Loading...
HomeMy WebLinkAboutContract 50312 CITYSECRETARY /2 CONTRACT NO._ CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING RELATED PROFESSIONAL SERVICES This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality (the "CITY"), and Freese and Nichols, Inc., authorized to do business in Texas, (the "ENGINEER"), for a PROJECT generally described as Lake Arlington Lift Station and Force Main: Article I Scope of Services The Scope of Services is set forth in Attachment A. Article II Compensation The ENGINEER's compensation shall be in the amount of $3,099,361.00 as set forth in Attachment B. Article III Terms of Payment Payments to the ENGINEER will be made as follows: A. Invoice and Payment (1) The Engineer shall provide the City sufficient documentation, including but not limited to meeting the requirements set forth in Attachment D to this AGREEMENT, to reasonably substantiate the invoices. (2) The ENGINEER.will issue monthly invoices for all work performed under this AGREEMENT. Invoices are due and payable within 30 days of receipt. (3) Upon completion of services enumerated in Article I, the final payment of any balance will be due within 30 days of receipt of the final invoice. (4) In the event of a disputed or contested billing, only that portion so contested will be withheld from payment, and the undisputed.-Pa7RECORD d. The City of Fort Worth,Texas OFFICIAL Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 CITPage 1 of 16 FT 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 7 days' written notice to CITY, suspend services under this AGREEMENT until paid in full. In the event of suspension of services, the ENGINEER shall have no liability to CITY for delays or damages caused the CITY because of such suspension of services. Article IV Obligations of the Engineer Amendments to Article IV, if any, are included in Attachment C. A. General The ENGINEER will serve as the CITY's professional engineering representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto. B. Standard of Care The ENGINEER shall perform its services: (1) with the professional skill and care ordinarily provided by competent engineers practicing in the same or similar locality and under the same or similar circumstances and professional license; and (2) as expeditiously as is prudent considering the ordinary professional skill and care of a competent engineer. 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. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 2 of 16 (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 mylar sheets and electronic files in .pdf format, 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 City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 3 of 16 of the work on the PROJECT. If the ENGINEER makes on-site observation(s) of a deviation from the Contract Documents, the ENGINEER shall inform the CITY. (3) When professional certification of performance or characteristics of materials, systems or equipment is reasonably required to perform the services set forth in the Scope of Services, the ENGINEER shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required in the Contract Documents. F. Opinions of Probable Cost, Financial Considerations, and Schedules (1) The ENGINEER shall provide opinions of probable costs based on the current available information at the time of preparation, in accordance with Attachment A. (2) In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, the ENGINEER has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, the ENGINEER makes no warranty that the CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from the ENGINEER's opinions, analyses, projections, or estimates. 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. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 4 of 16 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 Business and Small Business Enterprise (MBE)(SBE) Participation In accord with the City of Fort Worth Business Diversity Ordinance No. 20020-12-2011, as amended, the City has goals for the participation of minority business enterprises and/or small business enterprises in City contracts. Engineer acknowledges the MBE and SBE goals established for this contract and its accepted written commitment to MBE and SBE participation. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Engineer may result in the termination of this Agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. J. Right to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of five (5) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the ENGINEER involving transactions relating to this contract. ENGINEER agrees that the CITY shall have access during normal working hours to all necessary ENGINEER facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The CITY shall give ENGINEER reasonable advance notice of intended audits. (2) ENGINEER further agrees to include in all its subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shall, until the expiration of five (5) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subconsultant, involving transactions to the subcontract, and further, that the CITY shall have access during normal working hours to all subconsultant facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with subsection (3) hereof. CITY shall give subconsultant City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 5 of 16 reasonable advance notice of intended audits. (3) ENGINEER and subconsultant agree to photocopy such documents as may be requested by the CITY. The CITY agrees to reimburse ENGINEER for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. K. INSURANCE (1) ENGINEER'S INSURANCE a. Commercial General Liability — the ENGINEER shall maintain commercial general liability (CGL) and, if necessary, commercial umbrella insurance with a limit of not less than $1,000,000.00 per each occurrence with a $2,000,000.00 aggregate. If such Commercial General Liability insurance contains a general aggregate limit, it shall apply separately to this PROJECT or location. i. The CITY shall be included as an insured with all rights of defense under the CGL, using ISO additional insured endorsement or a substitute providing equivalent coverage, and under the commercial umbrella, if any. This insurance shall apply as primary insurance with respect to any other insurance or self- insurance programs afforded to the CITY. The Commercial General Liability insurance policy shall have no exclusions or endorsements that would alter or nullify: premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained within the policy, unless the CITY specifically approves such exclusions in writing. ii. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the commercial general liability or commercial umbrella liability insurance maintained in accordance with this agreement. b. Business Auto — the ENGINEER shall maintain business auto liability and, if necessary, commercial umbrella liability insurance with a limit of not less than $1,000,000 each accident. Such insurance shall cover liability arising out of "any auto", including owned, hired, and non-owned autos, when said vehicle is used in the course of the PROJECT. If the engineer owns no vehicles, coverage for hired or non-owned is acceptable. i. ENGINEER waives all rights against the CITY and its agents, City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 6 of 16 officers, directors and employees for recovery of damages to the extent these damages are covered by the business auto liability or commercial umbrella liability insurance obtained by ENGINEER pursuant to this agreement or under any applicable auto physical damage coverage. c. Workers' Compensation —ENGINEER shall maintain workers compensation and employers liability insurance and, if necessary, commercial umbrella liability insurance with a limit of not less than $100,000.00 each accident for bodily injury by accident or $100,000.00 each employee for bodily injury by disease, with $500,000.00 policy limit. i. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by workers compensation and employer's liability or commercial umbrella insurance obtained by ENGINEER pursuant to this agreement. d. Professional Liability — the ENGINEER shall maintain professional liability, a claims-made policy, with a minimum of $1,000,000.00 per claim and aggregate. The policy shall contain a retroactive date prior to the date of the contract or the first date of services to be performed, whichever is earlier. Coverage shall be maintained for a period of 5 years following the completion of the contract. An annual certificate of insurance specifically referencing this project shall be submitted to the CITY for each year following completion of the contract. (2) GENERAL INSURANCE REQUIREMENTS a. Certificates of insurance evidencing that the ENGINEER has obtained all required insurance shall be attached to this AGREEMENT prior to its execution. b. Applicable policies shall be endorsed to name the CITY an Additional Insured thereon, subject to any defense provided by the policy, as its interests may appear. The term CITY shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. c. Certificate(s) of insurance shall document that insurance coverage specified in this agreement are provided under applicable policies documented thereon. d. Any failure on part of the CITY to attach the required insurance documentation hereto shall not constitute a waiver of the insurance City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 7 of 16 requirements. e. A minimum of thirty (30) days notice of cancellation or material change in coverage shall be provided to the CITY. A ten (10) days notice shall be acceptable in the event of non-payment of premium. Notice shall be sent to the respective Department Director (by name), City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102. f. Insurers for all policies must be authorized to do business in the State of Texas and have a minimum rating of A:V or greater, in the current A.M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. g. Any deductible or self insured retention in excess of $25,000.00 that would change or alter the requirements herein is subject to approval by the CITY in writing, if coverage is not provided on a first-dollar basis. The CITY, at it sole discretion, may consent to alternative coverage maintained through insurance pools or risk retention groups. Dedicated financial resources or letters of credit may also be acceptable to the CITY. h. Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. i. The CITY shall be entitled, upon its request and without incurring expense, to review the ENGINEER's insurance policies including endorsements thereto and, at the CITY's discretion; the ENGINEER may be required to provide proof of insurance premium payments. j. Lines of coverage, other than Professional Liability, underwritten on a claims-made basis, shall contain a retroactive date coincident with or prior to the date of the contractual agreement. The certificate of insurance shall state both the retroactive date and that the coverage is claims-made. k. Coverages, whether written on an occurrence or claims-made basis, shall be maintained without interruption nor restrictive modification or changes from date of commencement of the PROJECT until final payment and termination of any coverage required to be maintained after final payments. I. The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement. m. Sub consultants and subcontractors to/of the ENGINEER shall be City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 8 of 16 required by the ENGINEER to maintain the same or reasonably equivalent insurance coverage as required for the ENGINEER. When sub consultants/subcontractors maintain insurance coverage, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. L. Independent Consultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. The doctrine of respondeat superior shall not apply. M. Disclosure The ENGINEER acknowledges to the CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interest, direct or indirect, in property abutting the proposed PROJECT and business relationships with abutting property cities. The ENGINEER further acknowledges that it will make disclosure in writing of any conflicts of interest that develop subsequent to the signing of this contract and prior to final payment under the contract. N. Asbestos or Hazardous Substances (1) If asbestos or hazardous substances in any form are encountered or suspected, the ENGINEER will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. (2) If asbestos or other hazardous substances are suspected, the CITY may request the ENGINEER to assist in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. O. Permitting Authorities - Design Changes If permitting authorities require design changes so as to comply with published design criteria and/or current engineering practice standards which the ENGINEER should have been aware of at the time this Agreement was executed, the ENGINEER shall revise plans and specifications, as required, at its own cost and expense. However, if design changes are required due to the 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. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 9 of 16 P. Schedule ENGINEER shall manage the PROJECT in accordance with the schedule developed per Attachment D to this AGREEMENT. Article V Obligations of the City Amendments to Article V, if any, are included in Attachment C. A. City-Furnished Data ENGINEER may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. B. Access to Facilities and Property The CITY will make its facilities accessible to the ENGINEER as required for the ENGINEER's performance of its services. The CITY will perform, at no cost to the ENGINEER, such tests of equipment, machinery, pipelines, and other components of the CITY's facilities as may be required in connection with the ENGINEER's services. The CITY will be responsible for all acts of the CITY's personnel. C. Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights- of-way, and access necessary for the ENGINEER's services or PROJECT construction. D. Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule prepared in accordance with Attachment D. E. Prompt Notice City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 10 of 16 The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. F. Asbestos or Hazardous Substances Release. (1) CITY acknowledges ENGINEER will perform part of the work at CITY's facilities that may contain hazardous materials, including asbestos containing materials, or conditions, and that ENGINEER had no prior role in the generation, treatment, storage, or disposition of such materials. In consideration of the associated risks that may give rise to claims by third parties or employees of City, City hereby releases ENGINEER from any damage or liability related to the presence of such materials. (2) The release required above shall not apply in the event the discharge, release or escape of hazardous substances, contaminants, or asbestos is a result of ENGINEER's negligence or if ENGINEER brings such hazardous substance, contaminant or asbestos onto the project. G. Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the provisions of Article IV.E. regarding the ENGINEER's Personnel at Construction Site, and provisions providing for 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 City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 11 of 16 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 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 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. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 12 of 16 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 CITY shall own the final designs, drawings, specifications and documents. C. Force Majeure The ENGINEER is not responsible for damages or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the control of the ENGINEER that prevent ENGINEER's performance of its obligations hereunder. D. Termination (1) a.) This AGREEMENT may be terminated for convenience only by the City on 30 days' written notice. b.) 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 the nonperforming party does not commence correction of such nonperformance within 5 days of written notice or thereafter fails to diligently complete the correction. (2) If this AGREEMENT is terminated for the convenience of the City, the ENGINEER will be paid for termination expenses as follows: a.) Cost of reproduction of partial or complete studies, plans, specifications or other forms of ENGINEER'S work product; b.) Out-of-pocket expenses for purchasing electronic data files and other data storage supplies or services; C.) The time requirements for the ENGINEER'S personnel to document the work underway at the time of the CITY'S termination for convenience so that the work effort is suitable for long time storage. (3) Prior to proceeding with termination services, the ENGINEER will submit to the CITY an itemized statement of all termination expenses. The CITY'S approval will be obtained in writing prior to proceeding with City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 13 of 16 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 In accordance with Texas Local Government Code Section 271.904, the ENGINEER shall indemnify or hold harmless the CITY against liability for any damage committed by the ENGINEER or ENGINEER's agent, consultant under contract, or another entity over which the ENGINEER exercises control, other than liability for damage to the extent caused by or resulting from an act of negligence, intentional tort, intellectual property infringement, or failure to pay a subcontractor or supplier. CITY is entitled to recover its reasonable attorney's fees in proportion to the ENGINEER's liability. G. Assignment Neither party shall assign all or any part of this AGREEMENT without the prior written consent of the other party. H. Interpretation Limitations on liability and indemnities in this AGREEMENT are business 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 mean the CITY and the ENGINEER, and their officers, employees, agents, and subcontractors. I. Jurisdiction The law of the State of Texas shall govern the validity of this AGREEMENT, its interpretation and performance, and any other claims related to it. The venue for any litigation related to this AGREEMENT shall be Tarrant County, Texas. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 14 of 16 J. Severability and Survival If any of the provisions contained in this AGREEMENT are held for any reason to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, 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.F., VI.H., and VI.I. shall survive termination of this AGREEMENT for any cause. K. Observe and Comply ENGINEER shall at all times observe and comply with all federal and State laws and regulations and with all City ordinances and regulations which in any way affect this AGREEMENT and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such 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. Article VII Attachments, Schedules and Counterparts This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, which supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. This Agreement may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A- Scope of Services Attachment B— Compensation Attachment C -Amendments to Standard Agreement for Engineering Services Attachment D - Project Schedule Attachment E - Location Map Duly executed by each party's designated representative to be effective on the date subscribed by the City's designated Assistant City Manager. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 Page 15 of 16 BY: BY: CITY OF FORT WORTH ENGINEER ��- Freese and Nichols, Inc. J . Jesus J. Chapat Assistant City Manager Nicholas Lester, P. E. a �l� Vice-President/ Principal Date:_ o�Co Date: I/3/ /Zolf3 APPROVAL RECOMMENDED:P dBy_ Chris Harder, P. E. Assistant Director, Water Department Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Name of Employee Title: Sr Professional Engineer APPROVED AS TO FORM AND LEGALITY By:_ �,. yt Sft n Senior Assistant City Attor ATTEST: �0RT� Form1295 No. 2017-295226 fyl M&C No.. C-28566 MaryJ. K r City Secretary t. .....A. M&C Date: January 30, 2018 City of Fort Worth,Texas OFFICIAL RECORD Standard Agreement for Engineering Related Design Services Revised Date:12.22.2016 CITY SECRETARY Page 16 of 16 FT. WORTH, TX ATTACHMENT A DESIGN SERVICES FOR LAKE ARLINGTON LIFT STATION AND FORCE MAIN CITY PROJECT NO.:100995 ATTACHMENT A Scope for Engineering Design Related Services for Sanitary Sewer Improvements DESIGN SERVICES FOR LAKE ARLINGTON LIFT STATION AND FORCE MAIN CITY PROJECT NO.: 100995 The scope set forth herein defines the work to be performed by the ENGINEER in completing the project which is described in general terms below followed by the detailed scope. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. General: • 44 MGD Lift Station (44 MGD Initial with Ability to Add Peak-Shaving Storage and Parallel Structure to Increase Capacity to 80 MGD) - Determination of flow rates will be verified during preliminary design, but it is assumed that the ultimate capacity of the Lift Station is 80 MGD. It is also assumed that 44 MGD will be pumped through the Force Main and the remaining 36 MGD will be pumped to the holding tanks during peak-flow events. - Design of a Trench-type Wet Well and discharge header that can convey 44 MGD; it is expected that the equipment trains installed(pumps, motors, pump discharge piping and valves, and VFDs) will convey the initial 44 MGD. It is expected that the future equipment trains will be added when the facility needs to be expanded to accommodate the remaining 36 MGD. The discharge header will have a branch. The leg of the branch extending to the Force Main will be designed for 44 MGD whereas the branch for the future piping to the holding tanks will be sized for 36 MGD. - Sizing and siting of, but not design of, holding tanks to temporarily hold peak flows that exceed the capacity of the Force Main. Recommendations for controlling the flow to the holding tanks and the flow from the holding tanks back into the wet well (or upstream Junction Structure) will be given in the PDR, and connections will be included in the initial design, but it is assumed that the flow-control devises will be installed in the future expansion. It is assumed that the flow to the tanks will be controlled by a motor operated valve and the return flow will be controlled by a motor operated sluice gate. The pumps and motors will be submersible and suspended in the Wet Well. The pump motors will be controlled by Variable Frequency Drives that will be housed in an Electrical Room. The discharge piping, valves and flow meter will be above grade, on a concrete slab. A space will be designed for a future meter to be installed in the discharge header so that the flow to the holding tanks can be determined by subtracting the flow in the header from the flow in the force main, if needed. City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 1 of 30 ATTACHMENTA DESIGN SERVICES FOR LAKE ARLINGTON LIFT STATION AND FORCE MAIN CITY PROJECT NO.:100995 - Up to one Junction Structure as needed to connect existing gravity main(s)to the Wet Well. - The Electrical Room will be a stand-alone air-conditioned structure. The design plans will include a floor plan, reflected ceiling plan and elevations, but all other components of the structure will be designed by the contractor based upon a performance specification. - One diesel backup generator. - Relocation of approximately 400 LF of the existing 24-inch gravity sewer coming from Rolling Hills. - Site improvements including grading,drainage structures, paving and fencing/security. - Carbon cannister odor control system. - Design of SCADA improvements will be a part of this contract but programming will be in the SCADA Integrator's contract(part of the Construction Contract). • 42-inch Force Main Downstream of Lift Station - Route Study for up to two route options. - Design of approximately 37,0000 LF of 42-inch fiberglass pipe force main. - Up to four strategic interconnections with tie-in structures to existing parallel gravity mains to facilitate cleaning and inspection of the force main. - Up to one junction structure to connect the force main to existing gravity main(s). - Carbon cannister odor control system. WORK TO BE PERFORMED Task 1. Design Management Task 2. Conceptual Design (30%), Force Main Route Study and Lift Station Preliminary Design Report Task 3. Preliminary Design (60%)for Lift Station and Force Main Task 4. Final Design for Lift Station and Force Main Task 5. Bid Phase Services Task 6. Construction Phase Services Task 7. ROW/Easement Services Task 8. Survey and Subsurface Utility Engineering Services Task 9. Plan Submittal Checklists Task 10. Additional Services as Directed by the City City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 2 of 30 ATTACHMENT A DESIGN SERVICES FOR LAKE ARLINGTON LIFT STATION AND FORCE MAIN CITY PROJECT NO.:100995 TASK 1. DESIGN MANAGEMENT. ENGINEER shall ensure efficient and effective use of ENGINEER's and CITY's time and resources. ENGINEER shall manage change, ■ communicate effectively, ■ coordinate internally and externally as needed, and ■ proactively address issues with the CITY's Project Manager and others as necessary to make progress on the work. 1.1. Managing the Team • Lead, manage and direct design team activities. • Ensure quality control is practiced in performance of the work. • Communicate internally among team members. • Task and allocate team resources. 1.2. Communications and Reporting • Attend a pre-design project kickoff/chartering meeting with CITY staff to confirm and clarify scope, understand CITY objectives, and ensure economical and functional designs that meet CITY requirements. • Conduct up to 3 design review meetings with the CITY, one at the end of each design phase to review design of the lift station and force main. • Prepare invoices and submit monthly in the format acceptable to the CITY. • Prepare and submit monthly progress reports during the design phase in the format provided by the Water Department. • Prepare and submit baseline Project Schedule initially, and Project Schedule updates with a schedule narrative monthly, as required in Attachment D to this Standard Agreement and according to the City of Fort Worth's Schedule Guidance Document. • Complete Monthly M/VVBE Report Form and Final Summary Payment Report Form at the end of the project. • Coordinate with other agencies and entities (TCEQ, City of Arlington, City of Kennedale, TxDOT, Oncor, railroad, natural gas, etc.) as necessary for the design of the proposed infrastructure, and provide and obtain information needed to prepare the design. • With respect to coordination with permitting authorities(TCEQ, City of Arlington, City of Kennedale, TxDOT Oncor, railroad, natural gas, etc.), ENGINEER shall communicate with permitting authorities, including TCEQ, such that their regulatory requirements are appropriately reflected in the designs. ENGINEER shall work with regulatory authorities to obtain approval of the designs, and make changes necessary to meet their requirements, as part of the design scope. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 3 of 30 ATTACHMENTA DESIGN SERVICES FOR LAKE ARLINGTON LIFT STATION AND FORCE MAIN CITY PROJECT NO.:100995 • Personnel and Vehicle Identification: When conducting site visits to the project location, the ENGINEER or any of its sub-consultants shall carry readily visible information identifying the name of the company and the company representative. ASSUMPTIONS • 36 SBE reports will be prepared. • 1 pre-design/kickoff meeting with city staff. • Up to 1 design workshops with city staff. • 3 review meetings with city staff(1 for each submittal level). • 6 site visits (2 Lift Station, 4 Force Main). • 24 monthly water department progress reports will be prepared. • 12 monthly project schedule updates will be prepared. • 12 monthly coordination and progress meetings. • 2 construction contracts (Lift Station and 42-inch Force Main). • Design phase for the two construction contracts will be concurrent. DELIVERABLES A. Meeting summaries with action items. B. Monthly invoices. C. Monthly progress reports. D. Baseline design schedule. E. Monthly schedule updates with schedule narrative describing any current or anticipated schedule changes. F. Monthly M/WBE Report Form and Final Summary Payment Report Form. G. Plan Submittal Checklists (See Task 9). TASK 2. CONCEPTUAL DESIGN (30 PERCENT), ROUTE STUDY AND LIFT STATION PDR. The Conceptual Design shall be submitted to CITY per the approved Project Schedule. The purpose of the conceptual design is for the ENGINEER to: Prepare a Route Study (to be submitted as a Tech Memo): ■ Study the project, pipeline routes, tie-ins, easement requirements, permit requirements, utility conflicts, cost, schedule impacts, and impacts to proposed land developments. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 4 of 30 ATTACHMENT A DESIGN SERVICES FOR LAKE ARLINGTON LIFT STATION AND FORCE MAIN CITY PROJECT NO.:100995 ■ Identify and develop two route alternatives for the 42-inch force main that enhance the system. ■ Present(through the defined deliverables) these alternatives to the CITY. ■ Recommend the alternatives that successfully addresses the design problem. ■ Obtain the CITY's endorsement of this concept. Prepare a Lift Station Preliminary Design Report(PDR): ■ Visit the Lift Station site. ■ Visit other City of Fort Worth Lift Stations and discuss preferences with City Engineers. ■ Identify the location of the FEMA regulatory floodplain and identify FEMA coordination required for Lift Station site. ■ Develop a process flow diagram indicating the min, average and max flow rates for each improvement. ■ Model and present how the lift station, force main diameter, and the volume of the future on-site storage will interact with the force main (to convey the initial 44-mgd) and volume of peak-shaving storage(needed to increase the capacity to 80-mgd).The hydrograph of the peak 80-mgd flow will be needed to perform this analysis. ■ Develop hydraulic grade lines and system curves. ■ Study and recommend the number of pumps needed and how many will be installed initially versus phased in. Also, how the number of pumps will affect meeting the low and average flows. ■ Design a self-cleaning trench-type wet well. Preliminary plan and elevation views will be prepared, along with layouts of the pumps, motors, pipes, valves and odor control equipment. ■ Prepare preliminary floor plan and elevations for the electrical building. ■ Prepare preliminary site plan that considers: the wet well, electrical building, transformer, generator, junction structures, potable waterline extension and fire hydrant, grading, necessary drainage structures,25-yr and 100-yr flood plains, access for the design vehicle, paving extents and materials, lighting, duct banks and fencing/security. Prepare all engineering requirements for re-platting of the property. ■ Prepare Process and Instrumentation Diagrams (P&IDs) along with narrative of the lift station control. ■ Prepare a list of all equipment utilized in the lift station that includes the acceptable manufacturers that will be listed in the specification, weight, costs, power requirements, characteristic geometry and a SCADA tag description. ■Write structural, mechanical, architectural and electrical design narratives. ■ Perform electrical load analysis for proposed equipment. Specify/configure electrical equipment required to power the processes and operations. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 5 of 30 ATTACHMENT A DESIGN SERVICES FOR LAKE ARLINGTON LIFT STATION AND FORCE MAIN CITY PROJECT NO.:100995 ■ Provide a preliminary electrical site layout indicating the location of the utility pad mounted transformer, generator locations and manhole locations. ■ Provide a building layout indicating the locations of the electrical switchgear, VFD's, etc. ■ Develop electrical one-line diagram. ENGINEER will develop the conceptual design of the infrastructure as follows. 2.1, Data Collection • In addition to data obtained from the CITY, ENGINEER will research proposed improvements in conjunction with any other planned future improvements that may influence the project. The ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including but not limited to; utilities, agencies (TxDOT and railroads), City Master Plans, and property ownership as available from the Tax Assessor's office. 2.2. Geotechnical Investigations • ENGINEER shall advise the CITY of test borings and other subsurface investigations that may be needed for the project. The Engineer will provide all drilling, sampling, and testing and issue a geotechnical report(refer to Task 3.3). 2.3. Map Book • The ENGINEER will prepare a map book of the final selected force main route. 2.4. Strip Map • After the route is selected and the survey is complete, the ENGINEER will prepare strip map of the force main alignment. The strip map will show proposed easements needed for the pipelines. The ENGINEER will meet with the CITY to review the strip map before proceeding with the Preliminary Design. 2.5. The Conceptual Design Package shall include the following: Route Study Memorandum, including: • Cover Sheet. • Graphic exhibits and written summary of alternative design concepts considered, strengths and weaknesses of each, and the rationale for selecting the recommended design concept based upon the established design criteria. • Preliminary mapping of the alternate routes from GIS mapping systems. • Documentation of key design decisions. • Estimates of probable construction cost. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 6 of 30 ATTACHMENT A DESIGN SERVICES FOR LAKE ARLINGTON LIFT STATION AND FORCE MAIN CITY PROJECT NO.:100995 Lift Station Preliminary Design Report, including: • Cover Sheet. • Graphic exhibits and written summary of alternative design concepts considered, strengths and weaknesses of each, and the rationale for selecting the recommended design concept based upon the established design criteria. • Documentation of key design decisions. • Estimates of probable construction cost. ASSUMPTIONS • Force main will be fiberglass reinforced pipe. No alternate materials will be allowed. • Force main will cross Lake Arlington utilizing pier supports designed by others. • Lift Station site is located at the currently-identified site of the Fort Worth Southeast Landfill. • Only the trench-type wet well will be considered. • A crane is not needed over the wet well. • Wet well will be lined, or protected from corrosion, but an corrosion analysis will not be performed. • 22 Geotechnical borings are expected for this project. • 5 copies of the conceptual design package (30% design) will be delivered. Report shall be letter sized and comb-bound with a clear plastic cover. Drawings will be 11"x17" size fold outs bound in the report. • 5 copies of the map book. • Minimum and maximum flow rates, and the peak-flow hydrograph are already determined. • DWF files created from design CAD drawings will be uploaded to the designated project folder in Buzzsaw. • ENGINEER shall prepare the meeting minutes of the Concept Review meeting and revise the report, if needed. • ENGINEER shall not proceed with Preliminary Design activities without obtaining written approval by the CITY of the Conceptual Design Package. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 7 of 30 ATTACHMENT A DESIGN SERVICES FOR LAKE ARLINGTON LIFT STATION AND FORCE MAIN CITY PROJECT NO.:100995 DELIVERABLES A. Map book of the selected force main route. B. Strip map of the force main alignment. C. Conceptual Design Package. D. Geotechnical Memorandum. TASK 3. PRELIMINARY DESIGN (60 PERCENT). Preliminary plans and specifications shall be submitted to CITY per the approved Project Schedule. ENGINEER will develop the preliminary design of the infrastructure as follows: 3.1. Development of Preliminary Design Drawings and Specifications, for the force main, shall include the following: • Cover Sheet • A Project Control Sheet, showing all Control Points, used or set while gathering data. Generally, on a scale of not less than 1:400. The following information shall be indicated for each Control Point: Identified (existing City Monument#8901, PK Nail, 5/8" Iron Rod);X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum only; descriptive location (i.e. set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). • Overall project easement layout sheet(s)with property owner information. • Overall project sanitary sewer layout sheets. The sewer layout sheet shall identify the proposed sewer force main and/or gravity main improvement/existing sewer mains and all sewer appurtenances in the vicinity, Critical utilities shall be located with S.U.E. Level A. • Coordinates on all P.C.'s, P.T.'s, P.I.'s, manholes,junction structures, force main isolation valves, mainline fittings, combination air/vacuum release valves, etc., in the same coordinate system as the Control Points. • Bench marks per 1,000 ft of plan/profile sheet—two or more. • Bearings given on all proposed centerlines, or baselines. • Station equations relating utilities to paving, when appropriate. • Plan and profile sheets at a 1:20 scale which show the following: proposed sanitary sewer plan/profile and recommended pipe size, junction structures isolation valves, combination air/vacuum release valves, manholes, existing utilities and utility easements, and all pertinent information needed to construct the project. Legal description (Lot Nos., Block Nos., and Addition Names) along with property ownership shall be provided on the plan view. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 8 of 30 ATTACHMENT A DESIGN SERVICES FOR LAKE ARLINGTON LIFT STATION AND FORCE MAIN CITY PROJECT NO.:100995 • The ENGINEER shall make provisions for reconnecting all identifiable sanitary sewer service lines which connect directly to any main being replaced, including replacement of existing service lines within City right-of-way or utility easement. When the existing alignment of a sanitary sewer main or lateral is changed, provisions will be made in the final plans and/or specifications by the ENGINEER to relocate all service lines which are connected to the existing main and connect said service lines to the relocated main. • The following shall be applicable at all locations where it is necessary to relocate or reroute the existing private sanitary sewer service line due to the abandonment or realignment of the existing public sanitary sewer lateral or main: The CITY shall furnish the ENGINEER with a sample format of how the sewer service line reroute/relocation should be designed and submitted for construction. During design survey, if a rod can be inserted through the cleanout to the bottom of the service line, the ENGINEER will obtain the flow line elevation and design the service line prior to advertising the project for bid. If the service flow line information cannot be obtained during design survey, the ENGINEER shall delay the design of the sewer service line until after a Quality Level A Subsurface Utility Engineering (SUE) investigation has been performed. The Level A SUE will be performed; (1) by the ENGINEER if included in the fee proposal; or(2) by the CITY prior to bidding if the CITY determines that it is needed for satisfactory completion of the design; or(3) by the Contractor after the project has been bid, by means of a bid item to that effect. In all options, the ENGINEER shall propose appropriate de-hole locations in the project and collect flow line elevation and other applicable information of the sewer service line. The ENGINEER shall use this information to provide the design for the sanitary sewer service line to be rerouted or relocated. • Provide map showing location of new manhole construction at the end of existing sewer segments, 90-degree bends, or tee connections. Site survey or specific design plans for manhole construction is not included as part of the scope. The contract documents shall specify that it is the Contractor's responsibility to coordinate utility location, etc. manhole construction. • The ENGINEER will prepare standard and special detail sheets for sewer rehabilitation or replacement that are not already included in the D-section of the CITY's specifications. These may include connection details between various parts of the project, tunneling details, boring and jacking details, waterline relocations, details unique to the construction of the project, trenchless details, and special service lateral reconnections. 3.2. Development of Preliminary Design Drawings and Specifications, for the lift station, shall include the following: • Cover Sheet • A Project Control Sheet, showing all Control Points, used or set while gathering data. Generally, on a scale of not less than 1:400. The following information shall be indicated for each Control Point: Identified (existing City Monument#8901, PK Nail, 5/8" Iron Rod);X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum only; descriptive location (i.e. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 9 of 30 ATTACHMENT A DESIGN SERVICES FOR LAKE ARLINGTON LIFT STATION AND FORCE MAIN CITY PROJECT NO.:100995 set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). • Overall site plan showing each improvement, coordinates and elevations of each improvement, items such as pipes and duct banks that run between improvements. • Coordinates on all P.C.'s, P.T.'s, P.I.'s, manholes,junction structures, force main isolation valves, mainline fittings, combination air/vacuum release valves, etc., in the same coordinate system as the Control Points. • _Grading plan showing the existing and proposed grading, contours for the 25-year and 100-year floods. If needed, proposed drainage structures will be shown. • Drainage Area Map Calculations showing pre-and post-construction drainage calculations (flow rates)for the 25-year and 100-year floods. • Preliminary iSWM application submittal including the checklist and required exhibits. • Plan and profile sheets which show the following: proposed sanitary sewer and force main plan/profile on the lift station site and recommended pipe size, pipe material, pressure class, test pressure, junction structures, isolation valves, combination air/vacuum release valves, manholes, existing utilities and utility easements, and all pertinent information needed to construct the project. • Detail sheets for meter station,trenches, pipe Joints and necessary appurtenances. • Provide map showing location of new manhole construction at the end of existing sewer segments, 90-degree bends, or tee connections. Site surrey or specific design plans for manhole construction is not included as part of the scope. The contract documents shall specify that it is the Contractor's responsibility to coordinate utility location, etc. manhole construction. • Plans, sections, elevations, special details and special notes for each design discipline. • All specifications. 3.3. Geotechnical Investigation This document provides details for the recommended geotechnical investigation for the design of the new Lake Arlington lift station and 42" Force Main for the City of Fort Worth.A summary of the various improvements is provided below. Lift Station, Ground Storage Tank and Junction Box: • Proposed site islocated about one-half mile southeast of the intersection of Anglin Road and 1-20 and just northwest of the City's Southeast Landfill. • Anticipated building dimensions for the lift station wet well are 40' by 20' (approximate well depth of 30') and the dimensions for the electrical building are 40' by 50'. In addition, it is anticipated that a 20' square pad for odor control equipment and a 20' square pad for a generator will be constructed on the site. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 10 of 30 ATTACHMENT A DESIGN SERVICES FOR LAKE ARLINGTON LIFT STATION AND FORCE MAIN CITY PROJECT NO.:100995 • A junction box will be constructed along existing gravity main(s) and divert flows to the lift station or bypass to another line. • A future storage tank may be constructed but the capacity and dimensions have not been determined. Only one boring will be drilled at the future tank. 42" Force Main: • Approximately 37,000 linear feet of 42-inch pipeline (force main). • Includes several major road crossings and creek/water crossings, and a railroad crossing. Major road crossings occur at Business Highway 287, and at 1-20 and its access roads. The major creek and water crossings occur at Village Creek, the area between the east and west bound lanes of 1-20, three to four creek crossings that feed into Lake Arlington and two sections of Lake Arlington. The railroad crossing occurs along Salt Road (landfill entrance road) about 0.4 miles south of 1-20. The proposed geotechnical scope of work, identified during Task 2.2, will consist of field exploration, laboratory testing, engineering analysis, and reporting as presented below. • Field Exploration - Select appropriate locations for exploratory borings within the vicinity of the proposed improvements at the lift station site and along the proposed pipeline alignments. - The Engineer will coordinate with the City, TxDOT and Texas 811 regarding underground utilities within the vicinity of the planned boring locations and obtain relevant right-of-way permits prior to commencement of the field exploration activities. - Subcontract with a drilling contractor to drill exploratory borings for the proposed improvements according to the schedule provided below. a. Lift Station: A total of eight (8) borings on the Lift Station site. Four (4) borings to a depth of 60 feet below existing grade for the lift station and electrical building combined, one•(1) boring for the odor control pad, one (1) boring for the generator pad, and one (1) boring for the junction box each to a depth of 35 feet below existing grade, and one (1) boring to a depth of 50 feet below existing grade for the ground storage tank. b. 42" Force Main: A total of 14 borings along the proposed route. Seven (7) borings will be about 20 feet in depth.The remaining Seven (7) borings will range in depth from 35 to 75 feet below existing grade at various road, railroad and creek/water crossings. c. The borings will be advanced using standard rotary drilling equipment with continuous-flight augers (solid or hollow stem) or rotary wash methods. Subsurface samples will be collected using 3-inch diameter Shelby tubes for cohesive soils and a 2-inch diameter split-spoon sampler in conjunction with the Standard Penetration Test (SPT) for intermediate and non- cohesive soils. Rock and rock-like materials will be cored using an NX core barrel and/or tested in situ using the Texas Cone Penetration (TCP) Test City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 11 of 30 ATTACHMENT A DESIGN SERVICES FOR LAKE ARLINGTON LIFT STATION AND FORCE MAIN CITY PROJECT NO.:100995 or the SPT, as appropriate for the material. Groundwater observations within the borings will be recorded at the time of drilling and at the completion of drilling and sampling. The borings will be backfilled with auger cuttings upon completion of drilling and sampling. Pavement sections will be patched to match the existing pavement surface. Traffic control consisting of flagmen, cones, and signs will be provided where necessary. Temporary and partial lane closures may be required during drilling. An Engineer or Geologist experienced in logging borings will direct the drilling, log the borings, and handle and transport the samples. Visual classification of the subsurface stratigraphy shall be provided according to ASTM D2488 and the Unified Soil Classification System (USCS) during drilling and sampling. • Laboratory Testing - Testing shall be performed on samples obtained from the borings to determine soil classification and pertinent engineering properties of the subsurface materials. - The Engineer will select samples for laboratory testing, assign tests, and review the test results. Laboratory tests will be appropriately assigned for the specific subsurface materials encountered during exploration, but are expected to include: Classification tests(liquid and plastic limits and percent passing the no. 200 sieve or gradation), moisture content, unit dry weight, unconfined compressive strength of soil and rock, one-dimensional swell (restrained and unrestrained), and one-dimensional consolidation. • Engineering Analysis and Reporting - The Engineer will perform the geotechnical engineering analysis and prepare a technical memorandum summarizing the geotechnical investigation. The technical memorandum will include an appendix with the boring locations, boring logs, laboratory test results, and a key to the symbols used; discussion of subsurface conditions and soil properties indicated by the field and laboratory work and the implications for design; foundation recommendations, including bearing capacity of soils, suitable bearing material, lateral and overturning resistance, etc. applicable for the recommended foundation or foundation options; subgrade treatment and preparation recommendations for new access drives;general discussion of expected construction related issues; earthwork related recommendations for use during development of plans and specifications. - Submittals will include an electronic PDF copy of the technical memorandum. • Geotechnical Baseline Report - The Engineer will prepare a Geotechnical Baseline Report (GBR) for the proposed railroad and major road crossings. The purpose of the GBR(s) is to identify and describe the subsurface conditions to be anticipated during construction of the tunnel section associated with the 42" force main with the City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 12 of 30 ATTACHMENT A DESIGN SERVICES FOR LAKE ARLINGTON LIFT STATION AND FORCE MAIN CITY PROJECT NO.:100995 intent of providing baseline data for use in bidding and construction of the project. - Submittals will include an electronic PDF copy of the Geotechnical Baseline Report(s). 3.4. Constructability Review • Prior to the 60 percent review meeting with the CITY, the ENGINEER shall schedule and attend a project site visit with the CITY Project Manager and Construction personnel to walk the project. The ENGINEER shall summarize the CITY's comments from the field visit and submit this information to the CITY in writing. 3.5. Utility Clearance • The ENGINEER will consult with the CITY's Transportation and Public Works Department, Water Department, and other CITY departments, public utilities, private utilities, and government agencies to determine the approximate location of above and underground utilities, and other facilities (current and future) that have an impact or influence on the project. ENGINEER will design CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible, consider potential future utilities in designs. No utility relocation or replacements are included in ENGINEER's scope of work. • The ENGINEER shall upload individual DWF files for each plan sheet of the approved preliminary plan set to the designated project folder in Buzzsaw for forwarding to all utility companies which have facilities within the limits of the project. The DWF files should be created directly from the CAD files as opposed to PDF files. 3.6. Traffic Control Plan • Develop a traffic control plan for the force main utilizing standard traffic reroute configurations posted as"Typicals" on the CITY's Buzzsaw website. The Typicals need not be sealed individually, if included in the sealed contract documents. • Develop supplemental traffic control drawings as needed for review and approval by the Traffic Division of the Transportation and Public Works Department. These drawings shall be sealed by a professional engineer registered in the State of Texas. 3.7 Crossing Permits • Prepare crossing permit applications for the force main for all road and railroad crossings where required by road authority.The crossing permits include up to two TxDOT Highway crossings and one Union Pacific Railroad crossing. • Prepare crossing permit for oil and gas companies where required. There are estimated six gas line crossings. • 2 Oncor encroachment agreements. • All fees for crossing permits will be paid by the City of Fort Worth. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 13 of 30 ATTACHMENT A DESIGN SERVICES FOR LAKE ARLINGTON LIFT STATION AND FORCE MAIN CITY PROJECT NO.:100995 3.8 Structural Design • Design to include all structural elements for the proposed Lift Station, foundations for various electrical or mechanical pads, meter station at the Lift Station, possible diversion structure, possible junction structure at the 42"force main, as well as tie- ins to gravity mains and provide drawings showing sufficient detail for these structures to be constructed. • Furnish all the technical specifications related to structural portions of the project. 3.9 Floodplain Development Permit • Fill out Floodplain Development Permit application. • Prepare explanatory memo and exhibits to accompany permit application. • It is assumed that the project will generally be below grade and will therefore not impact the floodplain except at the locations identified in the item above. • This scope does not include coordination with FEMA for a Letter of Map Change (LOMR/CLOMR) if required. 3.10 Electrical • Develop electrical design for the Lift Station for initial pump quantity with provisions for additional pumps installed in the future. Switchboard, backup generators and building footprint will be sized for final build out of lift station. • Coordinate with Electrical Utility for Lift Station. 3.11 SCADA/Instrumentation • Develop control narratives for pump operation at the Lift Station. • Coordinate instrumentation with recommended manufacturers. • Coordinate Lift Station site communication with existing Fort Worth SCADA network. • Coordinate communication requirements for each Junction Structure. 3.12 Odor Control Design • Design of carbon canister odor control system along the force main and at the lift station. • Design will include up to 4 satellite system/FM carbon units for transient conditions/diversions. System will be carbon-only, passive system. 3.13 Tunneling Design • Prepare analysis and evaluation of other than open cut (OTOC) installation at up to three locations that will require OTOC installation due to agency or owner policies. OTOC construction methods will be evaluated for these locations to include, but not limited to tunneling, microtunneling (MTM), and horizontal directional drilling (HDD).The anticipated locations where OTOC will be used are: City of Fort Worth,Texas Attachment A PMO Release Dater 08.1.2014 Page 14 of 30 ATTACHMENTA DESIGN SERVICES FOR LAKE ARLINGTON LIFT STATION AND FORCE MAIN CITY PROJECT NO.:100995 - 42-inch Force Main OTOC at Salt Road and Railroad Crossing - 42-inch Force Main OTOC at Business 287 Crossing - 42-inch Force Main OTOC at IH-20 Crossing • Prepare specific designs and develop plan, profile, and details plan sheets for the OTOC method selected at each of the locations. 3.14 On-Site Peak Flow Storage Study • Feasibility Study to determine approximate size of above-ground sewer peak flow storage. Basis of study will be ultimate capacity of Lift Station and combined flow capacity of proposed 42"force main and adjacent existing gravity sewers. Facility will be sized and located on the Lift Station site but will not be designed. 3.15 Environmental Permitting Evaluation The ENGINEER will perform an Environmental Permitting Evaluation for this PROJECT to include the following tasks: • Gather and Review Existing Information - Prior to conducting an initial force main alignment pedestrian survey, FNI environmental scientists will assemble and review data such as aerial photographs, USGS topographic maps, National Wetlands Inventory(NWI) maps,the USGS National Hydrography Dataset(NHD), and soils data along two alternative force main alignments. • Conduct Preliminary Site Visit-FNI environmental scientists will conduct a site visit to make preliminary observations along up to two force main alignments and one lift station site to observe existing environmental conditions. The purpose of this survey is to assess potential permitting constraints(i.e., presence of federally listed threatened/endangered species or habitat, heavily wooded areas, potential waters of the U.S., etc.) for each alternative. This information will be used to assist with the identification of a preferred sanitary sewer alignment. • Conduct Jurisdictional Determination/Pedestrian Survey of final force main alignment following selection of a final alignment, FNI environmental scientists will conduct a site visit to make detailed observations within the proposed project area to document existing environmental conditions and assess project impacts as follows: the presence and locations of waters of the U.S., including wetlands and potential threatened/endangered species habitat, will be identified within the proposed easement for the sanitary sewer. • Conduct Tree Survey- During the survey, up to 1,200 trees (6-inch in diameter or larger) will be tagged by DeOtte Engineering, identified, measurements of diameter-at-breast-height (dbh) will be taken, and tree locations will be recorded. This information will be used to create a spreadsheet to document results of the tree survey. If it is determined following the tree survey and consultation with the Urban Forester that documents (i.e., project descriptions, location maps, property boundaries, outlines of existing tree canopy area, locations of large or significant trees,tree mitigation or preservation plan, or any other documentation that may be required by the City of Fort Worth's Urban Forester) would need to be prepared City of Fort Worth,Texas Attachment A PMO Release Date:06.1.2014 Page 15 of 30 ATTACHMENT A DESIGN SERVICES FOR LAKE ARLINGTON LIFT STATION AND FORCE MAIN CITY PROJECT NO.:100995 and submitted to the City of Fort Worth, or that a specified section of trees need to be identified in more detail (species), those services can be provided as an additional service upon written authorization by the Owner. • Coordinate with the Texas Historical Commission - Projects sponsored by public entities that affect a cumulative area greater than five acres or that disturb more than 5,000 cubic yards require advance consultation with the Texas Historical Commission (THC) according to Section 191.0525 (d) of the Antiquities Code of Texas. Because the proposed project is expected to exceed these thresholds, coordination with THC is expected to be required. FNI will draft a consultation letter to the THC for Owner's review and comment. FNI will incorporate Owner's comments and submit the consultation letter to the THC. Any follow up studies requested by the THC are not included in this scope of services but can be provided upon written authorization. • Prepare Technical Memorandum - Information gathered during the pedestrian survey will be used to prepare a draft technical memorandum. The draft memorandum will include discussions of methodologies used to identify and document potential waters of the U.S., the types of potential waters of the U.S., and an opinion on their jurisdictional status. This memorandum will also include a discussion of how the proposed project could be constructed to meet the terms and conditions of NWP 12, without requiring notification to the USACE. The draft memorandum will be submitted to the Owner for review and comment. FNI will incorporate comments and submit a final memorandum to the Owner. Submit 8 (eight) copies and two electronic copies (on compact disc in PDF format) of the Environmental Evaluation Technical Memorandum to the City, and attend up to two meetings. This task includes data collection in support of evaluating alignment alternatives, identification of needed permits and the Clean Water Act Section 404/Rivers and Harbors Act Section 10 permitting (referred to as "404 permitting") (404 permit) anticipated to be needed prior to construction of this PROJECT. Preparation of a 404- permit application or pre-construction notification is not part of this scope, but can be prepared as an Additional Service if authorized by the City. ASSUMPTIONS • Although the work will be split into two construction projects, meetings, submittals, reports and coordination with others will be done in one overall design phase. • The project can be designed and located to meet the terms and conditions of NWP 12 without requiring a PCN. United States Army Corp of Engineers (USACE) project permitting is not included. • 42-inch force main at Lake Arlington will be an aerial crossing on piers designed by others. • Traffic Control "Typicals" will be utilized to the extent possible. It is assumed an additional 10 project specific traffic control sheets will be developed for traffic intersections and heavily congested areas. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 16 of 30 ATTACHMENTA DESIGN SERVICES FOR LAKE ARLINGTON LIFT STATION AND FORCE MAIN CITY PROJECT NO.:100995 • Industrial flow characterization or evaluation of industrial users within collection system is not included. • Odor characterization will be performed by the CITY. • 2 sets of 11"x17" size plans will be delivered for the Constructability Review. • 2 sets of 11"x17" size plans will be delivered for the Preliminary Design (60%- design). • 10 sets of specifications will be delivered for the Preliminary Design (60% design). • DWF files created from design CAD drawings will be uploaded to the designated project folder in Buzzsaw. City will use the DWF files for Utility Clearance. • The CITY's front end and technical specifications will be used. The ENGINEER shall supplement the technical specifications if needed. • ENGINEER shall not proceed with Final Design activities without written approval by the CITY of the Preliminary Design plans. DELIVERABLES A. Letter to THC B. Environmental Permitting Technical Memorandum. C. Tree survey spreadsheet. D. Geotechnical Baseline Report E. Preliminary Design drawings and specifications (60%)for the lift station and force main. F. Utility Clearance drawings. G. Permits prepared for submittal H. Traffic Control Plan. I. Estimates of probable construction cost. J. Data Base listing names and addresses of residents and businesses affected by the project. TASK4. FINAL DESIGN(90 PERCENT)AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT). Upon approval of the Preliminary plans, ENGINEER will prepare construction plans, for three separate design packages (lift station and force main), as follows: • For projects that disturb an area greater than one (1) acre, the Contractor will be responsible for preparing and submitting the Storm Water Pollution Prevention Plan (SWPPP)with appropriate regulatory agencies. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 17 of 30 ATTACHMENT A DESIGN SERVICES FOR LAKE ARLINGTON LIFT STATION AND FORCE MAIN CITY PROJECT NO.:100995 • Final iSWM application submittal including the checklist and required exhibits. • Draft Final plans (90%) and specifications shall be submitted to CITY per the approved Project Schedule. • Following a 90% construction plan review meeting with the CITY, the ENGINEER shall submit Construction Documents(100%)for the two construction contracts to the CITY per the approved Project Schedule. Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in the State of Texas. • The ENGINEER shall submit a final design estimate of probable construction cost with both the 90% and 100% design packages. This estimate shall use ONLY standard CITY bid items. ASSUMPTIONS • 2 sets of 11"x17" size drawings and 2 sets of 22"x34" size drawings and 10 specifications will be delivered for the 90% Design package. • A DWF file for the 90% Design will be created from design CAD drawings and will be uploaded to the project folder in Buzzsaw. • 4 sets of 11"x17" size drawings and 10 specifications will be delivered for the 100% Design package. • A DWF file for the 100% Design will be created from design CAD drawings and will be uploaded to the project folder in Buzzsaw. • 2 plan sets with an estimated 234 sheets including cover sheet, index sheet, general notes, control plan, lift station site layout, easement layout, sewer main plan and profile sheets, and detail sheets. DELIVERABLES A. 90% construction plans and specifications for the lift station and force main. B. 100% construction plans and specifications for the lift station and force main. C. Detailed estimates of probable construction costs including summaries of bid items and quantities using the CITY's standard bid items and format. D. Original cover Mylar for the signatures of authorized CITY officials. TASK 5. BID PHASE SERVICES. ENGINEER will support the bid phase of the project as follows. 5.1. Bid Support • The ENGINEER shall upload all plans and contract documents onto Buzzsaw for access to potential bidders. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 18 of 30 ATTACHMENT A DESIGN SERVICES FOR LAKE ARLINGTON LIFT STATION AND FORCE MAIN CITY PROJECT NO.:100995 • Contract documents shall be uploaded in a .xIs file. • Unit Price Proposal documents are to be created utilizing CFW Bidtools only and combined in a specified spreadsheet workbook, Bid Proposal Worksheet Template, and will be populated and configured so that all pages are complete and the Summary Worksheet(s) in the workbook detail and automatically summarize the totals from the inserted Unit Price Proposal document worksheets. • Plan Sets are to be uploaded to Buzzsaw in two formats, .pdf and .dwf files. The .pdf will consist of one file of the entire plan set. The Awf will consist of individual files, one for each plan sheet, and will be numbered and named in a manner similar to that of the plan set index. • The ENGINEER shall sell contract documents and maintain a plan holders list on Buzzsaw from documents sold and from Contractor's uploaded Plan Holder Registrations in Buzzsaw. • The ENGINEER will develop and implement procedures for receiving and answering bidders' questions and requests for additional information. The procedures shall include a log of all significant bidders' questions and requests and the response thereto. The log shall be housed and maintained in the project's Buzzsaw folder titled Request for Information. The ENGINEER will provide technical interpretation of the contract bid documents and will prepare proposed responses to all bidders' questions and requests, in the form of addenda. The ENGINEER shall upload all approved addenda onto Buzzsaw and mail addenda to all plan holders. • Attend the prebid conference in support of the CITY. • Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. • When substitution prior to bid opening is allowed in the contract documents, the ENGINEER will advise the CITY as to the acceptability of alternate materials and equipment proposed by bidders. • Attend the bid opening in support of the CITY. • Tabulate and review all bids received for the construction project, assist the CITY in evaluating bids, and recommend award of the contract. A copy of the Bid Tabulation and the CFW Data Spreadsheet created utilizing CFW Bidtools only are to be uploaded into the project's Bid Results folder on Buzzsaw. • Incorporate all addenda into the contract documents and issue conformed sets. 5.2 Final Design Drawings 1) Final Design Drawings shall be submitted in both Adobe Acrobat PDF format (version 6.0 or higher) format and DWF format. There shall be one(1) PDF file and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for the Sewer plan set. Each PDF and DWF file shall be created from the original CAD drawing files and shall contain all associated sheets of the particular plan set. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 19 of 30 ATTACHMENT A DESIGN SERVICES FOR LAKE ARLINGTON LIFT STATION AND FORCE MAIN CITY PROJECT NO.:100995 Singular PDF and DWF files for each sheet of a plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: I. TPW file name example — "W-1956—org47.pdf" where "W-1956" is the assigned file number obtained from the CITY, "—org" designating the file is of an original plan set, "47" shall be the total number of sheets in this file. Example: W-0053—org3.pdf and K-0320—org5.pdf II. Water and Sewer file name example — "X-35667—org36.pdf" where "X- 35667" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, "36" shall be the total number of sheets in this file. Example: X-12755—org18.pdf Both PDF and DWF files shall be uploaded to the project's Final Drawing folder in Buzzsaw. 2) In addition to the PDF and DWF files, the ENGINEER shall submit each plan sheet as an individual DWG file with all reference files integrated into the sheet. If the plans were prepared in DGN format, they shall be converted to DWG prior to uploading. The naming convention to be used for the DWG files shall be as follows: I. TPW files shall use the W number as for PDF and DWF files, but shall include the sheet number in the name — "W-1956—SHT01.dwg", 'W- 1956—SHT02.dwg", etc. II. Water and Sewer file names shall use the X number as for PDF and DWF files, but shall include the sheet number in the name — "X- 12155—SHT01.dwg", "X-12755—SHT02.dwg", etc. For information on the proper manner to submit files and to obtain a file number for the project, contact the Department of Transportation and Public Works Vault at telephone number (817) 392-8426. File numbers will not be issued to a project unless the appropriate project numbers and fund codes have been assigned and are in the Department of Transportation and Public Works database. ASSUMPTIONS • The project will have two consecutive parts and will be bid separately and awarded to two separate contractors. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 20 of 30 ATTACHMENT A DESIGN SERVICES FOR LAKE ARLINGTON LIFT STATION AND FORCE MAIN CITY PROJECT NO.:100995 • 5 sets of construction documents for each part will be sold to and made available on Buzzsaw for plan holders and/or given to plan viewing rooms. • 10 sets of 11"x17' size and 4 sets of 22"x34" size drawings and 14 specifications (conformed, if applicable)for each part will be delivered to the CITY. • PDF, DWF and DWG files will be uploaded to Buzzsaw. DELIVERABLES A. Addenda. B. Bid tabulations. C. CFW Data Spreadsheet. D. Recommendation of award. E. Construction documents(conformed, if applicable). TASK 6. CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase of the project as follows: 6.1 Construction Support • The ENGINEER shall attend the preconstruction conference. • After the pre-construction conference,the ENGINEER shall provide project exhibits and attend public meeting to help explain the proposed .project to residents. The CITY shall select a suitable location and mail the invitation letters to the affected customers. • The ENGINEER shall review all required shop drawings (up to 100), record data (up to 50), certified test reports (up to 20), and operations and maintenance manuals (up to 25) submitted by the contractor(s). • The ENGINEER shall visit each of the project sites once per month (not to exceed 24 visits) as construction proceeds. • The ENGINEER shall attend construction coordination meetings once per month (not to exceed 24 meetings) as construction proceeds. • As requested by the CITY, the ENGINEER shall provide necessary interpretations and clarifications of contract documents, review change orders, and make recommendations as to the acceptability of the work. The ENGINEER shall attend the"Final' project walk through and assist with preparation of the final punch list. 6.2 Record Drawings City of Fort Worth,Texas Attachment A PMO Release Date:06.1.2014 Page 21 of 30 ATTACHMENT A DESIGN SERVICES FOR LAKE ARLINGTON LIFT STATION AND FORCE MAIN CITY PROJECT NO.:100995 •� The ENGINEER shall prepare Record Drawings from information provided by the CITY depicting any changes made to the Final Drawings during construction. The following information shall be provided by the CITY: O As-Built Survey.. o Red-Line Markups from Contractor. o Red-Line Markups from City Inspector. o Copies of Approved Change Orders. o Approved Substitutions. • The ENGINEER shall modify the Final Drawings electronically and shall place a stamp on the plans indicating that they represent Record Drawings of the project as constructed.The stamp shall be signed and dated by the ENGINEER and shall be placed on each plan sheet, whether there are any revisions on the sheet of not. Each sheet shall clearly indicate all changes which apply to that sheet by clouding and numbering, or other suitable means. • The following disclaimer shall be included with the Record Drawing stamp: o These Record Drawings were prepared using information provided by others and represent the "as constructed" conditions to the extent that documented changes were provided for recording. The ENGINEER assumes no liability for undocumented changes and certifies only that the documented changes are accurately depicted on these drawings. • The ENGINEER shall submit a set of sealed Final Drawings, modified and stamped as Record Drawings, on Mylar for record storage. The ENGINEER may keep copies of the information provided by the CITY for their files, but all original red-lined drawings shall be returned to the CITY with the mylars. 2) Record Drawings shall also be submitted in both Adobe Acrobat PDF format (version 6.0 or higher) and DWF format. There shall be one (1) PDF file and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for the Sewer plan set. Each PDF and DWF file shall contain all associated sheets of the particular plan set. Singular PDF and DWF files for each sheet of a plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: 1. TPW file name example -- "W-1956_rec47.pdf' where "W-1956" is the assigned file number obtained from the CITY "_rec" designating the file is of a record drawing plan set, "47"shall be the total number of sheets in this file. Example: W-0053_rec3.pdf and K-0320_org5.pdf II. Water and Sewer file name example — "X-35667_rec36.pdf" where "X- 35667" is the assigned file number obtained from the CITY, `°_rec" City of Fort Worth,Texas Attachment A PMO Release Date:OS 1.2014 Page 22 of 30 ATTACHMENT A DESIGN SERVICES FOR LAKE ARLINGTON LIFT STATION AND FORCE MAIN CITY PROJECT NO.:100995 designating the file is of a record drawing plan set, "36" shall be the total number of sheets in this file. Example: X-12755_rec18.pdf Both PDF and DWF files shall be uploaded to the project's Record Drawings folder in Buzzsaw. ASSUMPTIONS • 20 RFI's are assumed (10 per contract). • 6 Change Orders are assumed (3 per contract). • One copy of full size (22"x34") mylars will be delivered to the CITY for each contract. • 2 construction contracts • 24 months total construction duration (12 months for each contract). • 2 public meetings during construction (1 for each construction contract) DELIVERABLES A. Public meeting exhibits. B. Response to Contractor's Request for Information. C. Review of Change Orders. D. Review of shop drawings, certified test reports, record data, and O&M manuals. E. Final Punch List items. F. Record Drawings on Mylar. TASK 7. ROW/EASEMENT SERVICES. ENGINEER will support and perform activities related to ROW and land as outlined below, per scoping direction and guidance from the CITY's Project Manager: 7.1. Right-of-Way Research • The ENGINEER shall determine rights-of-way and easements needs for construction of the project. Required temporary and permanent easements-will be identified based on available information and recommendations will be made for approval by the CITY. 7.2. Right-of-Way/Easement Preparation and Submittal City of Fort Worth,Texas Attachment A PMO Releaease Date:08.1,2014 Page 23 30 ATTACHMENTA DESIGN SERVICES FOR LAKE ARLINGTON LIFT STATION AND FORCE MAIN CITY PROJECT NO.:100995 • The ENGINEER shall prepare documents to be used to obtain right-of-way and permanent and/or temporary easements required to construct the improvements. • The ENGINEER shall submit the right-of-way and/or easement documents to CITY PM for review. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's Buzzsaw site. 7.3. Temporary Right-of-Entry Preparation and Submittal • Prior to construction, the ENGINEER shall prepare and submit Temporary Right- of-Entry documents for landowners to CITY PM for real property acquisition. It is assumed that letters will only be required for land owners adjacent to temporary construction easements or who are directly affected by the project and no easement is required to enter their property. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's Buzzsaw site. ASSUMPTIONS • 67 Permanent easement documents will be necessary. • 67 Temporary construction easement documents will be necessary. • 67 Temporary right-of-entry documents will be necessary • Right-of-Way research and mapping includes review of property/right-of-way records based on current internet based Tarrant Appraisal District (TAD) information available at the start of the project and available on-ground property information (i.e. iron rods, fences, stakes, etc.). It does not include effort for chain of title research, parent track research, additional research for easements not included in the TAD, right-of-way takings, easement vacations and abandonments, right-of-way vacations, and street closures. Preparation of access easements shall be considered an Additional Service. DELIVERABLES A. Easement exhibits and meets and bounds provided on CITY forms. B. Temporary Right of Entry Letters TASK 8. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES. ENGINEER will provide survey support as follows: 8.1. Design Survey City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 24 of 30 ATTACHMENT A DESIGN SERVICES FOR LAKE ARLINGTON LIFT STATION AND FORCE MAIN CITY PROJECT NO.:100995 • ENGINEER will perform field surveys (100' wide)to collect horizontal and vertical elevations and other information needed by ENGINEER in design and preparation of plans for the project. Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, manhole rim/invert elevations, elevations of all water valve top of nut, location of buried utilities where visible, structures, trees (measure caliper, identify overall canopy, and identify species of trees), and other features relevant to the final plan sheets. Existing drainage at intersections will be verified by field surveys. Spot elevations will be shown on intersection layouts with cross slope to fit intersecting grade lines. • The minimum survey information to be provided on the plans shall include the following: — A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally, on a scale of not less than 1:400: — The following information about each Control Point; a. Identified (Existing. CITY Monument#8901 PK Nail, 5/8" Iron Rod) b. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on CITY Datum only. c. Descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). — Coordinates on all P.C.'s, P.T.'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. -- No less than two horizontal bench marks, per line or location. — Bearings given on all proposed centerlines, or baselines. - Station equations relating utilities to paving, when appropriate. Prepare a re-plat of Lot 1 Block 2R, Southeast Landfill Addition for Lift Station site sized approximately 15 acres along with topography and tree surrey. 8.2. Subsurface Utility Engineering (SUE) Provide Subsurface Utility Engineering (SUE) as described below. The SUE shall be performed in accordance with CI/ASCE 38-02. Quality Level D • Conduct appropriate investigations (e.g., owner records, County/CITY records, personal interviews, visual inspections,etc.),to help identify utility owners that may have facilities within the project limits or that may be affected by the project. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 25 of 30 ATTACHMENT A DESIGN SERVICES FOR LAKE ARLINGTON LIFT STATION AND FORCE MAIN CITY PROJECT NO,:100995 • Collect applicable records (e.g., utility owner base maps, "as built" or record drawings, permit records, field notes, geographic information system data, oral histories, etc.) on the existence and approximate location of existing involved utilities. • Review records for: evidence or indication of additional available records;duplicate or conflicting information; need for clarification. • Develop SUE plan sheets and transfer information on all involved utilities to appropriate design plan sheets, electronic files, and/or other documents as required. Exercise professional judgment to resolve conflicting information. For information depicted, indicate: utility type and ownership; date of depiction; quality level(s); end points of any utility data; line status (e.g., active, abandoned, out of service); line size and condition; number of jointly buried cables; and encasement. Quality Level C (includes tasks as described for Quality Level D) • Identify surface features, from project topographic data and from field observations, that are surface appurtenances of subsurface utilities. • Include survey and correlation of aerial or ground-mounted utility facilities in Quality Level C tasks. • Survey surface features of subsurface utility facilities or systems, if such features have not already been surveyed by a professional surveyor. If previously surveyed, check survey data for accuracy and completeness. • The survey shall also include(in addition to subsurface utility features visible at the ground surface): determination of invert elevations of any manholes and vaults; sketches showing interior dimensions and line connections of such manholes and vaults; any surface markings denoting subsurface utilities, furnished by utility owners for design purposes. • Exercise professional judgment to correlate data from different sources, and to resolve conflicting information. • Update(or prepare) plan sheets, electronic files, and/or other documents to reflect the integration of Quality Level D and Quality Level C information. • Recommend follow-up investigations (e.g., additional surveys, consultation with utility owners, etc.) as.may be needed to further resolve discrepancies. • Provide Quality Level C to identify overhead utilities on the project and provide the overhead utility information on the SUE plan sheets. Quality Level A • Expose and locate utilities at specific locations. • Tie horizontal and vertical location of utility to survey control. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 26 of 30 ATTACHMENT A DESIGN SERVICES FOR LAKE ARLINGTON LIFT STATION AND FORCE MAIN CITY PROJECT NO.:100995 • Provide utility size and configuration. It is anticipated that a maximum of 15 Level A bores for critical crossings will be performed for the project(37,000 LF of 42"force main). 8.3. Temporary Right-of- Entry Preparation and Submittal • Prior to entering property, the ENGINEER shall prepare and submit Temporary Right-of- Entry for landowners to CITY PM. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's Buzzsaw site. ASSUMPTIONS • Topographic survey at intersection will include no more than 50 ft. in each direction. • Hydrographic survey will extend for 1,500 linear feet across Lake Arlington. DELIVERABLES A. Copies of field survey data and notes signed and sealed by a licensed surveyor. B. Drawing of the project layout with dimensions and coordinate list. TASK 9. PLAN SUBMITTAL CHECKLISTS Engineer shall complete and submit Pian Submittal Checklists in accordance with the following table: PLAN SUBMITTAL CHECKLIST REQUIREMENTS Traffic Traffic Traffic Street Water Control Control Control Attachment"A° Signal Traffic Storm Storm Lights /Sewer Traffic Engineering 30% 60% 90% Water Water (Submit (Submit Type (Submit All 30% 60% All @ All @ (Submit All 30%) 30% 60%) @ 60%) Required for all work in City ROW Street X X X X X* X X X X Storm Water X X X X X Water/Sewer X X X X City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 27 of 30 ATTACHMENT A DESIGN SERVICES FOR LAKE ARLINGTON LIFT STATION AND FORCE MAIN CITY PROJECT NO.:100995 *If included in street project ASSUMPTIONS DELIVERABLES TASK 10. ADDITIONAL SERVICES Engineer will complete additional tasks not defined in the above scope, as directed in writing by the City. The tasks will be performed for a fee agreed upon by the City and Engineer at the time of authorization. Should the required scope of work exceed$50,000, Engineer will submit a request to cover the additional work required. • Additional services as directed by the City, up to $25,000 for the Lift Station. • Additional services as directed by the City, up to $25,000 for the Force Main. ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existing Scope of Services — CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above. However, ENGINEER can provide these services, if needed, upon the CITY's written request. Any additional amounts paid to the ENGINEER as a result of any material change to the Scope of the Project shall be agreed upon in writing by both parties before the services are performed. These additional services include the following: • Negotiation of easements or property acquisition including temporary right-of- entries. • Services related to development of the CITY's project financing and/or budget. • Services related to disputes over pre-qualification, bid protests, bid rejection and re-bidding of the contract for construction. • Construction management and inspection services. • Performance of materials testing or specialty testing services. • Services necessary due to the default of the Contractor. • Services related to damages caused by fire,flood, earthquake or other acts of God. • Services related to warranty claims, enforcement and inspection after completion. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 28 of 30 ATTACHMENT A DESIGN SERVICES FOR LAKE ARLINGTON LIFT STATION AND FORCE MAIN CITY PROJECT NO.:100995 • Services related to submitting for permits(i.e. TxDOT, railroad, etc.) • Services related to Survey Construction Staking. • Services related to acquiring real property including but not limited to easements, right-of-way, and/or temporary right-of-entries. • Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. • Performance of miscellaneous and supplemental services related to the project as requested by the CITY. • Level B SUE not related to Level A utility locates specifically designated in the scope • Access easements along force main route. • Alternate site analysis for the Lift Station. • Site clearing required for access relating to geotechnical drilling and exploration. • Computational fluid dynamics hydraulic model Corrosion investigation and analysis • Cathodic protection system design • Power system study • Electrical technical memos (not including PDR) • SCADA integration • Coordination of second electrical service • Utility reliability review • SecurityNideo surveillance design • Radio path analysis from lift stations and junction structures to Fort Worth communication network • Communication mediums routed on within pipeline easement • Tree survey verification, conducted by a Certified Arborist, in accordance with Fort Worth City Ordinance No. 13896 and/or urban forestry permit application • Geomorphic investigation and creek crossing analysis City of Fort Worth.Texas Attachment A PMO Release Date:08.1.2014 Page 29 of 30 ATTACHMENT A DESIGN SERVICES FOR LAKE ARLINGTON LIFT STATION AND FORCE MAIN CITY PROJECT NO.:100995 • Environmental services not included in the scope above • Transient analysis of the force main • Storm drain and road design • Floodplain impact analysis • CLOMR/LOMR • Site development permit • Building code permit • Operations and maintenance manual • Route study and/or design of new gravity mains outside of Lift Station site • Analysis and/or design relating to Lake Arlington crossing by other than open cut City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 30 of 30 ATTACHMENT B COMPENSATION Design Services for Lake Arlington Lift Station and Force Main City Project No. 100995 Lump Sum Project I. Compensation A. The ENGINEER shall be compensated a total lump sum fee of$3,099,361.00 as summarized in Exhibit B-1 — Engineer Invoice and Section IV—Summary of Total Project Fees. The total lump sum fee shall be considered full compensation for the services described in Attachment A, including all labor materials, supplies, and equipment necessary to deliver the services. B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. II. Method of Payment A. Partial payment shall be made to the ENGINEER monthly upon City's approval of an invoice prepared and submitted by the ENGINEER in the format and including content as presented in Exhibit B-1, Progress Reports as required in item III. of this Attachment B, and Schedule as required in Attachment D to this Agreement. B. The estimated current physical percent complete as required on the invoice shall be calculated from the progress schedule as required in Attachment D to this Standard Agreement and according to the current version of the City of Fort Worth's Schedule Guidance Document. C. The cumulative sum of such monthly partial fee payments shall not exceed the total current project budget including all approved Amendments. D. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. III. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Water Department monthly progress reports and schedules in the format required by the City. City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 1 of 3 B-1 ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Lift Station Force Main Total Fee % Responsibility Fee Fee Prime Consultant Freese and Lift Station and Pipeline $1,151,989.00 $1,150,317.00 $2,302,306.00 74.28 Nichols, Inc. Design Proposed MBE/SBE Sub-Consultants James DeOtte Design survey and SUE $132,200.00 $447,300.00 $579,500.00 18.70 Engineering, services Inc. Gorrondona and Laboratory testing $3,400.00 $9,680.00 $13,080.00 0.42 Associates, Inc. Texplor of Field exploration $9,978.00 $28,399.00 $38,377.00 1.24 Dallas, Inc. i Non-MBE/SBE Consultants Gresham, Smith Tunnel and odor control $29,572.00 $123,383.00 $152,955.00 4.94 and Partners design GeoScience Boring logs $3,222.00 $9,921.00 $13,143.00 0.42 Engineering and Testing TOTAL $1,330,361.00 $1,769,000.00 1 $3,099,361.00 100% Project Number& Name Total Fee MBE/SBE Fee MBE/SBE Lake Arlington Lift Station and Force Main $3,099,361.00 $630,957.00 20.36% City MBE/SBE Goal = 10% Consultant Committed Goal = 20 % City of Fort Worth,Texas Attachment B PMO Official Release Date:8.09.2012 Page 2 of 3 B-2 EXHIBIT "B-1" ENGINEER INVOICE (Supplement to Attachment B) Insert required invoice format following this page, including negotiated total budget and allocations of budgets across work types and work phases. City of Fort Worth,Texas Attachment B PMO Official Release Date:6.09.2012 Page 3 of 3 B-3 Professional Services Payment Request Project Manager: I Roberta C.Saurede,P.E. Summary LOCK Project: Lake Arlington Lift Station and Force Main UNLOCK City Project#: PM995 City Sec Number: Consultant Instructions: Fill In green cells Including Invoice Number,From and To Dates and the included worksheets. Company Name:Freess and Nichols,Inc When your Invoice Is compl0te,save and close,start Bumaw and Add your involce to the Consultant folderwithin Projeera folder. Consultant's PM: Nick Lester email: NCL Ireese.co Vendor Invoice#: Office Address 40551ntem.0-1 Plaza,sls.200 Payment Request#:1 Telephone: 817 735-7300 From Date: 1/112018 Fax: (617)735.7481 To Date: 1/31/2018 Invoice Date: 1/3112018 Remit Address P.O.Box 660004,Fort worth,TX 79196-0004 Agreement Agreement Amendment Amountto Completed Percent ($)Invoiced Current Remaining Sheet FAC and Work Type Description Amount Amount Date Amount Completed Previously Invoice Balance Work Typel Sewer sz.099,381.001 $3 099,3131.0C 53,099,351.0 Work Type 2 Work Type 3 Work Type 4 Work Type 5 Work Type 6 Totals This Payment Request $3.099.361.00 53099391.00 $3.099.361.00 Overall Percentage Complete: Professional Services Payment Request Pmj.ct Manager, Rcheno C.Sad.de,P.E Project: Lake Arlington Lift Station and Force Main City Project#: 100995 Work Type Desc: Sewer con,ult.nt In,tmction.: Clt See Number; - Fenn Ila Including Percent Com lett end Invoiced Previous) ouanmes y greence g P v Purchase Order. _ _ Who,your Invoice is complete,cave end close,sten R—awend Add your Invoice to the C.d.Wt.nt(older within Prd]-T.told.,. Company Name: Freese end wichali,In.. Consultant's PM: Nick Lester email: NCLOIneese.com Vendor Invoice W Office Address 4055 International Plena,Ste.200 Payment Request#:1 Telephone: (817)735-7300 From Date: 11112018 Fax: (817)735-7491 To Date: 1/311201, Invoice Date: 1/3112018 Remit P.O.aoz 880004,Fort Worth,7x76190-0004 Pay Items Agreement Agreement Amendment Amendment Amountto Completed Percent 1$)Invoiced Current Remaining Descri tion Amount Number Amount Date Amount Completed Previousiv invoice Balance 31-Cones',6aI D.e[n $333387.00 $333,387.0 8333,387.0 32-Prelimina D.al n $1705,757.00 $1,70 757.0C $1705757.0 33-Final Design $430,717.00 WO 717.DC $430,717.0 51-Prelmina S—y $571)500,0 $57p 500.0C $576500.0 33-Other ReknWm[hb8 $50,000.0 $60,000.0 $50 000.0 Totals This Unit: $3099.381.00 $3.081).301.00 $3080.361.00 Overall Percentage Complete: ®illlillilfill(Illileiii`lilfllll�iflillllil�il�lillllhilll�ll ®111111u11�IIIIIIIIIIIft111111_ II II Il�ll,lit Ilipliilllll�l lllflll illll�l® li�I l�llll _ 3 r '��e�II�Imli�iu�l�llluinilllul�illl�ll�ii�I�i1�11�li�illil�liill �l`Illl111� i�s ®illill111111�I��II111�1fIN11iil��l.Il tl llilll�llllll�ll lllllllillilllll�l�l��l�llllll 11 Dllilllllll-1111111 lllllllllllllllli�lllll�ll Illllllll lhlllllllil�lll IIIII 11�1� ��111 ��Illl�l�llliiil�IIIII�IIIIllllllllll�ll�llllllllf�lll��illlltl��i�lllll�ll�Illillllll�ll�l� illllllllllllwl�lllll�11111111111��11.11111111111fi111111111illlllllllll�illlllllllllillil Mi �D�IIIIIIIIIIII�11111111�IIIIIIIIIIIIIGIV11111111IIIIIIIIIIIIIIIIIIIIIIIIJI�I�l�llllillll li l�II111 ©iillllllllllllllllll�lllllllllllllllllllllllllllllllllllllllllli1111111111111111111111 ®III 11111111111I1111,IIIII111111I11111111111111111111111111111111111111Ill 11111111111111 ®II IIIIIIIIIIIIIillh111111illlllllll�lllllhlllllllllllllillllllllliillllllllllllllll r a�llllllllllllllllll IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIllli111111111111111 1111111IL111 0illllllllllf111111 IIIIIIIIIIIIIIIIIilllllllll!IIIIIIIII!IIIIIIIIIII!!I IIIIIIIIIIIII Bill 1l1111l11l11l�1l111111111111111111111111e1111111111111111111111111111111 IIIIIIIHiIlIl�1I I Milli 1111ll!1lllllllllllllllllllllllllllllllllll�lllllllllflll11111111;1111III111111II11 Mill 1111 llllllllllll 111IIII iII1111111iIIIIIIII1111111�1illlllllllll �sIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII,IIIIIIIIIIIIlLIIIIIIIIII(111111 MAIIIIIIIII►IIIIIIII{IIIIIIIIIIIN1IIi111111111I1IIIIIIIhlllllllllllllllllllllllllllll ®i1 1111l1111111i11111111111111111111111111111111111RINO 11111111111111111111111 I ®�lllllllllllllll I IIIIIIIIIIIIIIIIIII!IlllllllllllllllllllllllllllllllllllllllllPl I �I IIIIIIII!Illl I1i11111111111111111i1111111111111IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIilllll ® II I Illilllllllllll111111111111I111lllllllllllllllllll1111111111111 I lllllllllll 111111 l II dlll Illlllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllll111111111111111111 ®illllllllllll�lll 11�llllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllll ®dI111111111�IIIIIIlI11111111111111111�1111111111111111111fllllllllllllllllllillllllllllll Mill II R IIIIIIIIIIIII! IIIIIIIIIIIIIihllllllllllllllllIII!IIIIIIIIIlfll111lllllllll1111 ® IIIIIIIIIII!III II 111111111111111111!IIIIIIIIIIIIIHIM; llllllllllllllllllllllllllllll � Illllllllll!Illllllllllllllll llllllllllllllllllllllllllllllll llllllllllllllllll ® IIIIIIIII ��IIIINIIIII'illllllllilllllllflllllllllll11111111111111111111111111111111111111111111111 ®�111111111IIIIIIIIIIIIIIIIIIIIIIIIIIIIIII1111111111111111111111111111111111111111II I 1 ��llllllllllllllllllllllllllllllllllllllllllllllllllllllll(Illllllllllllllllllllllllllfl I ®Illlllllllllllllllllllllllllllllllllllllllll llllllllllllilllllllllll111111111111111111 IN I ��IIIIIIIIIIIIIIIIIIII IIII Illllllllllll(Illllllllllllllllllllllllllllllllllllflllllllllll I 9i1111111111111111lllIll lHill llllllllllllllllll �llIIIIIIIIIIIIIINIIIIIIIIIII!1111IIIIIIl�1 Mil 11111 Milli I II Illllllllllllilllllllilllllllll!IIIIIIIIIIIIIIIIIIII1111111111 ®�Illlllll IIIIIIII IIIII .IIIIlll IIIII IIIIIIIIIIIIIII�I{I11111111111i111111111iN�Illilllfllllll B�IIII1111111111I1IIlllllllllllllllllllllllllll11111IIllil111111111111I1111111111II111. �MIII111lIIIII1lI111111i111IIIIIIIIIIIIlI11IIIIIIIIIIIIlllll11111111111111111111111111(111 ©Illllllll{llllllllllll1111111111111111111111111111111111111111 111111111 llllllllllll �Illlllllll11111111Illlllllllll1111111111�1 llllllllllllllllll111lI1111111111R1111111U111i 4 , eC IQ@I'1IN 1�I1111111�111�1�III�1�111��1llAll� OPINION OF PROBABLE CONSTRUCTION COST ra Table B-2 Freese and Nichols 44 MGD LIFT STATION AND 42-INCH FORCE MAIN City of Fort Worth ACCOUNT • ESTIMATOR CHECKED BY DATE OLK NCL December 7,2017 DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL NEW 42INCFORCE MAIN J/ -Inch I-HP Farcernain by Open Cut 26,;-40 LF $ 336 $ 8,984,640 42-Inch Fnrcenan n%v!(n Concrete Pavement Replacement I t 0 LF $ 540 $ 59,400 42-inch Fo?cemain with Asphalt Pavement Re.placement 4,700 LF $ 520 $ 2,444,000 42-Inch Inside`using 5,450 LF $ 410 $ 2,234,500 66-Inch Casing by Ot-er Eian Open Cut 5,450 LF $ 1,100 $ 5,995,000 42-Inch Knife Gate Valvar in Vault 8 EA $ 230,000 $ 1,840,000 12-Inch Air Release Va",v� 25 EA $ 24,000 $ 600,000 Odor Control 4 EA $ 87,500 $ 350,000 Trench Safety 31,550 LF $ 2 $ 63,100 Hydromulch 350,556 SY $ 1 $ 350;556 Storm Water Pollution Prevention Plan 1 LS $ 50,000 $ 50,000 Traffic Control 12 MO $ 5,000 1$ 60,000 Jcrnctlon Structure 1 EA $ 200,000 $ 200,000 _ Structure 4 EA $ 100,000 $ 400,000 !','::.,:cllaneouS UVI ty F?r 1 LS $ 100,000 $ 100,000 n .uctivn to I "I 1 EA $ 50,000 $ 50.94N., OU6TOUAL a- rrY C,, TiNGI NCIV 20% $ 4.756MO TOTAL ■' F11 DESCRIPTION QUANTITY NEW 44 MGD LIFT STAI ION 1 LiFf STATION WLT WELL DEWATERING 1 LS $ n r)0 $ 150,000 SHORING 5,250 SF $ 30 $ 682,500 EXCAVATION 2,570 CY $ $ 51,400 BOTTOM SLAB 50 CY $ 770 $ 38,500 WALLS 580 CY $ 1,300 $ 754,000 TOP SLAB 40 CY $ 1,300 $ 52,000 HATCHES 61 EA $ 3,900 $ 23,400 BACKFILL 2,072 1 CY $ 20 $ 41,440 OVERHEAD CRANE 1 1 LS $ 97,000 $ 97,000 2 PIPING,VALVES AND EQUIPMENT SUBMERSIBLE SEWAGE PUMPS AND MOTORS 4 EA $ 210,000 $ 840,000 30-INCH CHECK VALVES 4 EA $ 52,000 $ 208,000 30-INCH GATE VALVES 4 EA $ 47,000 $ 188,000 SLUICE GATES 4 EA $ 52,000 $ 208,000 PUMP DISCHARGE PIPES 4 EA $ 31,000 $ 124,000 42-INCH FORCE MAIN PUMP DISCHARGE TO FORCE MAI 500 FT $ 336 $ 168,000 78-INCH GRAVITY PIPING(JUNCTION TO WET WELL) 1 6001 FT $ 620 1$ 372,000 B-1 24-IN(,i I GRAVI TY PIF1NG(MANHOLE TO WET_WELI_ 1,050 FT $ 220 $ 231,000 1 Ll ,f t r '.NI i['I I'S 6 EA $ 15,700 $ 94,200 __ __.- Imc I1 )N T-I;Jk-1 lJRE 1 EA $ 260,000 $ 260,000 3 MECHANICAL AND HVAC CON i ROL COMPONENTS/DDC SYSTEM 1 EA $ 7,050 $ 7,050 SELF-CONTAINED SINGLE PACKAGE A.C. 2 EA $ 58,000 $ 116,000 4 ELECTRICAL AND INSTRUMENTATION' 480V SWITCHBOARD 3000A,3P,4W,651TIC,NEMA 1 1 LS $ 440,000 $ 440,000 (1)1750 KW PARALLEL GENERATORS,24HR UL 142 1 LS $ 870,000 $ 870,000 650A 480V 18 PULSE VFD W/O BYPASS CONTACTOR 4 EA $ 260,000 $ 1,040,000 75kVA 480Y/208V TRANSFORMER 1 EA $ 5,760 $ 5,760 T225A,ANEL 2 EA $ 6,350 $ 12,700 SURM; RSIBLE POWER CABLE TERMINATION CABINET, 4 EA $ 14,800 $ 59,200 SUBMERSIBLE MONITORING CABLE TERMINATION 4 EA $ 5,900 $ 23,600 MANHOLE f J-1II_ITY,GENERATOR 1) 2 EA $ 14,800 $ 29,600 LIGH"ItiG rE`..I TRICAL BUILDING,WET WELL,LIGHT 1 L5 $ 64,100 $ 64,100 ELECTRICAL BUILDING MISC.ELECTRICAL(MISC.CKTS, 1 LS $ 64,100 $ 64,100 I-fGHTNING PROTI"CTION SYSTEM 1 LS $ 25,700 $ 25,700 rt GROUNDING(GROUND RING BLDG,GROUND RING 1 LS $ 34,600 $ 34,600 GAI31_E AND CONDUIT 1 LS $ 650,000 $ 650,000 POWER SYSTEM >TUDIES 1 LS $ 23,100 $ 23,100 START-UFA T-STING 1 LS $ 16,100 $ 16,100 SCADA 1 L$ $ 330,000 $ 330,000 DISCriARGE PRESSURE TRANSMITTER 1 LS $ 4,500 $ 4,500 42-[NCI:I'v4ACNETIC I=1.OV:+Lsi TER 1 EA $ 32,100 $ 32,100 HYDROSTATIC LEVEL TRANSDUCER 1 LS $ 2,000 $ 2,000 VvI--T'V'd[:.L.I..L[-V--, L-S'AITCI IES 6 EA $ 650 $ 3,900 f I-VEL RF- .AY['AN:-L�T 1 LS $ 3,900 $ 3,900 VAULT LEVEL SWITCH 1 LS $ 650 $ 650 VAULT INSTRUCTION DECTION 1 EA $ 710 $ 710 ELECTRICAL BUILDING INTRUSION DETECTION DOOR 4 EA $ 710 $ 2,840 SMOKE DETECTORS 6 EA $ 520 $ 3,120 HEAT DETECTORS 6 EA $ 650 $ 3,900 TEMPERATURE TRANSMITTERS 4 EA $ 900 $ 3,600 i B-2 5 ELECTRICAL BUILDING CONCRETE SLAB(25'X 50'X 1') 46 CY $ 770 $ 35,648 PRECAST WALL PANELS 15'TALL 2250 SF $ 30 $ 67,500 STRUCTURAL FRAMING 2 TN $ 4,900 $ 11,025 S-1 RUC ROOF DECK 1346 SF $ 10 $ 13,463 ROCI INSULATION 1346 SF $ 10 $ 13,463 STANDING SEAM METAL ROOF 1346 SF $ 40 $ 53,852 SX 9'DOUI?LF DOORS 21 EA $ 7,700 1$ 15,400 T DOORS 41 EA 1$ 3,100 1 $ 12,400 6 ODOR CONTROL(£S IIMATF❑15.000 CFM SYS'T'EM) 314TRICKLIWFl- Fi ;?4'd C:ARI>()N F'OI I`!I 1 LS $ 350,000 $ 350,000 ANCILLARY FOUIPME NT,l]U fti`dORK,AND Iil.O"JERS 11 LS 1 $ 100,000 $ 100,000 STRUCTURAI CPJECJSITF,I_SI(.:l-OROCSYSIL-6I 11 LS $ 200,000 $ 200,000 CONCRETL SLAB 151 CY 1 $ 550 1 $ 8,148 7 SITEWORK GENFETr fjI SLABS 15 CY $ 550 $ 8,250 TRANSFORMER PAD _ 4 CY $ 550 $ 2,037 8"WATERLINE _ 1,000 FT $ 60 $ 60,000 BACKFLOW PREVENTER 1 EA $ 17,000 $ 17,000 FIRE HYDRANT 1 EA $ 2,600 $ 2,600 SIDEWALK 1 LS $ 12,900 $ 12,900 SWPPP(INSTALL AND MAINTAIN) 1 LS $ 32,100 $ 32,100 GRADING/DRAINAGE INFRASTRUCTURE 1 LS $ 64,100 $ 64,100 SEEDING 1 LS $ 32,100 $ 32,100 PARKING LOT(CONCRETE) 1,000 CY $ 260 $ 260,000 MOTOR OPERATED GATE 1 EA $ 7,700 $ 7,700 FENCING 1,900 LF I $ 40 $ 76,000 8 CATHODIC PROTECTION EPDXY COATING 1 2,280 SF $ 61$ 14,604 • i CONTINGENCY 207 $ 1,985,312 TOTAL • FORCE PIPELINE _ $ 28,L'-�1,000 �4 MGD LIFT STATION Is 11,911,872 JOTAL CONSTRUCTION • 1 he OPCC includes costs for electrical equipment,distribution,termination boxes,cable and conduit for 4 submersible re addition of 1 or 2 submersible pumps will require the changeout of the proposed switchboard and generator. B-3 ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for Lake Arlington Lift Station and Force Main City Project No. 100995 None. City of Fort Worth,Texas Attachment C PMO Release Date:05.19.2010 Page 1 of I mcUw![vnvluN brfie uM arYipu�un nrtbm Anu Mnn m a M+Ry wm. O Mme m. fGn p!fi S Nouse m wonee i V fn 3/Y3n Fn Yxlle i � Z LMsuu.n twNe^ ass N.n A[mysjY Fn x/a1/Yo ' ' a v�Nrl'Mry oMYn eeport 3rnoiss Mm x15!16 FrI V=l)16 1 Wim) a Oetl[n Nana 3wb INvn 1130/3[kY5111/11 3 a .4nY WrM.ebn Ymon Mm lfilU F�idlL36 i a IW BYtlOe D[r1�50m[ ]men Men[/30n6 ir15115/36 53 I a entMW4tlo dmo Ma J=ene FaJAMS s a QaYiinblima[iMOvn 3S mum Mand15/16!M5111016 B q. e..,oueenl 3mw Mnn d/SI1e 6x3J5a{]e 5 a rtimm�Bma DnF amour Mon5/3lne M[1d1!]e a fwxDBixo[xq„e.M.w xwM Ma,Df�r+[ MSnuYe w ! I t� a rMt Sbtbn 00%UYIm .mOnv Man'All.FI33A/ie 11 �) a svxwD em50[gmeenu =wu MenssH3ptrn 3L2ine 3x i � � � a UR5wlan Final Deaen iman Man v{xstlFM ixkine 16 a wwa aye eM 3mau Mmuryl3em xiWYs to I �� i I a ��nSYzbn 3m,.m.Y�� nma�. Man 3nun m>n]tlo 3E ' a hrm Nan Dsipr xx0 bxv MonxdS/L M10>tejM I 3e' a eeme Studd l6oN oeaen) 3owM Mon YSM Fn aff.lila 1 S iWWB30%D•FNm eM[w SwM Mm N1vn[hilAll. IB —� '75 .kceM verml !mon Mm ryeil[ M6nt3B 1 1 J „ Fnru Mvn unyna.ver amm. Mon tl]etae Fv xpy36 lexo ! y a Oo¢mvp�YNbn �mcm Mvn Y.O/16 MN1713 ll a •tmlb Mon 9/8716 M6/5136 L � 3 c.aYaen]Yrm<a>oFran ssmarr. Mena'Yetv'Metxs✓u ie,x i x a Eml�me[na 3man Maaa26,'Y[Fn5„ane s„k � � � v _ S --FOR..aiao Mrzo� d lrmrzl Mon iterxe xn m/avw xeax � 4 ta®� a FnwDemFDM an Be„ew =w3. sem iori/le rolelivse=: ` M t '$ vvrtt MFln 90'N Dain 3mory Man 10/35Jxfn 33(x1][ Za ( � I a FWevo 90st Deslp�BMew IUM Yen 1Y/301YM 1YilJ1B=9 53 S Fmc.Man FM.IDmyn 3man ua c;lxyufn3/'rPlie n a ,aKr�,e.�[Y a man< Menu:vie xdaivYe aY I $ CanuruttM luMk Medlrm ldox Mon!/35/36 Manenshe 32 3 Fnm.Man�mv,re[roe amanF Man wiane Fdiw,BnD 3x,=x Attachment E '`� _ R T Lake Arlington Lift Station and Force Main -f FORTWORTH rIFREESE =NICHOLSKI -4 x 0 0.5 Miles 6 oxL r T f j1 $�� y /,+ I'a"f, r li° inllonuj R 4 LN 1�f //w Farce Main Alternate Route A / /r B f Y , f J €FtITD- vo � t Force Main \_ Alternate Route B 111 1 t.L f - , A BER dry" g LAN A lPTw v Proposed Lift Station f and Storageo L M&C Review Page 1 of 3 Official site of the City of Fort Worth;Texas CITY COUNCIL AGENDA F'RT- :=RTES COUNCIL ACTION: Approved on 1/30/2018 -Ordinance No. 23101-01-2018 & Resolution No. 4902-01-2018 DATE: 1/30/2018 REFERENCE NO.: C-28566 LOG NAME: 60LALSFM-FNI CODE: C TYPE: NON-CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of an Engineering Agreement with Freese and Nichols, Inc. in the Amount of$3,099,361.00 for Design of the Lake Arlington Lift Station and Force Main, Located in the Carver Heights East and Enchanted Bay Neighborhoods, Provide for Staff Costs, Property Acquisition and Utility Coordination for a Total Project Amount of $8,729,361.00, Adopt Resolution Expressing Official Intent to Reimburse Expenditures and Proceeds of Future Debt and Adopt Appropriation Ordinance (COUNCIL DISTRICT 5 and CITY OF KENNEDALE) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached resolution expressing Official Intent to Reimburse expenditures with proceeds of future debt for the Lake Arlington Lift Station and Force Main Project; 2. Adopt the attached appropriation ordinance reducing unallocated appropriations and increasing appropriations for the Lake Arlington Lift Station and Force Main Project in the Water and Sewer Commercial Paper Fund in the amount of$8,729,361.00; and 3. Authorize execution of an Engineering Agreement with Freese and Nichols, Inc. in the amount of $3,099,361.00 for the Lake Arlington Lift Station and Force Main Project(City Project No. 100995). DISCUSSION: This Mayor and Council Communication is to authorize the preparation of plans and specifications for the Lake Arlington Lift Station and Force Main Project. Portions of the existing wastewater collection system serving the Village Creek Wastewater basin are at capacity with some areas experiencing wet weather overflows. Increased conveyance capacity is necessary to handle projected growth within the Village Creek Wastewater Basin which also includes the wholesale customer cities of Burleson and Crowley. In addition, it is anticipated that proposed development to the west of Crowley will lift wastewater into the Village Creek Basin starting in 2019. There are currently four projects in various stages of design and construction to increase capacity in the upper reaches of the Village Creek Wastewater Collection System. The Fort Worth Wastewater Master Plan recommends the installation of a lift station and force main (No. 13) within the lower reaches of the Village Creek Basin. The proposed lift station with an ultimate capacity of 80 million gallons per day (MGD), will be placed upstream of Lake Arlington and the force main (42-inch diameter 37,000 linear feet approximate), will extend from the lift station, around Lake Arlington -I discharge into the existing Village Creek collection system north of Lake Arlington, near the intersection of U.S. 180 (Lancaster Avenue). The proposed scope of services include design for a 44 MGD lift station and related appurtenances (44 MGD initial with ability to add peak-shaving storage and parallel structure to increase capacity of 80 MGD), design for 42-inch force main, geotechnical investigation, environmental permitting, easement preparation, subsurface utility engineering, coordination with various agencies and assistance during construction. http://apps.cfwnet.org/council_packet/mc review.asp?ID=25537&councildate=1/30/2018 1/31/2018 M&C Review Page 2 of 3 Freese and Nichols, Inc., proposes to provide all the necessary design services for the Lift Station and Force Main for a fee of$3,099,361.00. Staff considers the proposed fee to be fair and reasonable for the scope of services proposed. In addition to the contract amount, $5,630,000.00 is required for project management, utility coordination and real property acquisition. Engineering for the Lake Arlington Lift Station and Force Main project is one component of the overall project that includes project management, real property/easement acquisition, utility coordination, material testing, inspection, construction and contingencies. The overall project budget is $46,630,000.00. Design is expected to start in March 2018 and be completed by July 2019. Construction is anticipated to commence in November 2019 and be completed by March 2022. This project is part of the Water Department's Sanitary Sewer Overflow Initiative Program. This project is anticipated to be included in a future revenue bond issue for the Water and Sewer Fund. Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the Callable Commercial Paper Program (CP) will be used to provide interim financing for this project until debt is issued. To the extent resources other than the Water and Sewer portfolio are used to provide interim financing, the Water and Sewer Fund will be charged interest that is equivalent to the overall rate of return being earned by the City portfolio (currently approximately one-percent annually). Should the City's portfolio not support the liquidity needed to provide an interim short-term financing source, another funding source will be required, which could mean issuance of securities under the CP Program or earlier issuance of Water and Sewer revenue bonds than is currently planned. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached Reimbursement Resolution. The City Council adopted the Water Department's Fiscal Year 2018-2022 Five Year Capital Improvement Plan on December 12, 2017, Mayor and Council Communication (M&C G-18187). This City Council adopted plan includes this specific project, with funding identified through the CP program to be reimbursed with future revenue bonds. In accordance with the provisions of the Financial Management Policy Statement, Staff anticipates presenting revenue-supported debt issuances to the City Council for consideration within the next three years. This debt must be issued within approximately three years to provide reimbursement for these expenses. If that does not occur the costs will no longer be reimbursable by issuing tax-exempt debt and the funding source will have to be made whole through budgetary methods. Adoption of this resolution does not obligate the City to sell bonds, but preserves the ability to reimburse the City from tax-exempt bond proceeds. This project will have no impact on the Water Department's operating budget. M/WBE OFFICE: Freese and Nichols, Inc., is in compliance with City's BDE Ordinance by committing to 20 percent SBE participation. The City's SBE goal on this project is 10 percent. The project is located in COUNCIL DISTRICT 5 and CITY OF KENNEDALE. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the Water/Sewer Commercial Paper Fund for the Lake Arlington Lift Station and Force Main Project. The Water& Sewer Commercial Paper Fund includes authority of$150,000,000.00 for the purpose of providing interim funding for Water and Sewer Capital Projects. After this transfer the balance will be $102,504,598.00 for future capital projects. Funding for the Lake Arlington Lift Station and Force Main project is depicted in the table below Fund —11 IF Additional Appropriations http://apps.cfwnet.org/council_packet/mc review.asp?ID=25537&councildate=1/30/2018 1 ,1/2018 M&C Review Page 3 of 3 Existing Project Appropriations L-Total* Water and Sewer Commercial $0.00 $8,729,361.00 $8,729,361.00 Paper Fund 56014 Project $0.00 $8,729 361.00 Total $8,729,361.00 * Numbers rounded for presentation TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID I I Year Chartfield 2 Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Kenneth Morgan (8246) Additional Information Contact: Robert Sauceda (2387) ATTACHMENTS 60ALSFM-FNI -REIMB RESOLUTION.doc 60ALSFM-FNI 60 AO 18r.docx 60LALSFM FNI MAP REVISED.pdf 60LALSFM-FNI Form 1295.pdf http://apps.cfwnet.org/council_packet/mc review.asp?ID=25537&councildate=1/30/2018 1/31/2018 60LALSFM-FNI FID Table _ FIDs(KK Journal Entries) — -_ 100995 2018 $8,729,361.00 Ree Fund ' Dept°,# I Account � Project_', Activity BudgetYear i C;F il, Program Amount Purpose Xfer �' •1 1 11. 15110101 100995001430 2018 -- $300,000.00 -- 5330500 100995 001430 2018 $3,099,361.00 �' •I / 11. 15110101 100995001440 2018 _- $100,000.00 ®_ 1&2) 61 0700430 1 11 100995 001440 2018 -- $200,000.00 -- 61 0700430 /1 I 100995 001440 2018 -- $3,600,000.00 -_ 1&2 •1 • 0700430 4I! ! 100995 001440 2018 - $1,400,000.00 -_ 1& ' 56014 0700430 1 / 100995 1! •:! �- $10,000.00 •i 0700430 1 1 1199 11 :! 2018 - $20,000.00 FIDs (G'L Journal Entriesi) R#c Fund Dept# Account Project Activit Bud et Year CF Program Amount Purpose Xfer (Amortize y 9 Expense Only-No KK or GL Entries Needed) M3) i P070043WO ' 533305001100995 11001430 •••• $3,099.361, II - Q— CERTIFICATE OF INTERESTED PARTIES FORM 1295 fors Complete Nos.1.4 and 6 it there are interested parties. OFFICE USE ONLY Complete Nos,1,2,3,5,and 6 it there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2017-295226 Freese and Nichols, Inc. Fort Worth,TX United States Date Filed: 2 Name of governmental entity or state agency t at is a party tot the contract for wh ch the form is 12118/2017 being filed. City of Fart Worth Date Acknoyvl_edge* 3 Provide the Identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. CPN100995 Lake Arlington Lift Station and Force Main-Engineering Services 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary Pence, Bob Fort Worth,TX United States X Coltharp,Brian Fort Worth,TX United States X Milrany,Cindy Fort Worth,TX United States X Taylor,Jeff Houston,TX United States X New,John San Antonio,TX United States X Nichols,Mike Fort Worth,TX United States X Cole,Scott Fort Worth,TX United States X Gooch,Tom Fort Worth,TX United States X Hatley,Tricia Oklahoma City,OK United States X 5 Check only if there Is NO Interested Party. 0 6 AFFIDAVIT I swear,or affirm,un er penalty of perjury,that the above disclosure is true and correct. ti °Lei SUSANNE M.JOHNSON Notary Public,State of Texas * Comm.Expires 03-19.2026 ���rFOF Notary ID 121193216-0 4 SI-natuo of#horized agent of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE Sworn to and subscribed before me,by the said Kelly J Shriver this the 18th day of December 20 17 to certify which,witness my hand and seal of office. A�L M (111 AAvn Susanne M.Johnson Notary Signature of officer administ V Ing oat Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.stateAx.us Version V1.0.3337