒ �
� ) $
/ Q
L
\
o « ® r
c •� \ k /
2 + 3 < /
•§ z ±
0
\
0
3 z ƒ )
� V;
<
k') $
/ & j
Q W 2 � \ \ \
n 2 ( {
¢ ? k ) § \ &
\ aj
m 7 m
E e /
d ƒ ƒ \ / a, \
® ± 5
Q \ - \ m [ g / /
w raj _ - \ C %
/
/ ) / k m 6 $ 2
0 U / § % t W
= 3 Z 5 � 2 \ _
u \ a \ 0 2 0
U \ 3 7 \ \ \ > \
/ { 3 < . » A O
® CO < a d
Q / e � � � j % \
/ / / / In
/ m /