Loading...
HomeMy WebLinkAboutContract 26531 ''• F Contract Document Temporary Flow Monitoring at the City of River Oaks Fort Worth Water Department Project No. P170-070170250030 CITY SECRETARY CONTRACT NO. CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING SERVICES This AGREEMENT is between the City of Fort Worth (the "CITY"), and Pitometer Associates, Inc., (the "ENGINEER"), for a PROJECT generally described as: Temporary Wastewater Flow Monitoring at the City of River Oaks. Project No. P170-070170250030 Article I Scope of Services A. The Scope of Services is set forth in Attachment A. Article II 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 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 porion 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 for �� D(CD 4 L E E 1C0kD 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. 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 limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The ENGINEER and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. (2) Except to the extent of specific site visits expressly detailed and set forth in Attachment A, the ENGINEER or its personnel shall have no obligation or responsibility to visit the construction site to become familiar with the progress or quality of the completed work on the PROJECT or to determine, in general, if the work on the PROJECT is being performed in a manner indicating that the PROJECT, when completed, will be in accordance with the Contract Documents, nor shall anything in the Contract Documents or the agreement between CITY and ENGINEER be construed as requiring ENGINEER to make exhaustive or continuous on- site inspections to 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; qualit , type, management, —3— u►f�BU � f1 NUD . FPO 7GI` e or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, the ENGINEER makes no warranty that the CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from the ENGINEER's opinions, analyses, projections, or estimates. G. Construction Progress Payments Recommendations by the ENGINEER to the CITY for periodic construction progress payments to the construction contractor will be based on the ENGINEER's knowledge, information, and belief from selective sampling and observation that the work has progressed to the point indicated. Such recommendations do not represent that continuous or detailed examinations have been made by the ENGINEER to ascertain that the construction contractor has completed the work in exact accordance with the Contract Documents; that the final work will be acceptable in all respects; that the ENGINEER has made an examination to ascertain how or for what purpose the construction contractor has used the moneys paid; that title to any of the work, materials, or equipment has passed to the CITY free and clear of liens, claims, security interests, or encumbrances; or that there are not other matters at issue between the CITY and the construction contractor that affect the amount that should be paid. H. Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. The ENGINEER is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. I. Minority and Woman Business Enterprise (M/WBE) participation In accord with City of Fort Worth Ordinance No. 11923, as amended by Ordinance 13471, 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 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 -4- 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. (3) ENGINEER and subconsultant agree to photo copy such documents as may be requested by the CI-1Y. 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. F111. UG''u�L7C�UfiO � a (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 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. Q) 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. 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 P9a U'J�1i�•�000p I1�UUa 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. 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. -8- 11M C W Ell RM I'll U F1 Wr3"Ir.1% V�c 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. 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. 9 �u'lFF�G� s L V`,EZ" c D R JIMD UX (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, bring, defend, or assist in litigation undertaken or defended by the CITY. In the event CITY requests such services of the ENGINEER, this AGREEMENT shall be amended or a separate agreement will be negotiated between the parties. K. Changes The CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect the ENGINEER's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT with appropriate CITY approval. Article VI General Legal Provisions Amendments to Article Vl, 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 11, WC-1, C1 0. 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 five (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; 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. DD Cgy� � Q 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 party. 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. 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. 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 V Uo VUV ,UUU RK 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 claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. I✓'U �V:'U Wy �ISWa 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 WORTH By: 81oria Pearso / 0c) 6 e"ike Groomer City Secretary Assistant City Manager APPR ED Dale Fisseler, P. . Director, Water Department APPROVED AS TO FORM AND LEGALITY Pitometer Associates, Inc. ENGINEER — By: Assistant City Attorney J Fo s,Jr., Vice-President Al V Contract Authorization Date Uj 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 NA 4) Agreements and Permits NA 5) Design Changes Relating to Permitting Authorities NA 6) Report Submittal Copies of the original report shall be provided to the Water Department and shall become the property of the City. City may use such report in any manner it desires; provided, however that the Engineer shall not be liable for the use of such report 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 report or changes that are made in the implementation of the repoet without the written approval of the Engineer. 7) Right-of-Way, Easement and Land Acquisition Needs NA r 8) Design Survey NA 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 NA 11) Report Data The Engineer shall provide in the report recorded flows, rainfall, infiltration/inflow, and other data specified in the attached Detailed Scope Of Work. 12) Preliminary Construction Plans and Technical Specifications NA 13) Final Construction Plans NA 14) Detailed Cost Estimate NA 15) Plans and Specification Approval NA 16) Final Approved Construction Plans NA 17) Bidding Assistance NA -2- 18) Recommendation of Award NA 19) Prebid Conference NA 20) Preconstruction Conference NA 21) Construction Survey NA 22) Site Visits NA 23) Shop Drawing Review NA 24) Instructions to Contractor NA 25) Differing Site Conditions NA 26) Record Drawings NA -3- �r CICU. TU P o DETAILED SCOPE OF WORK Temporary Wastewater Flow Monitoring at the City of River Oaks PROJECT No. P170-0701702500 TASK 100 MOBILIZATION/METER PREPARATION Mobilize project team and coordinate startup with City of Fort Worth Water Department. Establish personnel assignments and responsibilities. Inventory equipment needs and order expendable supplies. The temporary flow meters will be tested and mounting bands prepared. Meet with City of Fort Worth Water Department staff at kick-off meeting to establish lines of communication, contract requirements, schedule, and reporting requirements. To Be Provided by City of Fort Worth Water Department: 1. Meeting room for kick-off meeting Deliverable: 1. Project Kick-off meeting minutes and schedule 2. Delivery of equipment including temporary flow meters and rainfall gauges Measurement of Payment- Payment for this work task shall be a lump sum. Mobilization will be billed in the first monthly billing. TASK 200 REVIEW EXISTING PROJECT INFORMATION Consultant will review all relevant existing materials, reports, etc. developed for or by the City of Fort Worth concerning this project, including, but not limited to, the following: 1. Sewer Maps (electronic if available) To Be Provided by City of Fort Worth Water Department: 1. Copies of all applicable reports and historical data for the study area at no cost to CONSULTANT 2. Map of sewer mains (electronic format if available) Deliverables: 1. Inclusion in final report of findings from this work task Measurement of Payment: Payment for this work task shall be lump sum. It is anticipated that review of the above materials will be essentially complete within 10 days of receipt of the materials by Consultant. TASK 300 TEMPORARY FLOW METERING A review of the City of Fort Worth Water Department study area maps will determine the geometry for preliminary placement of flow meters. Initial review indicates that two (2) temporary flow meters will be utilized to establish wastewater flows. Field crews will perform initial field inspections to finalize the proposed flow meter sites. Pipe sizes will be confirmed, debris depth measured, flow hydraulics reviewed, and accessibility evaluated prior to finalizing the sites. Flow metering equipment (Sigma AreaNelocity) will be capable of recording flow under surcharged conditions and will be synchronized to the same clock used for rain gauges. Flow metering shall be conducted simultaneously with rain monitoring for at least 30 consecutive days during phase 1 monitoring. The following schedule for monitoring is based on local historical rainfall: Phase 1 — January - February 2001 30 days dry weather monitoring Information obtained during the monitoring periods will be used to determine the following for each site: 1. Average daily flow - dry weather 2. Peak flow - dry weather 3. Average daily flow - wet weather 4. Peak flow - wet weather 5. Peak inflow rates 6. Total 1/1 volume 7. In-situ pipe capacity (both dry and wet weather) Final meter site selection will be accomplished after review of the collection system map. The monitoring sites will be located in such a way that the City of River Oaks can be isolated from the Fort Worth collection system contributions. Base dry weather flows (minimum infiltration) will be established during Phase 1 of the project. City of Fort Worth Water Department will have authority to extend the metering beyond the proposed days to obtain adequate flow data or request that the flow metering be terminated at the end of the proposed days based on a review of the data. During data analysis, both the Manning and continuity equations will be plotted for flow. Consultant will use sound engineering judgment in adjusting raw depth and velocity data to -5- account for debris, sensor drift, etc. By obtaining accurate velocity and depth data, the engineer can further isolate hydraulic problems within the collection system. The consultant may use other analysis techniques, such as scatter graphs, to review data integrity or further analyze the flow data. Each meter will be field calibrated prior to installation. Calibration of each meter will be a simple procedure that will consist of an independent verification of the flow depth and velocity. The flow sensors will be secured to a mounting band that fits snugly in the pipeline. The data logger for each site will be installed and secured in the top of each manhole and the meter will be activated at user defined sampling intervals as determined by the Consultant, however, the maximum sampling interval will not exceed 15 minutes. Routine maintenance and service will be undertaken weekly to confirm normal operation. Written logs of each site visit will be maintained and will be used to record date and time of visit, meter velocity and depth reading, corresponding independent velocity and depth reading, maintenance items such as battery voltage, etc. During collection, data from each unit will be uploaded in the field to a laptop computer or an electronic collection device. Each laptop computer or data transfer unit will then be uploaded to the central project computer in the office for analysis. A tabular and graphical presentation of the data will be developed that provides specific information for detailed evaluation. Peak, minimum and average flow depths and rates will be generated to assist in data analysis. To Be Provided by City of Fort Worth Water Department: 1. Review of proposed meter site(s) To Be Provided by Consultant: 1. Completion of meter site location forms 2. List of sites requiring cleaning to facilitate flow monitoring (if required) 3. Flow meter and rain gauge location map 4. Technical memorandum specifying start date for the monitoring period 5. Velocity, depth, and flow finalized meter data in tabular and electronic format 6. Maintenance Logs Measurement of Payment: Payment for this work task shall be a unit price for meter installation and calibration and a unit price for each day of monitoring operation & maintenance. The basis for partial payment will be the summary of the number of meters installed multiplied by the daily billing rate times the number of days the meters are installed. Should monitoring be extended beyond the contract duration, then the unit price specified for extended monitoring will be used for each meter day during the extended monitoring period. ��G�°�L PECCO) TASK 400 TEMPORARY RAIN GAUGES Continuously recording rainfall gauges will be installed at one (1) key location to obtain each storm event intensity and duration across the study area. The rainfall gauge will be installed and calibrated to ensure proper operation and recording. Maintenance logs will be prepared for each site visit and will show as a minimum the date, time, operational check, verification of recordings, and other applicable maintenance items such as battery voltage, etc. To Be Provided by City of Fort Worth Water Department- 1. epartment:1. Coordination of rain gauge placement (if requested) To Be Provided by Consultant: 1. Rainfall summary intensity and duration 2. Rainfall distribution graphs 3. Rainfall volume 4. Tabular and electronic rainfall data 5. Maintenance and verification logs Measurement of Payment: Payment for this work task shall be a unit price for each rain gauge installation and a daily rate for each day of monitoring. The basis for partial payment will be the daily rate multiplied by the number of working gauges times the number of days installed. TASK 500 FLOW DATA ANALYSIS During and following completion of the flow and rainfall monitoring, Consultant will analyze the gathered data and develop tabular and graphical summaries. Cumulative flows will be further analyzed to develop discrete flow data for each meter location. The impact of silt and debris will be evaluated. The quantity of infiltration/inflow will be determined for each meter site and normalized inflow quantities will be established along with a ranking of each sub-basin by severity of 1/I. To Be Provided by City of Fort Worth Water Department: 1. Review of Consultant procedures To Be Provided by Consultant: 1. Cumulative and discrete flow components 2. Dry weather finalized flow tabular summary and hydrographs coo : I�4ED 3. Wet weather finalized flow tabular summary and hydrographs 4. Capacity utilized at each meter site Measurement of Payment: Payment for this work task shall be a lump sum. The basis for partial payment will be the percentage completion of tabular summaries and hydrographs of recorded flows. TASK 600 ADMINISTRATION AND PROJECT MANAGEMENT This task includes internal project administration and oversight including scheduling, budget, quality assurance and control and reporting. The project schedule will be reviewed in detail and milestones for the completion of each task will be assigned. The project schedule will be reviewed and updated monthly to ensure that all tasks are completed in a timely and organized fashion. Management work items include: 1. Field crew supervision and project planning 2. Establish sub-system boundaries based on flow monitoring sites and update maps appropriately 3. Obtain initial maps for field use and verification 4. Prepare monthly billings 5. Schedule equipment and order supplies To Be Provided by City of Fort Worth Water Department., 1. Map(s) of study area 2. Review of invoices 3. Written notice of any deficiencies in Consultant's work To Be Provided by Consultant: 1. Monthly invoice 2. Monthly Status report 3. Monthly Project schedule and updates Measurement of Payment: Payment for this work task shall be a lump sum based on percent of project completion. C00 D oto "11��yYU9 Yl'L/UO TASK 700 DATA TABULAR LISTING Provide tabular listings by basin in the report for all data acquired in at least the following categories: Tabular listing of the following items: 1. Location of Flow monitoring stations 2. Location of Rain gauge station 3. Measured rainfall data by rain gauge per event 4. Dry weather flow including flow components 5. Wet weather flow including flow components 6. Inflow by basin per rainfall event 7. Hydrographs of the flow data will be provided in the final report appendix To Be Provided by City of Fort Worth Water Department.- 1. epartment:1. Review of tabular format Deliverables: 1. Tabular listing as described above Measurement of Payment: Payment for this work task shall be a lump sum and billed based on the estimated percentage completion of the work task. TASK 800 INFILTRATION/INFLOW FINAL REPORT Prepare and submit five (5) copies each of the Phase 1 final reports to City of Fort Worth project engineer. The project report (Phase 1 ) will include the following sections: 1. Executive Summary 2. Description of all tasks 3. Rainfall data 4. Dry/Wet weather flows 5. Recorded Infiltration/Inflow W EMU L110 -9- i 6. Inflow volumes 7. Summary of Findings 8. Hydrograph presentation of flow data To Be Provided by City of Fort Worth Water Department 1. Review Deliverables: Reports shall be bound with plastic laminated covers or three ring binders as directed by the City of Fort Worth Water Department Project Manager. All maps will be provided in color. All field data, photographs, sketches, maps, flow database (depth, velocity, flow, rainfall), report narrative, etc. will be placed on CD-ROM and included with each Final Report. To Be Provided by City of Fort Worth Water Department. 1. Report review Deliverables for Phase 9: 1. Five (5) bound copies of the final report. 2. Five (5) copies CD-ROM Final Report with database (including flow data files), photographs, maps, and report Measurement of Payment: Payment for this work task shall be a lump sum and billed based on the estimated percentage completion of the work task. -�o C ��E('P , EY ATTACHMENT "B" Compensation River Oaks Temporary Flow Monitoring Project No. P170-0701702500 Dry Weather Monitoring Task Description Estimated Unit Total Quantity Price 100 Mobilization/Meter Prep. L.S. L.S. $450.00 200 Review L.S. L.S. $100.00 300 Temporary Flow Monitoring a. Installation/calibration 2 $365.00 $730.00 b. Monitoring - 30 days x 2 site 60 $68.00 $4,080.00 400 Rainfall Gauging a. lnstallation/calibration 1 $50.00 $50.00 b. Monitoring - 30 days x 1 site 30 $8.00 $240.00 500 Flow Data Analysis L.S. L.S. $ 525.00 600 Admin.,Project Mgt. L.S. L.S. $ 225.00 700 Final Report L.S. L.S. $1,000.00 Total Not To Exceed $ 7,400.00 EC0G?G NIUSQY 1. KN.