Loading...
HomeMy WebLinkAboutContract 26319 CITY SECRETARY CONTRACT NO. r� I`1 CITY OF FORT WORTH, TEXAS ii STANDARD AGREEMENT FOR ENGINEERING SERVICES This AGREEMENT is between the City of Fort Worth (the "CITY'), and MnntQpmmy Watson Americas, Inc. ' (the "ENGINEER"), for a PROJECT general) described as: rlcCart Street Ptd Station (Project No. 13160-06060160010) and Rtnra= Tank (Project No. P16.0-06016.01800100) Article I Scope of Services A. The Scope of Services is set forth in Attachment A. Article 11 Compensation A. The ENGINEER'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 to reasonably substantiate the invoices. (2) Monthly invoices will be issued by the ENGINEER 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 1, 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 seven (7) days' written notice to CITY, suspend services under this AGREEMENT until paid in full, including interest 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. 'j�hijG ,,L G'ECCO)U°?@ L' Ila UV`J:-'�l Up �L7GNa Article IV Obligations of the Engineer Amendments to Article IV, if any, are included in Attachment C. A. General The ENGINEER will serve as the CITY's professional engineering representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto. B. Standard of Care The standard of care applicable to the ENGINEER's services will be the degree of skill and diligence normally employed in the State of Texas by professional engineers or consultants performing the same or similar services at the time such services are performed. C. Subsurface Investigations (1) The ENGINEER shall advise the CITY with regard to the necessity for subcontract work such as special surveys, tests, test borings, or other subsurface investigations in connection with design and engineering work to be performed hereunder. The ENGINEER shall also advise the CITY concerning the results of same. Such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise specified in Attachment A. (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. D. Preparation of Engineering Drawings The ENGINEER will provide to the CITY the original drawings of all plans in ink on reproducible plastic film sheets, or as otherwise approved by CITY, which shall become the property of the CITY. CITY may use such drawings in any manner it desires; provided, however, that the ENGINEER shall not be liable for the use of such drawings for any project other than the PROJECT described herein. E. Engineer's Personnel at Construction Site (1) The presence or duties of the ENGINEER's personnel at a construction site, whether as on-site representatives or otherwise, do not make the ENGINEER or its personnel in any way responsible for those duties that belong to the CITY and/or the CITY's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not -2- • limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the f construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The ENGINEER and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. (2) Except to the extent of specific site visits expressly detailed and set forth in Attachment A, the ENGINEER or its personnel shall have no obligation or responsibility to visit the construction site to become familiar with the progress or quality of the completed work on the PROJECT or to determine, in general, N 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, for any reason, the ENGINEER should make an on-site observation(s), on the basis'of such on-site observations, if any, the ENGINEER shall endeavor to keep the CITY informed of any deviation from the Contract Documents coming to the actual notice of ENGINEER regarding the PROJECT. (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. (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 qualify of performance by third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, the ENGINEER makes no warranty that the CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from the ENGINEER's opinions, analyses, projections, or estimates. G. Construction Progress Payments Recommendations by the ENGINEER to the CITY for periodic construction progress payments to the construction contractor will be based on the ENGINEER's knowledge, information, and belief from selective sampling and -3- observation that the work has progressed to the point indicated. Such Oj 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 Gear 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. H. Record Drawings Record drawings, If required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. The ENGINEER is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. I. Minority and Woman Business Enterprise (MIWBE) participation In accord with City of Fort Worth Ordinance No. 11923, the City has goals for the participation of minority business enterprises and woman business enterprises in City contracts. Engineer acknowledges the MIWBE goal established for this contract and its commitment to meet that goal. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Engineer may result in the termination of this agreement and debarment from participating in City contracts for a period of time of not less than three(3) years. J. Right to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of three (3) 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 three (3) 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. -4- (3) ENGINEER and subconsultant agree to photo copy such documents as lei 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. ENGINEER's Insurance (1) Insurance coverage and limits: ENGINEER shall provide to the City certificate(s) of insurance documenting policies of the following coverage at minimum limits which are to be in effect prior to commencement of work on the PROJECT: Commercial General Liability $1,000,000 each occurrence $1,000,000 aggregate Automobile Liability $1,000,000 each accident (or reasonably equivalent limits of coverage if written on a split limits basis). Coverage shall be on any vehicle used in the course of the PROJECT. Worker's Compensation Coverage A: statutory limits Coverage B: $100,000 each accident $500,000 disease- policy limit $100,000 disease-each employee Professional Liability _ $1,000,000 each claim/annual aggregate (2) 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. (a) 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. (b) Certificate(s) of insurance- - shall document that insurance coverages specified according to items section K(1) and K(2) of this agreement are provided under applicable policies documented thereon. (c) Any failure on part of the CITY to request required insurance documentation shall not constitute a waiver of the insurance requirements. (d) A minimum of thirty (30) days notice of cancellation, non-renewal 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. Such terms shall be endorsed onto ENGINEER's insurance policies. Notice shall be sent to the -5- respective Department Director (by name), City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102. (e) Insurers for all policies must be authorized to do business in the state of Texas or be otherwise approved by the CITY; and, such insurers shall be acceptable to the CITY in terms of their financial strength and solvency. (f) Deductible limits, or self insured retentions, affecting insurance required herein may be acceptable to the CITY at its sole discretion; and, in lieu of traditional insurance, any alternative coverage maintained through insurance pools or risk retention groups must be also approved. Dedicated financial resources or letters of credit may also be acceptable to the City. (g) Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. (h) 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. (1) The Commercial General Liability insurance policy shall have no exclusions by endorsements unless such are approved by the CITY. The Professional Liability insurance policy, if written on a claims made basis shall be maintained by the ENGINEER for a minimum two (2) year period subsequent to the term of the respective PROJECT contract with the CITY .unless such coverage is provided the ENGINEER on an occurrence basis. (k) The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement It is understood that insurance cost is an allowable component of ENGINEER's overhead. (1) All insurance required in section K, except for the Professional Liability insurance policy, shall be written on an occurrence basis in order to be approved by the CITY. (m) Subconsultants to the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably equivalent insurance coverage as required for the ENGINEER. When insurance coverage is maintained by subconsultants, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. Notwithstanding anything to the contrary contained herein, in the event a subconsultant's insurance coverage is canceled or terminated, such cancellation or termination shall not constitute a breach by ENGINEER of the Agreement • -6- 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 which 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 ENGINEER will, if requested, assist the CITY in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. O. Permitting Authorities -Design Changes If permitting authorities require design changes so as to comply with published design criteria and/or current engineering practice standards which the ENGINEER should have been aware of at the time this Agreement was executed, the ENGINEER shall revise plans and specifications, as required, at its own cost and expense. However, if design changes are required due to the changes in the permitting authorities' published design criteria and/or practice standards criteria which are published after the date of this Agreement which the ENGINEER could not have been reasonably aware of, the ENGINEER shall notify the CITY of such changes and an adjustment in compensation will be made through an amendment to this AGREEMENT. Article V Obligations of the City Amendments to Article V, if any, are included in Attachment C. A. City-Furnished Data The CITY will make available to the ENGINEER all technical data in the CITY's possession relating to the ENGINEER's services on the PROJECT. The ENGINEER may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY except when verification is necessary to insure the proper delivery of services to be performed. J -7- 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 and will provide labor and safety equipment as required by the ENGINEER for such access. 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 in Attachment D. E. 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 and Indemnification (1) To the maximum extent permitted by law, the CITY will indemnify and release ENGINEER and its officers, employees, and subcontractors from all claims, damages, losses, and costs, including, but not limited to, attorney's fees and litigation expenses arising out of or relating to the presence, discharge, release, or escape of hazardous substances, contaminants, or asbestos on or from the PROJECT. Nothing contained herein shall be construed to require the CITY to levy, assess or collect any tax to fund this indemnification. (2) The indemnification and 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 such hazardous substance, contaminant or asbestos is brought onto the PROJECT by ENGINEER. -8- 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. (3) 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 (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. 1. 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 Risklinstallation insurance shall be comprehensive in coverage appropriate to the PROJECT risks. J. Litigation Assistance The Scope of Services does not include costs of the ENGINEER for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. In the event CITY requests such services of the ENGINEER, this AGREEMENT shall be amended or a separate agreement will be negotiated between the parties. -9- 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. B. Reuse of Project Documents All designs, drawings, specifications, documents, and other work products of the ENGINEER, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. Reuse, change, or alteration by the CITY or by others acting through or on behalf of the CITY of any such instruments of service without the written permission of the ENGINEER will be at the CITY's sole risk. The final designs, drawings, specifications and documents shall be owned by the CITY. 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. 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 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 storage containers, microfilm, electronic data files, and other data storage supplies or services; -10- c) The time requirements for the ENGINEER'S personnel to document the work underway at the time 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 ENGINEER's personnel and subcontractors, and ENGINEER's compensation will be made. F. Indemnification (1) The ENGINEER agrees to indemnify and defend the CITY from any loss, cost, or expense claimed by third parties for property damage and bodily injury, including death, caused solely by the negligence or willful misconduct of the ENGINEER, its employees, officers, and subcontractors in connection with the PROJECT. (2) If the negligence or willful misconduct of both the ENGINEER and the CITY (or a person identified above for whom each is liable) is a cause of such damage or injury, the loss, cost, or expense shall be shared between the ENGINEER and the CITY in proportion to their relative degrees of negligence or willful misconduct as determined pursuant to T.C.P. & R. Code, section 33.011(4) (Vernon Supplement 1996). G. Assignment Neither party will assign all or any part of this AGREEMENT without the prior written consent of the other parry. H. Interpretation Limitations on liability and indemnities in this AGREEMENT are business understandings 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 means the CITY and the ENGINEER, and their officers, employees, agents, and subcontractors. 1. 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. -171- J. Alternate Dispute Resolution (1) All claims, disputes, and other matters in question between the CITY and ENGINEER arising out of, or in connection with this Agreement or the PROJECT, or any breach of any obligation or duty of CITY or ENGINEER hereunder, will be submitted to mediation. If mediation is unsuccessful, the claim, dispute or other matter in question shall be submitted to arbitration if both parties acting reasonably agree that the amount of the dispute is likely to be less than $50,000, exclusive of attorney's fees, costs and expenses. Arbitration shall be in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association or other applicable rules of the Association then in effect. Any award rendered by the arbitrators less than $50,000, exclusive of attorney's fees, costs and expenses, will be final, judgment may be entered thereon in any court having jurisdiction, and will not be subject to appeal or modification except to the extent permitted by Sections 10 and 11 of the Federal Arbitration Act (9 U.S.C. Sections 10 and 11). (2) Any award greater than $50,000, exclusive of attorney's fees, costs and expenses, may be litigated by either party on a de novo basis. The award shall become final ninety (90) days from the date same is issued. If litigation is filed by either party within said ninety (90) day period, the award shall become null and void and shall not be used by either party for any purpose in the litigation. K. Severability and Survival If any of the provisions contained in this AGREEMENT are held for any reason to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability will not affect any other provision, and this AGREEMENT shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. Articles V.F., VI.B., VI.D., VI.H., VI.I., and VI.J. shall survive termination of this AGREEMENT for any cause. L Observe and Comply ENGINEER shall at all times observe and comply with all federal and State laws and regulations and with all City ordinances and regulations which in any way affect this AGREEMENT and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment No plea of misunderstanding or ignorance thereof shall be considered. ENGINEER agrees to defend, indemnify and hold harmless CITY and all of its officers, agents and employees from and against all daims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. -12- 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 ATTEST: CITY OF FORT-" ORTH Aloria pear Mike Groomer City Secretary Assistant City Manager APPR ED Dale A. Fisseler, 'P.E. Director Fort Worth Water Dept. APPROVED AS TO FORM AND LEGALITY Pbntgcnr_ y Watson mricas, Inc. ENGIN R By: 9�&= 1. A sistant ityAttorney Wayne Amfiter, P.E. Business Unit Manager contract Authorization t1c% ATTACHMENT"A" • General Scope of Services 'Scope of Services set forth herein can only be modified by additions, clarifications, and/or deletions set forth in the supplemental Scope of Services. In cases of conflict between the Supplemental Scope of Services and the General Scope of Services, the Supplemental Scope of Services shall have precedence over the General Scope of Services.' GENERAL 1) Preliminary Conference with City The Engineer shall attend preliminary conferences with authorized representatives of the City regarding the scope of project so that the plans and specifications which are to be developed hereunder by the Engineer will result in providing facilities which are economical in design and conform to the City's requirements and budgetary constraints. 2) Coordination with Outside Agencies/Public Entities The Engineer shall coordinate with officials of other outside agencies as may be necessary for the design of the proposed street, and storm drain and/or water and wastewater facilities/improvements. It shall be the Engineer's duty hereunder to secure necessary information from such outside agencies, to meet their requirements. 3) Geotechnical Investigations The Engineer shall advise the City of test borings, and other subsurface investigations that may be needed. In the event it is determined necessary to make borings or excavate test holes or pits, the Engineer shall in coordination with the City and the City's geotechnical engineering consultant, draw up specifications for such testing program. The cost of the borings or excavations shall be paid for by the City. 4) Agreements and Permits The Engineer shall complete all forms/applications to allow the City of Fort Worth to obtain any and all agreements and/or permits normally required for a project of this size and type. The Engineer will be responsible for negotiating and coordinating to obtain approval of the agency issuing the agreement and/or permits and will make any revisions necessary to bring the plans into compliance with the requirements of said agency, including but not limited to highways, railroads, water authorities, Corps of Engineers and other utilities. 5) Design Changes Relating to Permitting Authorities If permitting authorities require design changes, the Engineer shall revise the plans and specifications as required at the Engineers own cost and expense, unless such changes are required due to changes in the design of the facilities made by the permitting authority. If such changes are required, the Engineer shall notify the City and an amendment to the contract shall be made if the Engineer incurs additional cost. If there are unavoidable delays, a mutually agreeable and reasonable time extension shall be negotiated. -1- • 6) Plan Submittal ' Copies of the original plans shall be provided on reproducible mylar or approved plastic film sheets, or as otherwise approved by the Department of Engineering and shall become the property of the City. City may use such drawings in any manner it desires; provided, however that the Engineer shall not be liable for the use of such drawings for any project other than the project described herein; and further provided, that the Engineer shall not be liable for the consequences of any changes that are made to the drawings or changes that are made in the implementation of the drawings without the written approval of the Engineer. PHASE 1 7) Right-of-Way, Easement and Land Acquisition Needs The Engineer shall determine the rights-of-way, easement needs for the construction of the project. Engineer shall determine ownership of such land and furnish the City with the necessary right-of-way sketches, prepare necessary easement descriptions for acquiring the rights-of-way and/or easements for the construction of this project Sketches and easement descriptions are to be presented in form suitable for direct use by the Department of Engineering in obtaining rights-of-way, easements, permits and licensing agreements. All materials shall be furnished on the appropriate City forms in a minimum of four(4) copies each. 8) Design Survey The Engineer shall provide necessary field survey for use in the preparation of Plans and Specifications. The Engineer shall fumish the City certified copies of the field data. 9) Utility Coordination The Engineer shall coordinate with all utilities, including utilities owned by the City, as to any proposed utility liens or adjustment to existing utility lines within the project limits. The information obtained shall be shown on the conceptual plans. The Engineer shall show on the preliminary and final plans the location of the proposed utility lines, existing utility lines, based on the information provided by the utility, and any adjustments and/or relocation of the existing lines within the project limits. The Engineer shall also evaluate the phasing of the water, wastewater, street and drainage work, and shall submit such evaluation in writing to the City as part of this phase of the project 10) Conceptual Plans The Engineer shall furnish four (4) copies of the Phase 1 concept engineering plans which include layouts, preliminary right-of-way needs and preliminary estimates of probable construction costs for the Engineer's recommended plan. For all submittals, the Engineer shall submit plans and documents for street/storm drain and watertwastewater facilities. The Engineer shall receive written approval of the Phase 1 Plans from the City's project manager before proceeding with Phase 2. 0 -2- PHASE 2 •` 11) Design Data The Engineer shall provide design data, reports, cross-sections, profiles, drainage calculations, and preliminary estimates of probable construction cost. 12) Preliminary Construction Plans and Technical Specifications The Engineer shall submit twenty (20) copies of Phase 2 preliminary construction plans and five (5) copies of the preliminary technical specifications for review by the City and for submission to utility companies and other agencies for the purposes of coordinating work with existing and proposed utilities. The preliminary construction plans shall indicate location of existing/proposed utilities and storm drain lines. The Engineer shall receive written approval of the Phase 2 plans from the City's project manager before proceeding with Phase 3. PHASE 3 13) Final Construction Plans The Engineer shall furnish five (5) copies of the final construction plans and contract specifications for review by the City. 14) Detailed Cost Estimate The Engineer shall furnish four(4) copies of detailed estimates of probable construction costs for the authorized construction project, which shall include summaries of bid items and quantities. 15) Plans and Specification Approval The Engineer shall furnish an original cover mylar for the signatures of authorized City officials. The Contract Documents shall comply with applicable local, state and federal laws and with applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies. The Engineer shall receive written approval of the Phase 3 plans from the City's project manager before proceeding with Phase 4. PHASE 4 16) Final Approved Construction Plans The Engineer shall furnish 45 bound copies of Phase 4 final approved construction plans and contract specifications. The approved plans and contract specifications shall be used as authorized by the City for use in obtaining bids, awarding contracts, and constructing the project 17) Bidding Assistance The Engineer shall issue addenda as appropriate to interpret, clarify, or expand the bidding documents, and assist the owner in determining the qualifications and acceptability of prospective constructors, subcontractors, and suppliers. When substitu- tion prior to the award of contracts is allowed by the bidding documents, the Engineer will advise the owner as to the acceptability of altemate materials and equipment •J proposed by the prospective constructors. ' -3- 18) Recommendation of Award The Engineer shall assist in the tabulation and review of all bids received for the construction of the project and shall make a recommendation of award to the City. 19) Prebid Conference The Engineer shall attend the prebid conference and the bid opening, prepare bid tabulation sheets and provide assistance to the owner in evaluating bids or proposals and in assembling and awarding contracts for construction, materials, equipment, and services. PHASE 5 20) Preconstruction Conference The Engineer shall attend the preconstruction conference. 21) Construction Survey The Engineer shall be available to the City on matters concerning the layout of the project during its construction and will set control points in the field to allow City survey crews to stake the project The setting of line and grade stakes and route inspection of construction will be performed by the City. 22) Site Visits •. The Engineer shall visit the project site at appropriate intervals as construction ' proceeds to observe and report on the progress and the quality of the executed work 23) Shop Drawing Review The Engineer shall review shop and erection drawings submitted by the contractor for compliance with design concepts. The Engineer shall review laboratory, shop, and mill test reports on materials and equipment. 24) Instructions to Contractor The Engineer shall provide necessary interpretations and clarifications of contract documents, review change orders and make recommendations as to the acceptability of the work, at the request of the City. 25) Differing Site Conditions The Engineer shall prepare sketches required to resolve problems due to actual field conditions encountered. 26) Record Drawings The Engineer shall prepare record drawings from information submitted by the contractor. -4- EXHIBIT "A-1" SUPPLEMENTAL SCOPE OF SERVICES (SUPPLEMENT TO ATTACHMENT "A") McCART STREET PUMP STATION AND STORAGE TANK The following is a clarification of the tasks that the engineer will perform under ATTACHMENT "A". Work under this attachment includes engineering services for a pump station and ground storage facility associated with the McCart Street Pump Station and Storage Tank project. The project consists of the following components: 1. Ground Storage Tank: 1.1 Construct a new welded steel storage tank complete with protective coatings. 1.2 Provide inlet and discharge yard piping with associated isolation and control valves for the storage tank. 1.3 Construct meter vault complete with related flow meter and mechanical appurtenances. 1.4 Provide necessary electrical and instrumentation, including electrical service to the tank, water level transmitter, valve actuator, chlorine residual analyzer, and HSQ RTU radio link to SCADA system. 1.5 Construct site improvements, including access road, site grading, and perimeter fencing. 2. Pump Station: 2.1 Install constant speed pumps. 2.2 Inlet piping, discharge piping, process piping, and related isolation and control valves. 2.3 Approximately 5400 square foot building complete with electrical room, control room, and restroom. 2.4 Plumbing for the roof gutter, floor drains, restroom, and HVAC system for the electrical room. 2.5 Electrical and instrumentation work, including electrical dual feed service to the pump station, conduit and wiring for the equipment, building exterior and interior lighting, electrical overhead door, and HSQ RTU and radio link to the SCADA system. October 17,2000 1 Upon receipt of notice to proceed, the Engineer will perform the following tasks: PART A - PROJECT MANAGEMENT 1. Kick-off Meeting. Conduct a project kick-off meeting to establish project goals, review the decision-making process, refine project schedules, and establish communication and control strategies. Document the findings and distribute to all parties. 2. Monthly Management. Provide project management to coordinate with CITY, manage sub-consultant activities and report on schedule and costs. Plan and coordinate technical, regulatory, and decision- making activities. Control schedule and budget. Tasks during the various phases will include: a. Evaluation Phase. During the investigation, evaluation and report phases of the PROJECT, provide the following: 1. Prepare monthly updates of schedule and cost-control; 2. Prepare, review, and submit monthly invoices; 3. Attend monthly coordination meetings with the CITY; 4. Prepare and distribute meeting minutes, and 5. Manage and coordinate sub-consultant activities. b. Design Phase. During the design phase of the PROJECT, provide the following: 1. Provide monthly updates of schedule and cost; 2. Coordinate and attend monthly coordination meetings with the CITY, and 3. Manage and coordinate sub-consultant activities. C. Bidding/Construction Phase. Services to be provided during bidding and construction will be as follows: 1. Attend periodic coordination meetings; and 2. Manage sub-consultant and coordinate all engineering activities. 3. Project Close Out. Organize and compile project files for project close out and provide the CITY with computer files of plans and specifications. Computer files of plans shall be in AutoDesk AutoCADO format. Computer files of specification shall be in Microsoft Word@ format. October 17,2000 2 PART B—HYDRAULIC MODELING 1. Modeling of Pump Station and Storage Tank. Using H2ONET data files of the SS-II and SS-III pressure planes provided by the City and steady-state peak-hour hydraulic analysis results of SS-II provided by Garcia & Associates Engineering, Inc., perform an extended period simulation (EPS) hydraulic analysis of the SS-II and SS-III pressure planes to size the pump station capacity and storage tank size. Deliver H2ONET files of the SS-II and SS-III pressure planes with new tank and pump station to the CITY. PART C - PRELIMINARY DESIGN 1. Agency Coordination and Permitting. Coordinate with appropriate agencies, and departments to facilitate project execution. Contact and maintain communication with appropriate parties throughout the project. Obtain necessary permits required to implement the project. Coordination will be provided with the following agencies: • TNRCC permitting, regulatory, and review departments, • Texas Department of Licensing & Regulation (TDLR). • CITY'S Building-permit department, • CITY'S Fire Marshal and Public Works. 2. Preliminary Design Report The ENGINEER will perform a preliminary design of the proposed improvements which includes building layout and pump station schematics. Based on collected information, conduct an evaluation of options in terms of layout, capacity, reliability, control complexity, maintenance requirements, construction sequencing, etc. Preliminary design will consist of the following elements: a. Hydraulic Modeling. Summary of hydraulic modeling assumptions and results. b. Ground Storage Tank. Tank shall be of steel construction with a concrete ring foundation. C. Pump Station. Pump station shall be an above-ground prefabricated building with horizontal centrifugal pumps. d. Instrumentation, Control and Electrical Upgrades. The new pump station and storage tank will have new control panels with local control capability. These control panels will be tied into the existing HSQ SCADA system through a RTUs in the pump station building. A new electrical service, lighting and HVAC system will be designed for the pump station building. e. Site Work. Site work required for the construction of the new pump station and storage tank will include placement of new inlet and discharge yard piping, access roads, site drainage, site fencing, and meter vaults. Prepare preliminary site layout. October 17,2000 3 The preliminary design report will include the following information: a. Layout of improvements; b. Process, mechanical and instrumentation drawings; c. Selection data on major units and equipment; d. Conceptual architectural/structural drawings; and e. Preliminary construction sequence. 3. Preliminary Design Workshop. Preliminary Design Workshop will include: a. Submit 10 copies of draft Preliminary Design Report to. b. Conduct preliminary design workshop. c. Revise Preliminary Design Report based on review comments. d. Submit 10 copies of final Preliminary Design Report to the CITY. PART D - CONSTRUCTION PLANS AND SPECIFICATIONS 1. Survey Included in ENGINEER's scope. Cost of any field survey during construction shall be borne by the CONTRACTOR. 2. Geotechnical Included in ENGINEER's scope. Work consists of evaluation of subsurface soil and groundwater conditions, and from this evaluation develop parameters and recommendations for the related design and construction elements. 3. Final Design The ENGINEER shall prepare final construction plans and specifications. Technical specifications will be prepared using MW master specifications, edited as necessary. Front end documents such as notice to bidders, instruction to bidders, bid forms, agreement, general conditions, etc. will be CITY standards. Drawings will be prepared using MW's standard level of detailing and presentation on the drawings. The drawings will be prepared on CAD. October 17,2000 4 A total of 65 drawings are anticipated: Storage Tank General Drawings Cover G-1: Location Map/List of Drawings G-2: Abbreviations G-3: Symbols G-4: General Notes and Piping Schedule Civil Drawings C-1: Site Plan- Paving, Grading and Yard Piping C-2: Piping Details C-3: Standard Civil Details— 1 C-4: Standard Civil Details - 2 Architectural Drawings None Structural Drawings S-1: Foundation Plan & Details S-2: Meter Vault and Valve Vaults—Plan and Sections S-3: Standard Structural Details - 1 S-4: Standard Structural Details - 2 Mechanical Drawings M-1: Ground Storage Tank—Plan and Details M-2: Meter Vault and Valve Vault M-3: Mechanical Standard Details 1 HVAC None Electrical Drawings E-1: Electrical Symbols and Legend E-2: Electrical Site Plan and Vaults E-3: Standard Electrical Details - 1 Instrumentation Drawings I-1: Instrumentation Symbols and Legend I-2: P&ID and RTU Riser Diagram I-3: Instrumentation Details October 17,2000 5 Pump Station General Drawings Cover G-1: Location Map/List of Drawings G-2: Abbreviations G-3: Symbols G-4: General Notes and Piping Schedule Civil Drawings C-1: Site Plan- Paving, Grading and Yard Piping C-2: Sanitary Sewer—Plan and Profile C-3: Piping Plan & Details C-4: Standard Civil Details— 1 C-5: Standard Civil Details - 2 Architectural Drawings A-1: Floor Plan and Roof Plan A-2: Building Sections and Elevations A-3: Architectural Details 1 A-4: Architectural Details 2 Structural Drawings S-1: Foundation Plan & Details S-2: Standard Structural Details - 1 S-3: Standard Structural Details - 2 Mechanical Drawings M-1: Pump Station Layout Plan M-2: Mechanical Sections 1 M-3: Mechanical Sections 2 M-4: Miscellaneous Details M-5: Mechanical Standard Details 1 M-6: Mechanical Standard Details 2 HVAC H-1: Plan—HVAC, Plumbing, Fire Suppression H-2: HVAC Details Electrical Drawings E-1: Electrical Symbols and Legend E-2: Electrical Site Plan E-3: Electrical One Line Diagram E-4: Floor Plan - Power E-5: Floor Plan—Lighting and Receptacles E-6: Floor Plan - Instrumentation October 17,2000 6 E-7: Electrical Room Details E-8: Electrical Sections and Details - MCC E-9: Meter Vault and Valve Vaults—Electrical Details E-10:Electrical Schematic - 1 E-11:Electrical Schematic - 2 E-12:RTU Interface Diagram E-13: Standard Electrical Details— 1 E-14: Standard Electrical Details - 2 Instrumentation Drawings I-1: Instrumentation Symbols and Legend I-2: P&ID and RTU Riser Diagram I-3: Loop Drawings I-4: Instrumentation Details Drawings, specifications and cost estimates will be submitted at 60% and 90% completion milestones as follows: a. Prepare 60% complete plans and cost-estimates, including summary of design criteria. b. Conduct in-house QA/QC review at 60% design. c. Submit six sets of 60% documents to CITY and review with the CITY. d. Prepare minutes of review meeting and distribute. e. Prepare 90% complete plans, specifications, and cost-estimates. f. Conduct in-house review for QA/QC, constructability and operation. g. Submit six sets of 90% documents to CITY and review with the CITY. h. Submit 100% documents to TNRCC and other regulatory or permitting agencies for necessary approval or permits needed prior to construction. i. Update documents and cost-estimates prior to advertisement. j. Prepare and distribute final documents to bidders. 4. Services Not Included The following items are not included in the ENGINEER's scope of services for Part C - Construction Plans and Specifications: a. Structural design of new chemical building superstructure. The ENGINEER will provide specifications for a single-supplier prefabricated concrete-wall building to be designed and detailed by the building supplier. The ENGINEER will review the submitted shop drawing and design calculations for compliance with the specification. The design of the new building foundation and floor slab will be performed by the ENGINEER. October 17,2000 7 PART E - PRE-CONSTRUCTION ASSISTANCE 1. Bidding Services for Storage Tank During bidding of the storage tank, the following services will be provided. a. Prepare notice to bidders. b. Distribute construction documents. c. Respond to inquiries from bidders and the CITY to clarify the intent of the contract documents. d. Issue and distribute addenda. e. Modify cost estimate, as appropriate. f. Document inquiries for records and submit to the CITY. g. Attend pre-bid conference. h. Evaluate technical aspects of bids and provide a written recommendation of award. Review qualifications of bidders. i. Attend a pre-award meeting. j. Provide 6-sets of revised half-size drawings and specifications to the successful bidder. Provide 6-sets of revised half-size drawings and specifications to the CITY. Also provide 2-sets of full-size drawings and plans each to the successful bidder and the CITY. Bidding Services for Pump Station During bidding of the pump station, the following services will be provided. k. Prepare notice to bidders. 1. Distribute construction documents. m. Respond to inquiries from bidders and the CITY to clarify the intent of the contract documents. n. Issue and distribute addenda. o. Modify cost estimate, as appropriate. p. Document inquiries for records and submit to the CITY. q. Attend pre-bid conference. r. Evaluate technical aspects of bids and provide a written recommendation of award. Review qualifications of bidders. s. Attend a pre-award meeting. t. Provide 6-sets of revised half-size drawings and specifications to the successful bidder. Provide 6-sets of revised half-size drawings and specifications to the CITY. Also provide 2-sets of full-size drawings and plans each to the successful bidder and the CITY. October 17,2000 8 PART F - CONSTRUCTION SERVICES 1. Construction Services for Storage Tank During construction of the storage tank, the following services will be provided: a. Preconstruction Meeting. Assist the CITY in conducting the preconstruction meeting to discuss the project procedures, lines of communication, responsibilities, scheduling, and construction issues. b. Shop Drawing Review. Perform engineering review of material and equipment shop drawings for conformance with the contract documents. Furnish comments to the CITY in established format and within 21 calendar days. C. Answer Questions. Provide answers to Request for Information (RFIs) from the general contractor and CITY'S field staff. Provide clarifying language and/or drawings related to plans and specifications when requested. d. Review Requests for Changes. Review and provide recommendations on contractor requests for changes or equivalent products. Contractor shall be responsible for additional design costs for accepted equivalent products. e. Review Change Orders. Review and make recommendations regarding change orders. CITY will prepare the forms and the ENGINEER will provide the technical details. f. Review Claims. Review and make recommendations regarding non-performance by the contractor and claims. g. Evaluate Test Data. Evaluate and make recommendations regarding factory and/or field test data of key equipment such as pumps, valves, and other key mechanical equipment. h. Monthly Site Visits. Conduct a monthly site visit in conjunction with monthly construction progress meetings. Review monthly construction payment schedules submitted by contractor after they have been reviewed by CITY'S field staff. Prepare a report to the CITY regarding findings and project progress. CITY will conduct the meetings, prepare, and distribute minutes. i. Record Drawings. MW will prepare record drawings for the CITY based on markups maintained in the field by the contractor and the CITY's inspection staff. The level of effort for this activity assumes that the contractor will provide accurate and complete drawing markups. MW will deliver one set of record drawings to the CITY at the completion of the project. Record drawings will be printed on 24" x 36" mylar. An electronic copy of drawings will also be delivered. October 17,2000 9 j. Final Construction Inspection. Assist the CITY in conducting one final construction inspection and provide recommendations regarding items for the final punch list. CITY'S field personnel will prepare all preliminary punch lists. Also assist the CITY in enforcement of contract terms. 2. Construction Services for the Pump Station During construction of the pump station, the following services will be provided: a. Preconstruction Meeting. Assist the CITY in conducting the preconstruction meeting to discuss the project procedures, lines of communication, responsibilities, scheduling, and construction issues. b. Shop Drawing Review. Perform engineering review of material and equipment shop drawings for conformance with the contract documents. Furnish comments to the CITY in established format and within 21 calendar days. C. Answer Questions. Provide answers to Request for Information (RFIs) from the general contractor and CITY'S field staff. Provide clarifying language and/or drawings related to plans and specifications when requested. d. Review Requests for Changes. Review and provide recommendations on contractor requests for changes or equivalent products. Contractor shall be responsible for additional design costs for accepted equivalent products. e. Review Change Orders. Review and make recommendations regarding change orders. CITY will prepare the forms and the ENGINEER will provide the technical details. f. Review Claims. Review and make recommendations regarding non-performance by the contractor and claims. g. Evaluate Test Data. Evaluate and make recommendations regarding factory and/or field test data of key equipment such as pumps, valves, and other key mechanical equipment. h. Monthly Site Visits. Conduct a monthly site visit in conjunction with monthly construction progress meetings. Review monthly construction payment schedules submitted by contractor after they have been reviewed by CITY'S field staff. Prepare a report to the CITY regarding findings and project progress. CITY will conduct the meetings, prepare, and distribute minutes. L Record Drawings. MW will prepare record drawings for the CITY based on markups maintained in the field by the contractor and the CITY's inspection staff. The level of October 17,2000 10 effort for this activity assumes that the contractor will provide accurate and complete drawing markups. MW will deliver one set of record drawings to the CITY at the completion of the project. Record drawings will be printed on 24" x 36" mylar. An electronic copy of drawings will also be delivered. j. Final Construction Inspection. Assist the CITY in conducting one final construction inspection and provide recommendations regarding items for the final punch list. CITY'S field personnel will prepare all preliminary punch lists. Also assist the CITY in enforcement of contract terms. PART G—INSPECTION SERVICES During construction of the storage tank and pump station improvements, the following inspection services will be provided. These onsite services will provide verification of construction conformance to design drawings, specifications, and other documents. Also, the inspector will coordinate the efforts between the CITY and the CONTRACTOR, and provide progress documentation. 1. Establish Field Office The ENGINEER will establish a construction field office at the project site. It is assumed that the CONTRACTOR will provide the following items and services for the use of the inspector during the construction period: a. a suitable heated and air-conditioned space within or near the chemical; b. desk and chair; c. plan table and stool; d. one four-draw filing cabinet; e. power service; f. local telephone service. g. fax machine h. answering machine 2. Inspector The ENGINEER will provide an inspector at the construction site. The services that the inspector will perform include: a. Construction Management. The ENGINEER's inspector will perform the following management tasks: 1. plan, organize, and direct the construction management services; 2. conduct and document construction meetings; October 17,2000 11 3. perform contract administration; 4. establish a document control and comprehensive filing system; 5. maintain a log of all shop drawings and submittals; 6. maintain a log of proposed change orders; 7. maintain project files; 8. maintain the document control system; 9. review and accept construction schedules; 10. review CONTRACTOR's monthly progress payment request; 11. prepare weekly reports to CITY; 12. prepare and sign letters, memoranda, and transmittals; 13. provide liaison with the ENGINEER and SUBCONSULTANTS; 14. perform other field office duties. b. Construction Inspection. The ENGINEER's inspector will perform the following inspection tasks: 1. monitor and report on work performed by the CONTRACTOR; 2. inspect materials delivered to the job site; 3. inspect CONTRACTOR's work including structural, civil, mechanical, electrical, and instrumentation; 4. prepare daily inspection reports; 5. request field material tests (such as soil compaction tests); 6. perform concrete slump tests and collect concrete cylinders for off-site testing; 7. maintain photograph logs; 8. provide interpretation of drawings and specifications; 9. perform selected quality control inspections; 10. document any non-compliance on the part of the CONTRACTOR; 11. perform a detailed walk-through and prepare a final punchlist; 12. monitor the CONTRACTOR closely to confirm completion of final punchlist items. 3. Services Not Included The following services are not included in the scope of services for Part G — Inspection Services. a. Extended Construction Period. If the construction period for the storage tank is delayed beyond 8 months, the additional services of the inspector are not included in the project scope. If the construction period for the pump station is delayed beyond 12 months, the additional services of the inspector are not included in the project scope. October 17,2000 12 b. Partnering Program. A formal construction partnering program including partnering workshops is not included in the project scope. C. On-Site Materials Testing. On-site materials testing including soils testing (compaction and other soils tests) and concrete testing (slump and cylinder tests) is not included in the project scope. d. Construction Surveying. Control surveying and verification of the location of significant structures and underground pipelines at the beginning of construction and periodically during construction is not included in the project scope. October 17,2000 13 ATTACHMENT "B" • COMPENSATION AND SCHEDULE McCart Street Pump Station and Storane Tank I. Compensation A. Payment for services will be computed on the basis of Salary Costs times a multiplier of 3.20 to determine the payment due for services. The multiplier is a factor which compensates the Engineer for fringe benefits, overhead and profit. B. Payments shall also include Direct Non-Labor Expenses which, in general, include expenses for supplies, transportation, equipment, travel, communication, subsistence and lodging away from home, and similar incidentals. The Direct Non-Labor expenses shall be reimbursable at actual invoice cost plus 10%, except for living and travel expenses when away from the office on business connected with the Project. All travel outside of the Dallas/Fort Worth Metropolitan Area to be made, which are reimbursable at actual invoice cost, by the Engineer in connection with the Project must first be approved in writing by the City Engineer. C. Subcontractor cost shall be reimbursed at the actual cost plus 10%. D. Payment for expenses, costs and services as described in Attachment"A" shall not exceed $ 482.200 . E. Partial payment shall be made monthly upon receipt of an invoice from the Engineer, prepared from the books and records of the Engineer, outlining the amount of hours worked by each employee, the employee's name and classification, and the employee's salary rate along with itemized charges for any subcontract and reproduction work performed during the period covered by said invoice. Each invoice is to be verified as to its accuracy and compliance with the terms of this contract by an officer of the Engineer. Payment according to statements will be subject to certification by the Director of Engineering or his duly authorized representative that such work has been performed. II. Schedule Exhibit A-1 (Supplemental Scope of Services) shall be completed 1078calendar days after the "Notice-to-Proceed" letter is issued. ATTACHMENT B.DOC REV.04R3/97 EXHIBIT "B-3" COST SUMMARY McCart Street Pump Station Exhibit Scope of Services Fee M/WBE % A-1 Design of Pump Station $ 482,200 $ 120,758 25% and Storage Tank Total $ 482,200 $ 120,758 $ 0 Proposed M/WBE Sub-Consultants Name of Firm Services Fees Terra-Mar, Inc. Geotechnical $ 3,950 Testing & Engr. Mateo Consulting Engineers, Inc. Structural Engr. $ 42,558 &Architectural Gupta &Associates Inc. Electrical and $41,250 Instrumentation Engr. HBS Engineering Inspection Services $33,000 Total $ 120,758 3 x f • . :r y Pump . �, . bescrp tion Storag6 Tank Station s T tm Preliminary Estimate of Construction Cost $1,551,000 $1,932,000 $3,483,000 Fee for Basic Engineering Services $82,700 $232,300 $315,000 Fee for Special Engineering Services - Hydraulic Modeling $4,000 $14,000 $18,000 - Survey $2,000 $2,000 $4,000 - Geotechnical $2,000 $2,000 $4,000 - Project Management of Subconsultants $2,500 $7,500 $10,000 Subtotal of Basic& Special Engr. Services $93,200 $257,800 $351,000 Fee for Inspection Services $36,300 $94,900 $131,200 Total Fee $129,500 $352,700 $482,200 EXHIBIT B-5 McCART STREET PUMP STATION AND GROUND STORAGE TANK COST ESTIMATE GROUND STORAGE TANK 10/17/00 Item I Description Unit Quantity Unit Cost I Total Cost Yard Piping 1 36'buried piping LF 650 $ 150 $ 97,500 2 30'buried piping LF 220 $ 120 $ 26,400 3 16'buried piping LF 90 $ 90 $ 8,100 4 Isolation and control valves with vaults LS 1 $ 50,000 $ 50,000 5 Flowmeter and vault ea 1 $ 20,000 $ 20,000 Subtotal $ 202,000 Civil 6 Access Road yd2 250 $ 35 $ 8,800 7 Other sitework fence,etc. LS 1 $ 15,000 $ 15,000 Subtotal $ 23,800 Ground Storage Tank 8 5 MG Steel Tank LS 1 $ 1,000,000 $ 1,000,000 Subtotal I $ 1,000,000 Subtotal $ 1,226,000 Contractor's Overhead&Profit(15%) $ 184,000 Contingency(10%) $ 141,000 Total for Ground Stora Tank >h' 1;Ii6ffN)tl PUMP STATION Item I Description Unit Quantity UnItCOst Total Cost Piping and Pumps 1 Horizontal Split Case Pumps(P-1 thru P-2, 125 HP) ea 2 $ 40,000 $ 80,000 2 Horizontal Split Case Pumps(P-3 thru P-5,300HP) sa 3 $ 45,000 $ 135,000 3 Steel piping and fittings Ib 3,000 $ 5 $ 15,000 4 36'buried piping LF 100 $ 150 $ 15,000 5 30'buried piping LF 100 $ 120 $ 12,000 6 18-inch flanged cushioned swing check valve ea 3 $ 4,000 $ 12,000 7 12-inch flanged cushioned swing check valve sa 2 $ 2,500. $ 5,000 8 24-inch Butterfly valve ea 3 $ 7,500 $ 22,500 9 18-inch Butterfly valve ea 3 $ 5,500 $ 16,500 10 14-inch Butterfly valve ea 2 $ 4,000 $ 8,000 11 12-inch Butterfly valve ea 2 $ 3,500 $ 7,000 12 1-inch air release valve ea 10 $ 500 $ 5,000 Subtotal $ 333,000 Structural 13 Pipe supports LS 1 $ 15,000 $ 15,000 14 Protective coatings LS 1 $ 15,000 $ 15,000 15 Pump building ft2 5,220 $ 85 $ 443,700 16 Excavation yd' 193 $ 8 $ 1,500 17 Backfill yd 97 $ 12 $ 1,200 Subtotal $ 476,400 Civil 18 1 Access road and parking area yd2 400 $ 35 $ 14,000 19 Water service LS 1 $ 24,000 $ 24,000 20 Sewer service LS 1 $ 60,000 $ 60,000 21 Landscaping LS 1 $ 10,000 $ 10,000 22 Other sitework LS 1 $ 10,000 $ 10,000 Subtotal $ 118,000 Electrial and Instrumentation 23 HVAC LS 1 $ 50,000 $ 50,000 24 Electrical(including dual power feed) LS 1 $ 400,000 $ 400,000 25 Instrumentation(including radio communication LS 1 $ 150,000 $ 150,000 Subtotal $ 600,000 Subtotal $ 1,527,000 Contractor's Overhead t£Profit 15%) $ 229,000 Contingency(10%) $ 176,000 Totat for Pum Station $:... t93Z;t)D0 TOTAL PROJECT Item I Description Unit Quantity Unit Cost Total Cost Ground Storage Tank $ 1,551,000 Pump Station $ 1,932,000 Total for_Project $.. .3,483;1)00: ATTACHMENT "D" Project Name: McCart Street Pump Station TASK DESCRIPTION PROJECTED ACTUAL DURATION' START FINISH DURATION' START FINISH Hydraulic Model EPS Analysis of SSII and SSII I 66D 1-Nov-00 31-Jan-01 Sizing of Tank and Pumps 22D 1-Feb-01 2-Mar-01 Ground Storage Tank Notice to Proceed 1D 1-Nov-00 1-Nov-00 Preliminary Design 15D 5-Mar-01 23-Mar-01 Review Preliminary Design Cit 15D 26-Mar-01 13-Apr-01 Final Design 44D 26-Mar-01 24-May-01 Review Final Design Ci 15D 25-May-01 14-Jun-01 TRNCC Review and Approval 35D 15-Jun-01 2-Aug-01 Advertise for Bid 15 3-Aug-01 23-Aug-01 Bid opening 1D 24-Aug-01 24-Aug-01 Evaluate Bids 15D 24-Aug-01 13-Sep-01 Award Contract 22D 14-Sep-01 15-Oct-01 Construction 176D 16-Oct-01 18-Jun-02 Final Inspection and Acceptance 15D 19-Jun-02 16-Jul-02 Pump Station Final Design 66D 25-May-01 24-Aug-01 Review Final Design Ci 22D 27-Aug-01 25-Sep-01 TRNCC Review and Approval 44D 26-Sep-01 26-Nov-01 Advertise 35D 30-Apr-02 17-Jun-02 Bid opening 1D 18-Jun-02 18-Jun-02 Evaluate Bids 15D 18-Jun-02 8-Jul-02 Award Contract 20 9-Jul-02 5-Aug-02 Construction 264D 6-Aug-02 8-Aug-03 Final Inspection and Acceptance 40 11-Au -03 3-Oct-03 1D=l working day ----s--------------------- --------------------------- ------------------------ .__ ... _ _....._ ...... __ ...........__.. _ _..... _.._____-------- --------------------------- ----------------------------*---- -- -- ------------------------ 0 ---------------------- ----- ---------------------------:..------- s - ------------- -------------- ----- --- --- -------------------------- -- -- -- - ------------ __.._ . ......... ._...... ...__.� ___.__ ------- - ------- ------ --------- -- -- ----- - m ........... ....,. -______-._________________ ----------------------------- ----------._________-___, N _ .. 3 _._.------- --- ------------------------- - O _.__________________________ ----------------------------- ----------------------- 0__.__________-_______--.____ g � r Z -------------------- ------ ----------------- -- --- c ---- --c--- a --��----- ------- ---� - rn rn ... ......__......... - ae cm c m 0..._ a ... . __ . ...._ -- . ._.. .. - E.__ C f 3 a: m > a m CL HJ HJ _ Qi ------------------------ ...11........................_ 3 rn ¢ C d c.................. .2 d...._.. ......... _..._._._..:......._........_.......__..__.._..._.._.__......_.... o m.._........ ch a m �.. ; o F -------m----c __..._----I...-- � --_-• ---.o....__.i>® ------ -- ----------- v y _ ¢ ---- -- - .. m -- - - - r a v y - N v .. o o yr m c, ..a _ _.. _ 3 D. cn ----- m----� - � - -- ------------------------- Al-- T o____�_-::'a _ i _ _____ _______________ o a ' c - __. - _......... _.. ... _ ..... U y E _� ......Q. _..... _. > �,. d E ------- ----•10m, d -------- ---•------------------------ ------ ------- p , N N V � m C a $ 0 0 0 0 0 c 0 0 c o c vc O w Z a a a a z > > wZ a 0N N t7 f¢7 V N M N N C N O N N O N Q m W S S S m a Q ¢ z a W O O O w ¢ ¢ ¢ ¢ > > > > w U LL 2Lr) 0 co L m v v v � 0 co O O O O O N N N10 N N mm O O O E ul a` U O Op m O `n CD N 0 � O Cl) (D N V1 u1 � V1 m V1 O V1 N (D 00 T C cn O) � CA cA W m O cx D O C r m a cm cc 7 W W ¢ o W m m v c z E_ 0 c ~ z ^ y CL o m c ; �_ o' � og Q e o a Y m a iL m m a E ra m m a cc O 3 c 3 m o °° m c I i• V T Z' m 0 m C C r1 O N l0 G Cr- '> m > 4 z v� do a E ac Q U Oy a v d mr a m N c aa : b > 3 o i H in O w cn a. U i:. U r ¢ m w ¢ U > pp O pp 8 m v 0 W N Cl) a • N On 00 OI N 7 C: in � O ¢ ........._... . .......__.._. ... ........_ .._.. .......... .__ ...__.. . .._._... ....:......._ .. ._.C.................- 3i • w -------- -- ._.. ----- ------- ------- - 'r o m _.-.......___......_.........—..._.........__._.........................._ __._._-._.._...........__........_............._..__..__......__-....._.____.._.__.,.__......_.._._.__...__....__.._..............._ C t ---- ----------------------- ------------ ----------- _ w .. _______ __...�____._-__________.. ...E O .............. ............... ............. .. .. ._._.... -------------------------------- m 4 - -- ---------'----- -------------------- --------- ------------ ----------------- IT .....-----..................._.....__.........._............_.....----.._....._........_._....._........................_... -..._....................----....................................__... ...-...._..._ ...._._........ o ° ° ----- ------------------------ - - ---------------------- ------ _._ -- �. -------------- -------- ----- ___ -------__ _-__-_-----.__------ - F L _ -------------------- --------- - -- --------- Ix ¢� -- F- ._..... _ _... ° ....... .. ...... N ._...._______-______._._-------- --------__._--_______---_____----_____________ C ........__........ . ......_._..._...._...._.__.._._.._..............._._r......®...e........-...._...............___..__. ------...LL ..-------------------^- i------------------------- t 'O - - ---- - ------- ---- ----- ---- -- -------- N L .. .. ._. --- .......... ......____._ o a o a ..........;_ _....................---...._....._.._....__....__�____................. u. m -- - ------ ---- -------------- ----- o E v � M N O O O N N O cn O O •° wE D w O a Z oD >> v a N N N N rl O O co O H ® w Y C7 a > C7 C7 U W FI! D Q U W O n. > > > > > a Q w Z Q Q Q mm r- (D N CO - O co o op O O O O O O O O O O O y L'S a U E N w N M O N N w � Q ® N N (D N � C7 O N CO � IM 00 N V U C � C O O ° m CL C3m W Q Q 0 in :Z f'00 C ®C Z Z �r w w 8 Cl V C C 3 m ZC O o o w N O O m = N E m .00-m o o a IV m U Q �' m IV c m U c a is Z m O c m ii LL U O Q m w ¢ U LL p p po O N co O O N COO -It LO tO N N N N N N N N m --T OOOa �`mniio ¢' City of Fort Worth, Texas *Vayor And Council Communication DATE REFERENCE NUMBER LOG NAME PAGE 10/10/00 **C-18284 1 60MONT 1 of 1 SUBJECT AUTHORIZATION OF ENGINEERING AGREEMENT WITH MONTGOMERY WATSON AMERICAS, INC. FOR DESIGN OF THE MCCART AVENUE GROUND STORAGE TANK AND PUMP STATION RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute an engineering contract with Montgomery Watson Americas, Inc. for design of the proposed McCart Avenue Ground Storage Tank and Pump Station for a total fee not to exceed $482,200. DISCUSSION: In 1989, Camp Dresser & McKee, Inc. prepared a Water and Wastewater System Master Plan which recommended the construction of a ground storage tank and pump station in far south Fort Worth. Increased water demands from new growth now require construction of the tank and pump station. This contract will provide for the design and preparation of construction plans and specifications for the McCart Avenue Ground Storage Tank and the Pump Station. Montgomery Watson Americas, Inc. will also conduct site visits and inspections during the construction phase of the project. The project is located in COUNCIL DISTRICT 6. Montgomery Watson Americas, Inc. is in compliance with City's M/WBE ordinance by committing to 25% M/WBE participation. The City's goal on this project is 25%. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of I the Water Capital Projects Fund. MG:k Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY Office by: (to) Mike Groomer 6140 APPROVED F Originating Department Head: CITY COUNCIL Dale Fisseler 8207 (from) OCT 10 2000 P160 531200 060160160010 $352,700.00 Additional Information Contact: P160 531200 060160180010 $129,500.00 7fio�.•.i City Secretary of the Dale Fisseler 8207 City of Fort Worth,Texas F