Loading...
HomeMy WebLinkAboutContract 41540 (2)cITY SECRETARY CITY OE FORT WORTI I TEXAS CON ACT c\sq 0 STANDARD AGREEMENT FOR ENGIN =ERINC RELATED DESIGN SERVICES This AGREEMENT is between the City of Fort Worth, a home -rule municipal corporation situated in Tarrant, Denton, Parker and Wise Counties, Texas (the "CITY"), and Freese and Nichols, Inc. , (the "I;NGINI FR"), for a PROJECT generally described as: Environmental and Engineering Management Services for Former Riverside Wastewater Treatment Plant Closure . Article Scope of Services A. The Scope of Services is set forth in Attachment A. Article II Compensation A. The I- NG INEER's compensation is set forth in Attachment B. Article III Terms of Payment Payments to the ENGINEER will be made as follows: A. Invoice and Payment (1) The Engineer shall provide the City sufficient documentation, including but not limited to meeting the requirements set forth in Attachment D to this AGREEMENT, to reasonably substantiate the invoices. (2) The ENGINEER will issue monthly invoices for all work performed under this AGREEMENT. Invoices are due and payable within 30 days of receipt. (3) Upon completion of services enumerated in Article I, the final payment of any balance will be due within 30 days of receipt of the final invoice. (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 City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 9.22.2010 Page 1 o FFIC'AL RECORD CITY SECRETARY Ft WORTH, TX 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. 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. (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 City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 9.22.2010 Page 2of15 • D Preparation of Engineering Drawings The ENGINEER will provide to the CITY the original drawings of all plans in ink o n 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 u se 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 authonty 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 discover latent defects in the work or otherwise check the quality or quantity of the work on the PROJECT. If the ENGINEER makes on -site observation(s) of a deviation from the Contract Documents, the ENGINEER shall inform the CITY. (3) When professional certification of performance or characteristics of materials, systems or equipment is reasonably required to perform the services set forth in the Scope of Services, the ENGINEER shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required in the Contract Documents. F. Opinions of Probable Cost, Financial Considerations, and Schedules (1) The ENGINEER shall provide opinions of probable costs based on the current available information at the time of preparation, in accordance with Attachment A. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 9.22.2010 Page 3 of 15 (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. 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 affect the amount that should be paid. 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 City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 9.22.2010 Page 4 of 15 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 together with subsection (3) hereof. CITY shall give subconsultant reasonable advance notice of intended audits. (3) ENGINEER and subconsultant agree to photocopy such documents as may be requested by the CITY. The CITY agrees to reimburse ENGINEER for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. K. INSURANCE (1) ENGINEER'S INSURANCE a. Commercial General Liability — the ENGINEER shall maintain commercial general liability (CGL) and, if necessary, commercial umbrella insurance with a limit of not less than $1,000,000.00 per each occurrence with a $2,000,000.00 aggregate. If such Commercial General Liability insurance contains a general aggregate limit, it shall apply separately to this PROJECT or location. i. The CITY shall be included as an insured 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 City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 9.22.2010 Page 5 of 15 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. 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. 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. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 9.22.2010 Page 6 of 15 j• (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 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. Any deductible or self insured retention in excess of $25,000.00 that would change or alter the requirements herein is subject to approval by the CITY in writing, if coverage is not provided on a first -dollar basis. The CITY, at it sole discretion, may consent to alternative coverage maintained through insurance pools or risk retention groups. Dedicated financial resources or letters of credit may also be acceptable to the CITY. g• h. Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. i. The CITY shall be entitled, upon its request and without incurring expense, to review the ENGINEER's insurance policies including endorsements thereto and, at the CITY's discretion; the ENGINEER may be required to provide proof of insurance premium payments. 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 City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 9.22.2010 Page 7 of 15 state both the retroactive date and that the coverage is claims -made. k. Coverages, whether written on an occurrence or claims -made basis, shall be maintained without interruption nor restrictive modification or changes from date of commencement of the PROJECT until final payment and termination of any coverage required to be maintained after final payments. I. The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement. m. Sub consultants and subcontractors to/of the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably equivalent insurance coverage as required for the ENGINEER When sub consultants/subcontractors maintain insurance coverage, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. L. Independent Consultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. 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 City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 9.22.2010 Page 8 of 15 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. P. Schedule ENGINEER shall manage the PROJECT in accordance with the schedule developed per Attachment D to this AGREEMENT. Article V Obligations of the City Amendments to Article V, if any, are included in Attachment C. A. City -Furnished Data ENGINEER may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. B. Access to Facilities and Property The CITY will make its facilities accessible to the ENGINEER as required for the ENGINEER's performance of its services The CITY will perform, at no cost to the ENGINEER, such tests of equipment, machinery, pipelines, and other components of the CITY s facilities as may be required in connection with the ENGINEER's services. The CITY will be responsible for all acts of the CITY's personnel. C. Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities, and land, easements, rights -of -way, and access necessary for the ENGINEER's services or PROJECT construction. D Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings specifications, proposals, and other documents; obtain advice of an attorney insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule prepared in accordance with Attachment D. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 9.22.2010 Page 9 of 15 Prompt Notice The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. F. Asbestos or Hazardous Substances Release. (1) CITY acknowledges ENGINEER will perform part of the work at CITY's facilities that may contain hazardous materials, including asbestos containing materials, or conditions, and that ENGINEER had no prior role in the generation, treatment, storage, or disposition of such materials. In consideration of the associated risks that may give rise to claims by third parties or employees of City, City hereby releases ENGINEER from any damage or liability related to the presence of such materials. (2) The release required above shall not apply in the event the discharge, release or escape of hazardous substances, contaminants, or asbestos is a result of ENGINEER's negligence or if ENGINEER brings such hazardous substance, contaminant or asbestos onto the project. G Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the provisions of Article IV E regarding the ENGINEER's Personnel at Construction Site and provisions providing 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. The CITY will include in each agreement it enters into with any other entity or person regarding the PROJECT a provision that such entity or person shall have no third -party beneficiary rights under this Agreement. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 9.22.2010 Page 10 of 15 (3) (4) Nothing contained in this section V.H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER I. CITY's Insurance (1) The CITY may maintain property insurance on certain pre-existing structures associated with the PROJECT. (2) The CITY will ensure that Builders Risk/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, bnng, defend, or assist in litigation undertaken or defended by the CITY. In the event CITY requests such services of the ENGINEER, this AGREEMENT shall be amended or a separate agreement will be negotiated between the parties. K. Changes The CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect the ENGINEER's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT with appropriate CITY approval. Article VI General Legal Provisions Amendments to Article VI, if any, are included in Attachment C. A. Authorization to Proceed ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. 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 City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 9.22.2010 Page 11 of 15 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 termination services. E. Suspension, Delay, or Interruption to Work The CITY may suspend, delay, or interrupt the services of the ENGINEER for the convenience of the CITY. In the event of such suspension, delay, or interruption, an equitable adjustment in the PROJECT s schedule, commitment and cost of the ENGINEERs personnel and subcontractors, and ENGINEER's compensation will be made. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 9.22,2010 Page 12 of 15 F. 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 negligence, strict or statutory liability, or any other cause of action, except for willful misconduct or gross negligence for limitations of liability and sole negligence for indemnification. Parties mean the CITY and the ENGINEER, and their officers, employees, agents, and subcontractors. I. Jurisdiction The law of the State of Texas shall govern the validity of this AGREEMENT, its interpretation and performance, and any other claims related to it. The venue for any litigation related to this AGREEMENT shall be Tarrant County, Texas. J. Severability and Survival If any of the provisions contained in this AGREEMENT are held for any reason to be invalid illegal, or unenforceable in any respect, such invalidity, illegality, o r unenforceability will not affect any other provision, and this AGREEMENT shall be construed as if such invalid, illegal, or unenforceable provision had n ever 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 e nactment. No plea of misunderstanding or ignorance thereof shall be City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 9.22.2010 Page 13 of 15 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. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 9.22.2010 Page 14 of 15 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 Executed this the ATTEST: Marty Hendrix City Secretary day ofIl\.,201A. fORzi Qqo°°.°0 0a o 0 °r lett o APPROVED AS TO' - _ - L (1/1,1 A CaTh (teyvv)4 Assistant City Attorney I enact Authorization gate • City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 9.22.2010 Page 15 of 15 QITY OF FORT WRTH it? a 4; ernand ' C: sta0 l., 8. ;Assistant CityManag �� �� g n Ay APPROVAL RECOMMENDED • By:. S. Frank Crumb, P.E t ,P\A VAT Director, Water Department Freese and Nichols, Inc. Barbara A. Nickerson Vice President • OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX ATTACHMENT A DESIGN SERVICES FOR ENVIRONMENTAL AND ENGINEERING MANAGEMENT SERVICES FOR FORMER RIVERSIDE WASTEWATER TREATMENT PLANT CLOSURE CITY PROJECT NO.: WTR-2010-200051 ATTACHMENT A Scone for Environmental and Enaineerina Manaaement Services for Former Riverside, Wastewater Treatment Plant Closure CITY PROJECT NO.: WTR-2010-200051 The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. WORK TO BE PERFORMED Task 1. Design Management Task 2. Management Services for Removal of Sludge from Eight Digesters Task 3. Prepare Ecological Risk Assessment and Revised Affected Property Assessment Report Task 4. Design and Management Services for Response Action in Sector 1 (Former Plant Area) and Sector 2 (Former Lagoon Area) 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 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 City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 1 of 4 ATTACHMENT A DESIGN SERVICES FOR ENVIRONMENTAL AND ENGINEERING MANAGEMENT SERVICES FOR FORMER RIVERSIDE WASTEWATER TREATMENT PLANT CLOSURE CITY PROJECT NO.: WTR-2010-200051 • Conduct review meetings with the CITY at the end of each design phase • Prepare invoices and submit monthly in the format requested by the CITY. • Prepare and submit monthly progress reports in the format provided by the Water Department. • 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. • Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at the end of the project • Coordinate with other agencies and entities as necessary for the design of the proposed infrastructure, and provide and obtain information needed to prepare the design • With respect to coordination with permitting authorities, ENGINEER shall communicate with permitting authorities such that their regulatory requirements are appropriately reflected in the designs ENGINEER shall work with regulatory authorities to obtain approval of the designs and make changes necessary to meet their requirements, as part of the design scope. • Personnel and Vehicle Identification: When conducting site visits to the project location, the ENGINEER or any of its sub -consultants shall carry readily visible information identifying the name of the company and the company representative. ASSUMPTIONS • 36 MWBE reports will be prepared • 12 meetings with city staff • 36 monthly water department progress reports will be prepared • 36 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 City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 2 of 4 ATTACHMENT A DESIGN SERVICES FOR ENVIRONMENTAL AND ENGINEERING MANAGEMENT SERVICES FOR FORMER RIVERSIDE WASTEWATER TREATMENT PLANT CLOSURE CITY PROJECT NO.: WTR-2010-200051 TASK 2. Management Services for Removal of Sludge from Eight Digesters 1. Finalize plans and specifications for removal and disposal of sludge from remaining eight digesters at the site. 2. Assist the City with obtaining bids from contractors. 3. Provide on -site representation services to the City during sludge removal and disposal activities. Freese and Nichols representatives will be onsite for a maximum of 120 working days during construction activities related to this task. 4. Collect wipe samples from concrete digester surfaces following removal of sludge and cleaning of digesters. Samples will be analyzed for PCBs. An allowance of $10,000 for laboratory costs is included in this contract modification to complete this task. 5. Attend up to six meetings with the City to discuss project design requirements and provide project updates. Prepare a response action completion report (RACR) in the format required by Texas Risk Reduction Program (TRRP) and submit to the TCEQ and USEPA for approval. TASK 3. Prepare Ecological Risk Assessment and Revised Affected Property Assessment Report 1. Prepare a Tier 2 Screening Level Ecological Risk Assessment for submittal to TCEQ FNI will submit a draft version of the report to the City for review prior to finalizing the document 2. Conduct additional sampling of soil, groundwater, surface water, sediments, or other environmental media in Sectors 1 and 2 necessary to satisfy TCEQ/USEPA requirements. An allowance of $38,000 labor and $156,000 for laboratory analysis is included in this proposal to complete this task. 3. Prepare a revised APAR addressing TCEQ comments and incorporating results of additional investigation efforts. FNI will submit a draft version of the report to the City for review prior to finalizing the document. 4. Conduct quarterly groundwater sampling at all monitor wells at the site until December 2010. 5. Prepare one update to Community Relations Plan for overall project. 6. Attend up to six meetings with the City to discuss project design requirements and provide project updates. TASK 4. Design and Management Services for Response Action in Sector 1 (Former Plant Area) and Sector 2 (Former Lagoon Area) 1 Evaluate remedial alternatives for Sector 1 and Sector 2 of the project site. Develop opinions of probable construction costs for feasible alternatives. Coordinate with Trinity River Vision Authority (TRVA) and their stakeholders for issues related to the Trinity River Vision Project Oxbow Project at Gateway Park. 2. Prepare a preliminary design of selected remedial alternative. 3. Conduct a topographic survey of the site to gather data necessary for project design. 4. Conduct a comprehensive asbestos survey of structures located in the former plant area (Sector 1). 5. Prepare a response action plan (RAP) describing the selected remedial alternative in the format required by the Texas Risk Reduction Program (TRRP) and submit to the TCEQ for approval City of Fort Worth, Texas Attachment A PMO Release Date: 08,27.2010 Page 3 of 4 ATTACHMENT A DESIGN SERVICES FOR ENVIRONMENTAL AND ENGINEERING MANAGEMENT SERVICES FOR FORMER RIVERSIDE WASTEWATER TREATMENT PLANT CLOSURE CITY PROJECT NO.: WTR-2010-200051 6. Prepare a Risk -Based PCB Cleanup Plan in accordance with 40 CFR 761.61(c) for submittal to USEPA for approval. 7. Prepare cleanup plans and specifications for the selected remedial alternatives. 8. Assist the City with obtaining bids from contractors. 9. Prepare a drainage plan and storm water pollution prevention plan for remedial construction activities on the site. 10. Provide on -site representation services to the City during sludge removal and disposal activities Freese and Nichols representatives will be onsite for a maximum of 120 working days during construction activities related to this task. Cleanup phase services also include third -party oversight for any asbestos abatement activities required. 11. Conduct confirmation sampling required for the site following completion of cleanup activities. An allowance of $148,000 for laboratory costs is included in this contract to complete this task. 12. Attend up to six meetings with the City to discuss project design requirements and provide project updates. 13. Prepare a response action completion report (RACK) in the format required by TRRP and submit to the TCEQ for approval. 14. Prepare certificate of completion documentation required by TCEQ including boundary survey and institutional controls. City of Fort Worth, Texas Attachment A PMO Release Date: 08.27.2010 Page 4 of 4 ATTACHMENT B COMPENSATION Design Services for Environmental and Engineering Management Services for Former Riverside Wastewater Treatment Plant Closure City Project No. WTR-2010-200051 Time and Materials with Multiplier Project I. 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 Direct Salaries multiplied by a factor of 3.4. Direct Salaries are the amount of wages or salaries paid ENGINEER's employees for work directly performed on the PROJECT, exclusive of all payroll - related taxes, payments, premiums, and benefits. ii. 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. iii. Subcontract Expenses. Subcontract expenses and outside services shall be reimbursed at cost to ENGINEER plus a markup of ten percent (10%). 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. City of Fort Worth, Texas Attachment B PMO Official Release Date: 5.19.2010 Page 1 of 4 B-1 ATTACHMENT B COMPENSATION B. The ENGINEER shall be paid monthly payments as described in Section II Method of Payment. II. Method of Payment A. 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. III. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Water Department monthly progress reports and schedules in the format required by the City. City of Fort Worth, Texas Attachment B PMO Official Release Date: 5.19.2010 Page 2 of 4 B-2 IV. Summary of Total Project Fees Firm P rime Consultant Freese and Nichols ATTACHMENT B COMPENSATION Primary Responsibility Environmental Services P roposed M/WBE Sub -Consultants Xenco Environmental Labs Magnacore Drilling Gorondonna & Associates Benchmark N on-M/WBE Consultants Laboratory Analysis Environmental Drilling Surveying Asbestos Consulting Project Number & Name City M/WBE Goal = 25% City of Fort Worth, Texas Attachment B PMO Official Release Date: 5.19.2010 Page 3 of 4 TOTAL Total Fee $2,012,340.00 Fee Amount cro $1,501,758.00 74.63 $315,016.00 15.65 $75, 000.00 $70, 000.00 3.73 3.48 $50,566.00 2.51 $2,012,340 100% M/WBE Fee $510,582.00 Consultant Committed Goal = 25 • M/WBE % 25.37% 1 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 work types and work phases. City of Fort Worth, Texas Attachment B PMO Official Release Date: 5.19.2010 Page 4 of 4 ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for Environmental and Engineering Management Services for Former Riverside Wastewater Treatment Plant Closure City Project No. WTR-2010-200051 None 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 — Proiect Schedule This PROTECT reauires 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) Primavera SureTrak (Version 3.x or later or approved by CITY) Microsoft Project (Version 2003/2007 or later or approved by CITY) 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 mclude 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, City of Fort Worth, Texas Attachment D PMO Release Date: 06.30,2009 Page 1 of 2 • Coordination issues the CITY should be aware of or can assist with, • 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 III.A.(1). of the Agreement, 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 mariner required by Attachment D and the CITY's current Schedule Guidance Document. City of Fort Worth, Texas Attachment D PMO Release Date: 06.30.2009 Page 2 of 2 • FREES N 1 CHOLS 4055 International Plaza, Suite 200 Fort Worth, TX 76109 - 4895 Phone - (817) 735 - 7300 East First Street Gateway Park 550 1,100 City of Fort Worth Riverside Wastewater Treatement Plant Closure Project Project Location Map 2,200 Feet FTW94158C FILE roiect Location.mxd DATE November 2010 SCALE 1:9.600 DESIGNED KMB KFGIDRAFTED E ATTACHMENT M&C Review Page 1 of 2 CODE: SUBJECT: rift- -4 si ,E;1 COUNCIL ACTION: Approved on 2/15/2011 • as e .L..Y•L_ DATE: 2/15/2011 REFERENCE NO.: C TYPF: C-24742 NON - CONSENT LOG NAME: PUBLIC HEARING: Official site of the City of Fort Worth, Texas FoRT\%bRTI1 -emir 6ORIVERSI DE VVWTP CONST MGMT FN NO Authorize a Contract with Freese and Nichols, Inc., in the Amount of $2,012,340.00 for Services Related to the Cleanup of Riverside Wastewater Treatment Plant in Gateway Park (COUNCIL DISTRICT 4) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Freese and Nichols, Inc., in the amount of $2,012,340.00 for professional services related to the evaluation and cleanup of the former Riverside Wastewater Treatment Plant in Gateway Park. DISCUSSION: In June 2002, the City entered into the Texas Commission on Environmental Quality's (TCEQ) Voluntary Cleanup Program (VCP) due to the polychlorinated biphenyls (PCBs) and heavy metals found at the former Riverside Wastewater Treatment Plant (RVVWTP) site and the soccer/rugby fields in Gateway Park. On December 7, 2004, (M&C C-20430) the City Council authorized the execution of an agreement with Freese and Nichols, Inc., to prepare a response action plan for the cleanup of soccer and rugby fields in Gateway Park. Freese and Nichols, Inc., prepared the construction plans and specifications; provided on -site representation during construction; and conducted follow-up laboratory sampling and reporting activities in accordance with the TCEQ and U S. Environmental Protection Agency (EPA) regulations. The soccer/rugby fields were reopened to the public in December 2006. October 20, 2009, the City Council approved the settlement of the City's claim against the United States Air Force for the environmental response costs at the former RVVVVTP.(M&C G-16739) The settlement payment in the amount of $4,827,039.14 was received from the United States of America in 2010. The Water Department is ready to proceed with the remaining phases of the cleanup project: (1) Removal of PCB -contaminated sludge from eight digesters and demolition of structures in Sector 1 to accommodate the Trinity River Vision Oxbow Project at Gateway Park; and (2) cleanup of former sludge lagoons in Sector 2. The approval of the contract for in the amount of $2,012,340.00 will allow Freese and Nichols, Inc., to provide the professional services to manage the remaining cleanup of the RVWVTP (Sector 1 and Sector 2) which is estimated to cost $13,479,463.00. The scope of services will include three phases: Phase 1 - Cleanup Manaaement Services for Removal of Sludge from Eiaht Digesters Freese and Nichols, Inc., will finalize cleanup plans and specifications for removal of sewage sludge containing PCBs and heavy metals from eight digesters on site. Freese and Nichols, Inc., will assist with bid -phase services and will provide resident representation during cleanup activities necessary to remove the sludge from the digesters. Phase 2 - Prepare Ecological Risk Assessment and Revised Affected Property Assessment Report Freese and Nichols, Inc., will finalize a Tier 2 Screening -Level Ecological Risk Assessment to verify that the site is not adversely impacting the West Fork of the Trinity River. Following completion of that http://apps.cfwnet.org/council_packet/mc review.asp?ID 14625&councildate 2/15/2011 3/1/2011 M&C Review Page 2 of 2 study, Freese and Nichols, Inc. will perform additional site investigation activities including soil and groundwater sampling necessary to prepare an updated Affected Property Assessment Report for the site to submit to TCEQ. Phase 3 Services — Design and Cleanup Manaaement Services for Response Action in Sector 1 (Former Plant Area) and Sector 2 (Former Laaoon Area) Freese and Nichols, Inc. will complete design services necessary for removal of contaminated sludge from the former sludge lagoons near the West Fork of the Trinity River. Additionally, Freese and Nichols, Inc , will provide design services necessary to demolish some relic structures in Sector 1 to accommodate use of the site as a fill area for soils excavated to create additional flood plain valley storage for the Tnnity River Vision Oxbow Project at Gateway Park. Freese and Nichols, Inc., will assist with bid -phase services and will provide resident representation during cleanup activities in these areas. Following completion of remedial construction activities, Freese and Nichols, Inc., will prepare response action completion reports and documentation necessary to obtain certificates of completion from the TCEQ Voluntary Cleanup Program. Freese & Nichols, Inc., is in compliance with the City's M/WBE Ordinance by committing to 25 percent M/WBE participation. The City's goal on this project is 25 percent. The project is located in COUNCIL DISTRICT 4. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current operating budget, as appropriated, of the Water and Sewer Fund. TO Fund/Account/Centers FROM Fund/Account/Centers PE45 245100 000000 $2.012.340.00 Submitted for Citv Manager's Office bv: Fernando Costa (6122) Originating Department Head: S. Frank Crumb (8207) Additional Information Contact Richard Talley (8203) ATTACHMENTS 60RIVERSIDE VVV TP CONST MGMT FN MAP.pdf October 2010 Former Riverside VWVTP Closure Contract Pr000sal.pdf http://apps.cfwnet.org/council_packet/mc review.asp?ID=14625&councildate=2/15/2011 3/1/2011 4055 International Plaza, Suite 200 O Fort Worth, Texas 76109 0 817-735-7300 ® fax 817-735-7491 O www.freese.com October 4, 2010 Mr. Richard Talley Regulatory/Environmental Coordinator Fort Worth Water Department 1000 Throckmorton Street Fort Worth, Texas 76102 RE: Proposal for Continuance of Environmental and Engineering Management Consulting Services for the Former Riverside Wastewater Treatment Plant Closure Dear Mr. Talley: Freese and Nichols, Inc. is pleased to present this proposal for continued environmental and engineering management support for the completion of Phase 2 for the former Riverside Wastewater Treatment Plant Closure Project. Phase 2 includes the cleanup of the PCB contaminated sludge in the digesters and lagoons and the demolition of relic structures for the Trinity River Vision Oxbow Project at Gateway Park. The completion of Phase 2 of this project is necessary to meet State and Federal regulatory requirements. In addition to meeting regulatory requirements, other components of Phase 2 include completing the Ecological Risk Assessment and Affected Property Assessment Report required by the Texas Commission on Environmental Quality (TCEQ), the Risk -Based PCB Disposal Plan required by U.S. Environmental Protection Agency (USEPA), and assisting the City in the certificate of completion documentation for closure of the Voluntary Cleanup Program required by TCEQ. We propose to furnish the following scope of services to complete this effort. Task 1— Management Services for Removal of Sludge from Eight Digesters 1. Finalize plans and specifications for removal and disposal of sludge from remaining eight digesters at the site. 2. Assist the City with obtaining bids from contractors. 3. Provide on -site representation services to the City during sludge removal and disposal activities. Freese and Nichols representatives will be onsite for a maximum of 120 working days during construction activities related to this task. 4. Collect wipe samples from concrete digester surfaces following removal of sludge and cleaning of digesters. Samples will be analyzed for PCBs. An allowance of $10,000 for laboratory costs is included in this contract modification to complete this task. 5. Attend up to six meetings with the City to discuss project design requirements and provide project updates. 6. Prepare a response action completion report (RACR) in the format required by Texas Risk Reduction Program (TRRP) and submit to the TCEQ and USEPA for approval. Mr. Richard Talley October 4, 2010 Page 3 of 3 12. Attend up to six meetings with the City to discuss project design requirements and provide project updates. 13. Prepare a response action completion report (RACK) in the format required by TRRP and submit to the TCEQ for approval. 14. Prepare certificate of completion documentation required by TCEQ including boundary survey and institutional controls. We anticipate that the work for this project will be completed in June 2013. A budget for each task is also included for your information. Task Task 1 Task 2 Task 3 Description Construction Management Services for Removal of Sludge from Eight Digesters Prepare Ecological Risk Assessment and Revised Affected Property Assessment Report Task 3 — Design and Construction Management Services for Response Action in Sector 1 (Former Plant Area) and Sector 2 (Former Lagoon Area) Total Proposed Fee $350,106 $621,302 $1, 040, 933 $2,012,340 Total FN Labor $1,327,076 Total F1 'E-x�.le�e�4.se otQL 'aI Ili %iM'c_ Csldit Total DBE Expense $510,582 Total DBE % 25.37% DBE Tasks Lab - Xenco Environmental Labs Drilling - Magnacore Surveying is Brad Gorondonna & Assoc. Licensed Asbestos Consultant - Benchmark $315,016 $75,000 $70,000 $50, 566 If you have any questions on the scope or budget, please feel free to contact me at 817-735-7273. Sincerely, Freese and Nichols, Inc. z"\j, ‘VAUL-64-6€b3 Barbara A. Nickerson Vice President [FI'W94158C]T:\Project Mgmt\Let-Talley- October 2010 Former Riverside WWTP Closure Contract.docx FREESE AND NICHOLS, INC. PROPOSED COSTS FORMER RIVERSIDE WWTP CLOSURE PROJECT TASK 1 - ENGINEERING SERVICES FOR REMOVAL AND DISPOSAL OF SLUDGE FROM REMAINING DIGESTERS $69.83 j 849.11, BAN RWC, Tasks PM I APM 1. Project Management 16 2. Completion of Construction Plans & Specifications for Cleanout of Remaining Digesters. 8 24 3. Bid -Phase Services 24 4. Coordination with Contractor 40 5. On -Site Representation During Digester Cleanout 40 6. Digester Concrete Sample Collection 7. Coordination with USEPA/TCEQ 8 24 8. Meetings with City (6) 24 24 9. Preparation of Response Action Completion Report. 8 40 Totals, Miscellaneous Expense Cost Phone, Fax, FedEx PC Computer Printing Travel Per Diem Laboratrory Costs - Wipe Testing Equipment Costs FN Hourly Rates $35.02$30.42 $47.67 $58.66' 138.51 $44.16 $36.32 $36.00 J_ $19.38 - KMB BME DAB' LER RUR CPJ PDK' DMH ESIV GIS Eno V ENG VI WANW I CS CS CAD l WP 160 80 40 80 16 60 40 40 40 24 40 80 16 24 40 160 40 960 40 40 Multiplier 3.4 Total Labor Cost $3,798.75 $41,225.82 $14,080.35 $13,148.48 $185,680.80 $9,525.44 $10,669.47 $13,587.22 $22,394.30 64 [ 216 360 16 204 80 1 240 ) 80 j 960 40 ! 40 I 0 $314,110.63 Unit Unit Cost Lump Sum $100.00 Per Hour $8.00 Lump Sum $5,000.00 Lump Sum $500.000 Per Day $30.000 Lump Sum $10,000.000 Lump Sum $5,000.000 No. 1 1000 1 1 90 1 1 Expense Subtotal Markup Total Expenses Total $100.00 $8,000.00 $5,000.00 $500.00 $2,700.00 5,000.00 $31,300.00 1.15 $35,995.00 Total Cost $350,105.63 10/1/2010 Tasks 1. Project Management 2. Remedial Alternative Evaluation 3. Preliminary Design/Preparation of Response Action Plan 4. Preparation of USEPA Risk -Based Disposal Plan 4. Preparation of Construction Plans & Specifications 5. Bid -Phase Services 6. Preparation of Drainage Plan & SWP3 7. Coordination with Contractor 8. Construction Representation for 6 months. 9. Confirmation Sampling 10. Meetings with City (6) 11. Quality ControVQuality Assurance Reviews 12. Preparation of Response Action Completion Report 13. Prepare certificate of completion documentation. FREESE AND NICHOLS, INC. PROPOSED COSTS FORMER RIVERSIDE WWTP CLOSURE PROJECT TASK 3 - RESPONSE ACTION FOR SECTOR 2 $69.83 BAN GM 48 40 8 8 16 2 4 16 24 16 16 4 $49.11 RWC ESVI 200 80 40 40 40 4 16 40 40 24 16 40 16 $35.02 KMG ESIII $21.65 KFG ESII FN Hourly Rates $30.42 47.57 BME J DAB GIS I ENGV $44.16 CPJ CS $36.32 $35.00 PDK CS CAD 100 200 16 160 16 100 40 80 16 40 40 400 16 400 40 40 60 40 80 40 24 40 40 160 100 40 960 120 120 24 24 24 80 160 80 80 16 24 40 $19.38 DMH WP 8 8 60 8 Multiplier 3.4 Total Labor Cost $11,396.26 $89,121.89 $57,423.96 $31,515.28 $128,702.24 $26,563.52 $23,604.50 $18,448.26 $170,256.63 $29,800.32 $19,408.56 $10,352.05 $38,722.74 $19,035.51 i Totals' 202 1 596 844 I 360 48 1 1032 I 120 1 1116 1 560 I 84 I 0 1 $674,351.72 1 Miscellaneous Expense Cost Phone, Fax, FedEx PC Computer Printing Travel Per Diem Pastor, Behling, & Wheeler (EECA, CRP) Surveyor Licensed Asbestos Consultant Environmental Drilling Laboratory Costs Equipment Costs I Unit I Lump Sum Per Hour Lump Sum Lum .Sum Per Day Lump Sum Lump Sum Lump Sum Lump Sum Lump Sum Lump Sum Unit Cost $300.00 $8.00 $5,000.00 $1,000.000 $30.000 $25,000.000 $20,000.00 $50,000.00 $25,000.00 $148,300.00 $5,000.000 Total $300.00 $8,000.00 $5,000.00 $1,000.00 $600.00 $25,000.00 r $50,000.00 $50,566.15 $25,000.00 I $148,300.00 $5,000.00 Expense Subtotal $318,766.16 Markup 1.15 Total Expenses $366,581.07 No. 1 1000 1 1 20 1 1 1 1 1 1 Total Cost $1,040,932.79 10/1/2010 SOLIDS FREESE AND NICHOLS' PROPOSED BUDGET TASK 5 - SECTOR 2 RAP ANTICIPATED LABORATORY COSTS Sample Pickup -- $30.00 60 $1,800.00 PCBs 8082 $94.00 1000 $94,000.00 Total RCRA Metals 1 6010 et al $105.00 500 $52,500.00 $148,300.00 Total Laboratory Cost (w/markup) $148,300.00 10/1/2010 • • •- 4 nd Gateway Park Boundary Affected Property Sectors (Acreage of Sector) FREES °N E ICHOLS 4055 International Plaza, Suite 200 Fort Worth, TX 76109 - 4895 Phone - (817) 735 - 7300 East First Street ver_sid Gateway Park 700 1,400 City of Fort Worth Riverside Wastewater Treatement Plant Closure Project On-SiteProperty Map ie FN JOB NO FILE Subject Propertv.mxd DATE SCALE DESIGNED DRAFTED FTW94158C Dec 2010 1:12 000 KMB KFG 2,800 Feet 1 FIGURE