Loading...
HomeMy WebLinkAboutContract 38652^3TY ECF�r�,� GOIti ,SAC r CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING SERVICES This AGREEMENT is between the City of Fort Worth (the "CITY"), and I ranSystems Corporation Consultants (the "ENGINEER"), for a PROJECT generally described as: Mary's Creek Water Recycling Center Site Selection (City Protect No. 01239). Article I Scope of Services A. The Scope of Services is set forth in Attachment A. Article II Compensation A. The ENGINEER's compensation is set forth in Attachment B. Article III Terms of Payment Payments to the ENGINEER will be made as follows: A. Invoice and Payment (1) The Engineer shall provide the City sufficient documentation to reasonably substantiate the invoices. (2} The ENGINEER will issue monithly inlvoices for all work pe�'olllled unlder this AGREEMENT. Invoices are due Cl" payable within 30 days of receipt. (3) Upon completion of services enumerated in Article I, the final payment of any balance will be due within 30 days of receipt of the final invoice. (4) In the event of a disputed or contested billing, only that portion so contested will be withheld from payment, and the undisputed portion will be paid. The CITY will exercise reasonableness in contesting any bill or portion thereof. No interest will accrue on any contested portion of the billing until mutually resolved. (5) If the CITY fails to make payment in full to ENGINEER for billings contested in good faith within 60 days of the amount due, the ENGINEER may, after giving 7 days' written notice to CITY, suspend services under this AGREEMENT until paid in full, including interest. In the event of suspension of services, the ENGINEER shall have no liability to CITY for delays or damages ,caused the CITY because of such suspension of services. STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 1 of 14 -"i:V ORIGINAL Article IV Obligations of the Engineer Amendments to Article IV, if any, are included in Attachment C. A. General The ENGINEER will serve as the CITY's professional engineering representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto. B. Standard of Care The standard of care applicable to the ENGINEER's services will be the degree of skill and diligence normally employed in the State of Texas by professional engineers or consultants performing the same or similar services at the time such services are performed. C. Subsurface Investigations (1) The ENGINEER shall advise the CITY with regard to the necessity for subcontract work such as special surveys, tests, test borings, or other subsurface investigations in connection with design and engineering work to be performed hereunder. The ENGINEER shall also advise the CITY concerning the results of same. Such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise specified I n Attachment A. (2) l� � soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect the total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER. D. Preparation of Engineering Drawings The ENGINEER will provide to the CITY the original drawings of all plans in ink on reproducible plastic film sheets, or as otherwise approved by CITY, which shall become the property of the CITY. CITY may use such drawings in any manner it desires; provided, however, that the ENGINEER shall not be liable for the use of such drawings for any project other than the PROJECT described herein. STANDARD ENGINEERING AGREEMENT (REV 10/06J05) Page 2 of 14 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 on4te inspections to discover latent defects in the work or otherwise check the quality or quantity of the work on the PROJECT. If, for any reason, the ENGINEER should make an on -site observation(s), on the basis of such on -site observations, if any, the ENGINEER shall endeavor to keep the CITY informed of any deviation from the Contract Documents coming to the actual notice of ENGINEER regarding the PROJECT. (3) When professional certification of performance or characteristics of materials, systems or equipment is reasonably required to perform the services set forth in the Scope of Services, the ENGINEER shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required in the Contract Documents. F. Opinions of Probable Cost, Financial Considerations, and Schedules (1) The ENGINEER shall provide opinions of probable costs based on the current available information at the time of preparation, in accordance with Attachment A. (2) In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, the ENGINEER has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 3 of 14 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. f;. Construction Progress Payments Recommendations by the ENGINEER to the CITY for periodic construction progress payments to the construction contractor will be based on the ENGINEER's knowledge, information, and belief from selective sampling and observation that the work has progressed to the point indicated. Such recommendations do not represent that continuous or detailed examinations have been made by the ENGINEER to ascertain that the construction contractor has completed the work in exact accordance with the Contract Documents; that the final work will be acceptable in all respects; that the ENGINEER has made an examination to ascertain how or for what purpose the construction contractor has used the moneys paid; that title to any of the work, materials, or equipment has passed to the CITY free and clear of liens, claims, security interests, or encumbrances; or that there are not other matters at issue between the CITY and the construction contractor that affect the amount that should be paid. H. Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. The ENGINEER is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. I. Minority and !Aloman Business Enterprise (M/1lVBE) Participation In accord with City of Fort Worth Ordinance No. 15530, the City has goals for the participation of minority business enterprises and woman business enterprises in City contracts. Engineer acknowledges the M/WBE goal established for this contract and its commitment to meet that goal. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Engineer may result in the termination of this agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. J. Right to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of three (3) years STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 4 of 14 after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the ENGINEER involving transactions relating to this contract. ENGINEER agrees that the CITY shall have access during normal working hours to all necessary ENGINEER facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The CITY shall give ENGINEER reasonable advance notice of intended audits. (2) ENGINEER further agrees to include in all its subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subconsultant, involving transactions to the subcontract, and further, that the CITY shall have access during normal working hours to all subconsultant facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with subsection (3)hereof. CITY shall give subcon-sultant 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. 6C. ENCLNEER's Ir��urar�ce (1) Insurance coverage and limits: E�.IGINEER shall provide to the C �y certificates) of insurance documenting policies of the following coverage at minimum limits that are to be in effect prior to commencement of work on the PROJECT: Commercial General Liability $1,000,000 each occurrence $210007000 aggregate Automobile Liability $1,000,000 each accident on a combined single limit or $250,000 Property Damage $5001000 Bodily Injury per person per occurrence A commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned when said vehicle is used in the STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 5 of 14 course of the PROJECT. Worker's Compensation Coverage A: Statutory limits Coverage B: Employer's Liability $100,000 each accident $500,000 disease - policy limit $100,000 disease - each employee Professional Liability $130001000 each claim $2,000,000 aggregate Professional liability shall be written on a claims -made basis and 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) Certificates of insurance evidencing that the ENGINEER has obtained all required insurance shall be delivered to the CITY prior to ENGINEER proceeding with the PROJECT. (a) Applicable policies shall be endorsed to name the CITY an Additional Insured thereon, as its interests may appear. The term CITY shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. (b) Certificate(s) of insurance shall document that insurance coverage specified in this agreement are provided under applicable policies documented thereon. (c) Any failure on part of the CITY to request required insurance documentation shall not constitute a waiver of the insurance requirements. (d) A minimum of forty-five (45) 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. Such terms shall be endorsed onto ENGINEER's insurance policies. Notice shall be sent to the respective Department Director (by name), City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102. (e) Insurers for all policies must be authorized to do business in the State of STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 6 of 14 Texas and have a minimum rating of A: VII in the current A.M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. (f) Deductible limits, or self insured retentions, affecting insurance required herein shall be acceptable to the CITY in its sole discretion; and, in lieu of traditional insurance, any alternative coverage maintained through insurance pools or risk retention groups must be also approved. Dedicated financial resources or letters of credit may also be acceptable to the City. (g) Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. (h) The City shall be entitled, upon its request and without incurring expense, to review the ENGINEER's insurance policies including endorsements thereto and, at the CITY's discretion, the ENGINEER may be required to provide proof of insurance premium payments. (i) The Commercial General Liability insurance policy shall have no exclusions by endorsements unless the CITY approves such exclusions in writing. Q) For all lines of coverage underwritten on a claims -made basis, other than Professional Liability, the retroactive date shall be 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) The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement and all insurance required in this section, with the exception of Professional Liability, shall be written on an occurrence basis. (I) Sub consultants and subcontractors to/of the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably equivalent insurance coverage as required for the ENGINEER. When sub consultants/subcontractors maintain insurance coverage, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. L. Independent Consultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. M. Disclosure STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 7 of 14 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 e ncountered or suspected, the ENGINEER will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. (2) If asbestos or other hazardous substances are suspected, the ENGINEER will, if requested, assist the CITY in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. O. Permitting Authorities -Design Changes If permitting authorities require design changes so as to comply with published design criteria and/or current engineering practice standards which the ENGINEER should have been aware of at the time this Agreement was executed, the ENGINEER shall revise plans and specifications, as required, at its own cost and expense. However, if design changes are required due to the changes in the permitting authorities' published design criteria and/or practice standards criteria which are published after the date of this Agreement which the ENGINEER could not have been reasonably aware of, the ENGINEER shall notify the CITY of such changes and an adjustment in compensation will be made through an amendment to this AGREEMENT. Article V Obligations of the City Amendments to Article V, if any, are included in Attachment C. A. City -Furnished Data ENGINEER may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. B. Access to Facilities and Property The CITY will make its facilities accessible to the ENGINEER as required for the ENGINEER's performance of its services and will provide labor and safety equipment as required by the ENGINEER for such access. The CITY will perform, at no cost to the ENGINEER, such tests of equipment, machinery, STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 8 of 14 pipelines, and other components of the CITY's facilities as may be required in connection with the ENGINEER's services. The CITY will be responsible for all acts of the CITY's personnel. C. Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights -of -way, and access necessary for the ENGINEER's services or PROJECT construction. D. Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule in Attachment A. E. Prompt Notice The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. F. Asbestos or Hazardous Substances Release. (1) CITY acknowledges ENGINEER will perform part of the work at CITY's facilities that may contain hazardous materials, including asbestos containing materials, or conditions, and that ENGINEER had no prior role in the generation, treatment, storage, or disposition of such materials. In consideration of the associated risks that may give rise to claims by third parties or employees of City, City hereby releases ENGINEER from any damage or liability related to the presence of such materials. (2) The release required above shall not apply in the event the discharge, release or escape of hazardous substances, contaminants, or asbestos is a result of ENGINEER's negligence or if ENGINEER brings such hazardous substance, contaminant or asbestos onto the project. G. Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the provisions of Article IV.E. regarding the ENGINEER's Personnel at Construction Site, and provisions providing contractor indemnification of the CITY and the ENGINEER for contractor's negligence. STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 9 of 14 H. Contractor Claims and Third -Party Beneficiaries (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain no direct action against the ENGINEER, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the CITY will be the beneficiary of any undertaking by the ENGINEER." (2) This AGREEMENT gives no rights or benefits to anyone other than the CITY and the ENGINEER and there are no third -party beneficiaries. (3) The CITY will include in each agreement it enters into with any other entity or person regarding the PROJECT a provision that such entity or person shall have no third -party beneficiary rights under this Agreement. (4) Nothing contained in this section V.H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER. 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 replacemel �t cost value of the PROJECT. The CITY ay 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 STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 10 of 14 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 CI T Y. 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. D. Termination (1) This AGREEMENT may be terminated only by the City for convenience on 30 days' written notice. This AGREEMENT may be terminated by either the CITY or the ENGINEER for cause if either party fails substantially to perform through no fault of the other and does not commence correction of such nonperformance with 5 days of written notice and diligently complete the correction thereafter. (2) If this AGREEMENT is terminated for the convenience of the City, the ENGINEER will be paid for termination expenses as follows: a.) Cost of reproduction of partial or complete studies, plans, specifications or other forms of ENGINEER'S work product; b.) Out-of-pocket expenses for purchasing storage containers, microfilm, electronic data files, and other data storage supplies or services; STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 11 of 14 c.) The time requirements for the ENGINEER'S personnel to document the work underway at the time the CITY'S termination for convenience so that the work effort is suitable for long time storage. (3) Prior to proceeding with termination services, the ENGINEER will submit to the CITY an itemized statement of all termination expenses. The CITY'S approval will be obtained in writing prior to proceeding with termination services. E. Suspension, Delay, or Interruption to Work The CITY may suspend, delay, or interrupt the services of the ENGINEER far the convenience of the CITY. In the event of such suspension, delay, or interruption, an equitable adjustment in the PROJECT Is schedule, commitment and cost of the ENGINEER's personnel and subcontractors, and ENGINEER's compensation will be made. F. Indemnification (1) The ENGINEER agrees to indemnify and defend the CITY from any loss, cost, or expense claimed by third parties for property damage and bodily injury, including death, caused solely by the negligence or willful misconduct of the ENGINEER, its employees, officers, and subcontractors in connection with the PROJECT. (2) If the negligence or willful misconduct of both the ENGINEER and the CITY (or a person identified above for whom each is liable) is a cause of such damage or injury, the loss, cost, or expense shall be shared between the ENGINEER and the CITY in proportion to their relative degrees of negligence or willful misconduct as determined pursuant to T.C.P. & R. Code, section 33.011(Y) (Vernon Supplement 1996). 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 STANDARD ENGINEERING AGREEMENT (REV 10/O6/05) Page 12 of 14 The law of the State of Texas shall govern the validity of this AGREEMENT, its interpretation and performance, and any other claims related to it. The venue for any litigation related to this AGREEMENT shall be Tarrant County, Texas. J. Alternate Dispute Resolution (1) All claims, disputes, and other matters in question between the CITY and ENGINEER arising out of, or in connection with this Agreement or the PROJECT, or any breach of any obligation or duty of CITY or ENGINEER hereunder, will be submitted to mediation. If mediation is unsuccessful, the claim, dispute or other matter in question shall be submitted to arbitration if both parties acting reasonably agree that the amount of the dispute is likely to be less than $50,000, exclusive of attorney's fees, costs and expenses. Arbitration shall be in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association or other applicable rules of the Association then in effect. Any award rendered by the arbitrators less than $50,000, exclusive of attorney's fees, costs and expenses, will be final, judgment may be entered thereon in any court having jurisdiction, and will not be subject to appeal or modification except to the extent permitted by Sections 10 and 11 of the Federal Arbitration Act (9 U.S.C. Sections 10 and 11). (2) Any award greater than $50,000, exclusive of attorneys fees, costs and expenses, may be litigated by either party on a de novo basis. The award shall become final ninety (90) days from the date same is issued. If litigation is filed by either party within said ninety (90) day period, the award shall become null and void and shall not be used by either party for any purpose in the litigation. K. Severability and Survival If any of the provision �s contained in this AGREE�JIENT are held for a..y reason to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability will not affect any other provision, and this AGREEMENT shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. Articles V.F., VI.B., VI.D., VI.H., VI.I., and VI.J. shall survive termination of this AGREEMENT for any cause. L. Observe and Comply ENGINEER shall at all times observe and comply with all federal and State laws and regulations and with all City ordinances and regulations which in any way affect this AGREEMENT and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. ENGINEER agrees to defend, indemnify and hold harmless CITY and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 13 of 14 regulation, whether it be by itself or its employees. Article vz z Attachments, Schedules, and Signatures This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following attachments and schedules are hereby made a part of this AGREEMENT. Attachment A -Scope of Services Attachment B — Compensation Attachment C - Amendments to Standard Agreement for Engineering Services Attachment D - Project Schedule Attachment E - Location Map Executed this the day of 2009. ATTEST: Marty Hendrix City Secretary Authorization )ate As ATTEST: CITY OF FORT WORTH Fernando Costa Assistant City Manager �. Frank Crumb, Pa Director, Water Departure AND LEGALITY STANDARD ENGINEERING AGREEMENT (REV 10/06/05) Page 14 of 14 TranSystems Corporation Consultants ENGINEER By: Principal Senior Vice President EXHIBIT "A=I SUPPLEMENTAL SCOPE OF SERVICES (SUPPLEMENT TO ATTACHMENT "A") DESIGN SERVICES: SANITARY SEWER IMPROVEMENTS The following is a clarification of the tasks that the ENGINEER will perform under ATTACHMENT "A". Work under this attachment includes engineering services for water and/or sanitary sewer improvements for the following: City Project No. 001239 Marys Creek Water Recycling Center Site Selection to include: This work will include preliminary engineering related to the proposed Mary's Creek Water Recycle Center (MCWRC). This study is in response to a renewed interest by the Walsh Ranch development for reclaimed water and will augment the scope of work currently being conducted on the Regional Wastewater Treatment Plant Sites study. The project team will be headed by Transystems (TSC) and supported by Alan Plummer Associates, Inc. (APAI) and Katz & Associates (KA). The proposed effort will include a more comprehensive look at multiple sites in the Mary's Creek Basin, a 3 level evaluation process of those sites, a public involvement process and high quality 3D graphics to help communicate the project to the public and increase public understanding of the minimal impact and high benefit of the project to the community. The detailed scope of work entails the following: Scope of Work Summary Task A —Review Existing Studies and Establish Site Selection Criteria 1. Review Available Information from Studies. Identify and utilize information available from Mary's Creek Water Recycling Center (WRC) Feasibility Study (Mary's Creek Study) and the Eastern Parker County Regional Wastewater Feasibility Study (Parker County Study). Additionally, this project will be coordinated with the performance of the Regional Wastewater Treatment Plant Sites, Evaluation and Selection study (Regional WW Study). 2. Refine Service Area & Update Wastewater Flows. Confirm and/or refine Mary's Creek drainage basin (west of West Loop lW820) service area(s). This task will build upon the service area defined in the Mary's Creek Study. Consideration will be given to the estimated quantities of wastewater that could occur within the service area by the year 2060 using available population projections. Specific steps to be undertaken in this Task include the following: Rev 02/17/2009 EAl-1 a. Review service area determined by the Mary's Creek Study for the Mary's Creek watershed (to be accomplished as part of the Regional WW Study). b. Evaluate expansion of the Mary's Creek watershed to include areas downstream as far as West Loop IH-820. c. Confirm wastewater flows determined by the Mary's Creek Study for the Mary's Creek watershed (to be accomplished as part of the Regional WW Study), and estimate additional quantities from enlarged service area. d. Extend the estimated wastewater flows beyond what was previously determined through the year 2060, using available population projections. 3. Gather and Compile Additional Information in GIS Format. Maps and other information will be compiled in a GIS compatible format. This effort will in part be accomplished by the Regional WW Study, but will be expanded here to accommodate evaluation of additional sites/areas. Information needed includes the following: a. Roadways b. Rivers, streams c. Property boundaries d. FWWD collection system e. FWWD water distribution system f. TRWD pipeline g. Walsh Ranch development plans h. Murrin Ranch development plans i. Other proposed development plans j. Soil types k. Flood plains I. Power supply m. Recent aerial maps n. Land use and/or zoning o. School sites, existing and proposed (Aledo ISD, Fort Worth ISD, White Settlement ISD, private) p. Other utilities q. Gas wells and associated piping 4. Define Site Selection Criteria. Although a substantial amount of information is available from studies cited previously, additional detailed information is needed to conduct a comprehensive site selection from a larger number of potential sites. To accomplish this, a three step analysis will be conducted that allows for a thorough yet efficient process, providing more detailed analysis at each step. Selection evaluation criteria for each step: 1) Preliminary Sites, 2) Semi -Finalist Sites, and 3) Finalist Sites; will be defined. The criteria will be presented to the City for consideration and approval. It is anticipated that the criteria to be considered for each level of analysis will include the following at a minimum: a. Preliminary Sites Criteria i. Land area available. ii. Proximity to existing or initial development within the wastewater service area; so as to minimize initial collection system infrastructure investment. iii. Capability to maximize gravity service of wastewater service area. EAl-2 Rev 02/17/2009 iv. Proximity to a receiving water body for wastewater discharge. v. Proximity to community facilities, etc. (existing or proposed) that could be adversely impacted by WRC operation, etc. vi. General site condition considerations (i.e. topography, etc.). vii. Others. b. Semi -Finalist Sites Criteria (weighting factors for each will be considered) i. Proximity to TRWD Eagle Mountain Connection pipeline (for reclaimed water augmentation). ii. Proximity to existing or planned Village Creek Wastewater Treatment Plant (VCWWTP) collection system, for possible solids transport or zero discharge. iii. Proximity to potential reclaimed water customers. iv. Proximity to power supply. v. Proximity to permittable discharge site. vi. Topography of site to determine extent of grading work likely needed for construction of the facility — looking at site's contours (from USGS Quad map or other readily available sources) to determine feasibility for gravity flow between treatment units and/or relatively flat areas for large structures. vii. Environmental/Flood plain — making an initial determination of potential USACE 404 permitting, wetlands, or threatened and endangered species issues. viii. Access. ix. Isolation/buffer zones. x. Prevailing winds. xi. Mineral rights (for potential proceeds to City). xii. Proximity to existing gas wells (as possible NIMBY mitigation). xiii. Others. c. Finalist Sites Criteria — Envisioned to provide an additional level of detailed analysis on criteria initially applied previously, in the following broad categories and sub categories (weighting factors for each will be utilized) i. Potential community impacts: 1. Proximity to community facilities that could be adversely impacted. Z Isolation/buffer zone potential. 3. Prevailing winds. 4. Integration concept into surround facilities (i.e. identify compatible features — provide water for developments, etc.). 5. Proximity to existing Barnett Shale gas infrastructure. 6. Potential for use of site for other municipal or public services or amenities. ii. Infrastructure impacts: 1. Collection system — degree of gravity service and initial and phased development. Z Eagle Mountain Connection tie-in. 3. Reclaimed water distribution complexity and initial and phased development. Rev 02/17/2009 EAl-3 4. VCWWTP collection system tie-in. 5. Power connection complexity. 6. Surface road access. iii. Site impacts: 1. Discharge permitting concerns and distance from site to discharge point. 2. USACE 404 permitting impact. 3. Existing wetlands. 4. Threatened and endangered species impact. iv. Cost impacts, based upon relative comparison between the finalist sites on the following specific costs: 1. Required treatment units. 2. Architectural enhancements. 3. Odor control. 4. Land cost (based upon cost developed in the Regional WW Study). 5. Power supply. 6. Collection system. 7. Reclaimed water distribution system. 8. Connection costs to Eagle Mountain Connection and VCWWTP collection system. Task B —Perform Mary's Creek Site Selection 1. Preliminary Sites. Select potential sites within the Mary's Creek watershed giving consideration to Preliminary Site Criteria. Consultant will prepare mapping and assemble information to perform the analysis, and make initial determination of all possible sites and the best up to 6 sites. A workshop will be conducted with Water Department personnel to review the mapping and information, discuss site location criteria, review the possible sites, and to reach consensus for the best up to 6 sites for further, more detailed evaluation. This workshop is planned to be part of the project Kickoff Meeting. The workshop will include large maps and live GIS capability to assist in the process. One of those sites is presumed to be the site previously defined in the Mary's Creek Study, which has already undergone evaluation per the Potential Site Criteria. 2. Semi -Finalist Sites. Evaluate the 6 semi-finalist sites and select up to 3 sites for more detailed evaluation using Semi -Finalist Site Criteria. Consultant will conduct an initial evaluation and determination of the best up to 3 sites. A workshop will be conducted with Water Department personnel to review the mapping and information, discuss site location criteria, review the preliminary sites, and to reach consensus for the best up to 3 sites for further, more detailed evaluation. This workshop is planned to be held in TranSystems or APAI's office. The workshop will include large maps and live GIS capability to assist in the process. The Regional WW Study provides for evaluation of one site in the Mary's Creek watershed to a certain level, which is further enhanced by this task. 3. Finalist Sites. The ranking of up to 3 finalist sites identified in the earlier task will be evaluated using the Finalist Site Criteria. Consultant will conduct an initial EAl-4 Rev 02/17/2009 evaluation and determination of the best site. A workshop will be conducted with Water Department personnel to review the mapping and information, discuss site location criteria, review the semi-finalist sites, and to reach consensus for a ranking of the 3 best sites. This workshop is planned to be held in APAI's office. The workshop will include large maps and live GIS capability to assist in the process. Again, the Regional WW Study provides for evaluation of 1 site in the Mary's Creek watershed to a certain level, which is further enhanced by this task. The final evaluation on the selected site will further consider the evaluation conducted in the previous task, plus consider the following items: a. Layout of proposed plant unit processes on the specific site. b. Layout of necessary raw sewage, effluent, reuse, sludge, and TRWD raw water makeup piping and/or pumping. c. Development of opinions of probable construction costs for the treatment facilities and piping/pumping infrastructure. Consultant will consider and utilize input on finalist site selection criteria as prepared by the public committee in Task H. Task C —Determine Most Feasible Clear Fork Basin Site Most feasible Clear Fork Basin site will be as determined by the Regional WW Study. Task D -Prepare Final Report A report documenting the site evaluations and site selection will be drafted. This report will be a separate document from the memorandum provided for in the Regional WW Study, but will contain some of the same information. Five copies of a draft report will be presented to the FWWD for review and comment. A meeting will be held to discuss the City's review comments and to mutually agree on the best site. Ten copies of the final report will be submitted, including a recommendation on the best site(s) for a treatment facility in the Mary's Creek Basin and / or the Clear Fork Basin. The report will be a stand alone document. Task E -Progress Meetings Progress for this project will generally be reported on during Progress Meetings held for the Regional WW Study. It is anticipated that one additional meeting will be required. Task F —Develop Probable Future Land Value Utilize the results of the market research to be performed by the Regional WW Study to establish a probable land value for the final selected site. Perform an evaluation to determine the probable future value of the site based on land values for areas that has undergone development in southwest Fort Worth in a similar manner that the subject EAl-5 Rev 02/17/2009 property has the potential to be developed. a. This study will be performed on one site (final site) b. Site inspection will be performed c. Incorporate land uses into market analysis d. Prepare report. Task G —Identify Potential Land Use Prepare a development scenario site plan (preferred site) that will illustrate how community service and/or recreational facilities could potentially share the selected site with a water recycling center. This scenario will also include a memorandum that will discuss the benefits that a multiuse site could have on the community and City. Task H —Public Involvement Provide services of a Public Involvement professional to provide a public involvement process to assist in the site selection. This public involvement process would consist of the following tasks: a. Assemble public committee. Consultant will provide strategic counsel for committee development, assist in identifying committee members, and attend strategic planning sessions for planning the responsibilities of the committee. Consultant will assist in recruitment of committee members. Consultant will develop principles of participation and draft a working group (public committee and FWWD staff and consultant members) mission statement. Consultant will outline committee member binder components and work with FWWD staff for development of upfront materials. b. Meeting planning and facilitation. Consultant will review and prepare for 8 meetings. These are envisioned to be the two meetings in the previous task, and six meetings with the committee. Consultant will facilitate meetings, and provide debriefing and minutes. These proposed committee meetings and the topics they are envisioned to cover are as follows: i. Meeting 1 — Introductions, establish/confirm rules of engagement. Review background of project, purpose and need for project and present examples where similar projects have been implemented. ii. Meeting 3 — Tour of similar facility, committee bonding. iii. Meeting 4 — Focus on technical issues, and discuss specifics of sites including foot prints and components. iv. Meeting 5 — Exercise to conduct committee's agreed upon role in decision making. This will be determined in Task a and confirmed in the first committee meeting above. It may be that this would be an exercise to put weights on the finalist site criteria. This meeting would occur either prior to or as part of the finalist site selection workshop. v. Meeting 6 — Final meeting, where the recommendation will be endorsed by committee. c. Meeting support and coordination. Consultant will provide guidance to FWWD for logistical support of meetings. EA1-6 Rev 02/17/2009 d. Review meeting minutes and work products. Consultant will prepare, finalize, and distribute meeting minutes. A final report will also be prepared and distributed. Task I —Public Outreach Assistance 1. Prepare architectural animations of proposed faces. a. A design visualization video will be developed (on the selected site) utilizing 3D modeling and animation software to: i. Develop context information (macro perspective of region)including but not limited to: 1. Ft. Worth overview and growth 2. Development trends in west Ft. Worth 3. Properties now being considered for development 4. Demographic projections 5. Information on selected site ( boundary, access, topographic features, etc) ii. Illustrate a traditional wastewater treatment plant (WVVTP) located on the site. iii. Morph the traditional WWTP into a high tech "state of the art" WWTF iv. Illustrate the multi -use site plan and surrounding facilities. These surrounding facilities will be animated at a low level of detail. v. Develop a fly -around style animation which will show the multk use development, as well as their relationship to the existing surrounding area. vi. The video will utilize City supplied aerial photography and ground -level photographs to simulate aspects of geographic site location and relationship to the current state of development, and potential future population and infrastructure growth in the area. vii. State of the art LEED design techniques will be explored and illustrated in the video using computer graphic modeling to show how the facility can be a positive, rather than negative influence to the surrounding area. viii. The video will include a narrated voice-over recording and background music, and will be delivered on CD-ROM in a computer file format which may be played on any standard computer system. Estimated running time is 5 to 7 minutes. b. Prepare Opinions of Probable cost for Architectural related construction c. Attend and participate in City's meetings with land owners, estimated at three (3). 2. Provide exhibits and project information to support of City Staff in preparing for presentations to City Council, or in preparation for meetings with property owners. EAl-7 Rev 02/17/2009 Task J — Stakeholder Meetings 1. Provide Catering and meeting facilities for five dinner meetings with approximately 35 stakeholders in attendance 2. Provide transportation (via charter bus) for one field trip 3. Provide audio/visual equipment for 5 meetings 4. Provide thank you gifts to approx. 12 community volunteers EA1-8 Rev 02/17/2009 ATTACHMENT "0 COMPENSATION AND SCHEDULE Design Services for Mary's Creek Water Recycling Center Site Selection City Project No. 001239 Compensation A. The ENGINEER shall be compensated a total lump sum fee of $247,407.00 as summarized in Exhibit "13-3" Payment of the total lump sum fee shall be considered full compensation for the services described in Attachment A, Exhibit "A-1" for all labor materials, supplies, and equipment necessary to complete the project. B. The ENGINEER shall be paid monthly payments as described in Exhibit "B-1" Section 1 - Method of Payment. Each invoice is to be verified as to its accuracy and compliance with the terms of this contract by an officer of the ENGINEER. I1. Schedule Route Studies and Public Involvement shall be completed within 220 calendar days after the "Notice to Proceed" letter is issued. Rev 02-10-09 B-1 EXHIBIT "B-1" METHOD OF PAYMENT (Supplement to Attachment B) Design Services for Mary's Creek Water Recycling Center Site Selection City Project No. 001239 Method of Payment Partial payment shall be made to the ENGINEER monthly upon City's approval of an invoice from the ENGINEER outlining the estimated current percent complete of the total project. The aggregate of such monthly partial fee payments shall not exceed the following: Until satisfactory completion of analysis of Preliminary Sites a sum not to exceed 30 percent of the total lump sum fee. Until satisfactory completion of Semi -Finalist Sites and related public meetings, a sum not to exceed 60 percent of the total lump sum fee, less previous payments. Until satisfactory completion of Finalist Sites, remaining Public Involvement and 3D modeling, a sum not to exceed 90 percent of the total lump sum fee, less previous payments. The balance of the earnings, less previous payments, shall be payable upon delivery of final report Progress Reports The ENGINEER shall submit to the designated representative of the Water Department monthly progress reports covering all phases of design in the format required by the City. Rev 02-10-09 61-1 EXHIBIT "13-2" HOURLY RATE SCHEDULE (Supplement to Attachment B) Design Services for Mary's Creek Water Recycling Center Site Selection City Project No. 001239 2009 Standard Hourly Rate Schedule Employee Classification Rate/Hour (Range) Principal Engineer $ 210 /hour Project Manager /Planner $ 170/ hour R.P.L.S. $ 114/ hour R.P.L.S. (Principal) $ 126/ hour Design Engineer $ 95- $150/ hour Designer /CAD Operator $ 60- $115/ hour Survey Technician $ 75/ hour Clerical $ 45/ hour 3 man Survey Crew $ 150/hour 2 man Survey Crew $ 110/ hour Reproduction work will be at current commercial rate. Subcontractors will be paid for at actual invoice cost plus 10%. Rev 02-10-09 EXHIBIT "B-3A" (Supplement to Attachment B) Design Services for Mary's Creek Water Recycling Center Site Selection City Project No. 001239 SUMMARY OF TOTAL PROJECT FEES Consulting Firm Prime Responsibility Amount % Prime Consultant. I , TranSystems Site Planning, Renderings, 11 74,763425 1, 30.2 Real Estate market I studies, Cost Estimating Proposed M/W BE Sub -Consultants Amount % i Tower PPS Catering and Event 13,518,75 5.5 Planning j Paramount Valuation Appraisals 41000 1.6 Services Evans Graphics* Printing 51000 2 I Netplay promotions Promotional items i � 11000 .4 r i i Non-M/WBE CConsultants. Alan Plummer Site Location Studies 80,850 3207 Associates Katz Associates Public Involvement 68,275 27.6 NONE I Project Description Scope of Services Total Fee MWBE Fee Percent Site Selection Study Engineering/Public Involvement $247,407.00 $23,518.75 10% City M/WBE Goal = 10% *2"d Tier MBE through Alan Plummer and Associates Rev 02-10-09 83-1 EXHIBIT "B-3B" (Supplement to Attachment B) Design Services for Mary's Creek Water Recycling Center Site Selection City Project No. 001239 PROFESSIONAL SERVICES FEE SUMMARY Engineering Services Sanitary Sewer Improvements $0.00 Sewer: Basic Services Total $ 0.00 Special Services: Water Department: Site Selection Study $80,850.00 Public Involvement $68,275.00 3D Modeling $29,500,00 Real Estate Market Study $171000.00 Cost Estimates $59500.00 Site Planning $5,500,00 Catering/Event Planning $131518.75 Printing $5,000000 Appraisal Services $4,000.00 Volunteer Promotional items $1,000000 Administrative (10%) Fee on M/WBE firms $17,263.25 Special Services Sewer Subtotal $247,407.00 TOTAL PROJECT FEE $247,407.00 Rev 02-10-09 B3-2 EXHIBIT "B-30" (Supplement to Attachment B) Design Services for Mary's Creek Water Recycling Center Site Selection City Project No. 001239 SUMMARY OF TOTAL FEE AND BREAKDOWN OF DESIGN FEE (LESS SURVEY FEE) A. SUMMARY OF TOTAL FEE Service Description Water Sewer Paving Total Engineering Services $0 $0 $0 $0 Special Services ' Surveying Services $0 $0 $247,407.00 $0 $0 $0 $2479407.001 $0 l F Total $ $247,407.00 $0 $2471407.00 j B. BREAKDOWN OF SEWER FEES (LESS SURVEY FEES) Total Sewer Fee (less survey fee) Breakdown by Concept Preliminary and Final Design a. Preliminary Sites (30%) _ (Total Sewer Fee —Sewer Survey Fee) x (0.3)=$ 74,222.10 b. Finalist Sites (60%) _ (Total Sewer Fee — Sewer Survey Fee) x (0.6)= $148,444.20 c. Final Report(10%) _(Total Sewer Fee — Sewer Survey Fee) x (0.1)= $24,740070 Rev 02-10-09 B3-3 EXHIBIT "B-3C" (Supplement to Attachment B) Design Services for Mary's Creek Water Recycling Center Site Selection City Project No. 001239 FEES FOR SURVEYING SERVICES Surveying Services: Paving: <Describe survey scope and limits> Topographic Surveys: ( LF x $ _ $0 Water: <Describe survey scope and limits> Topographic Surveys: ( LF x $ _ $0 Sanitary Sewer: <Describe survey scope and limas> Topographic Surveys: ( LF x $ _ $0 Total Water Dept $0 T&PW and Water Department Total for Surveying Services: $ 0 Rev 02-10-09 EXHIBIT "B-4" OPINION OF PROBABLE CONSTRUCTION COSTS (Supplement to Attachment B) Design Services for Mary's Creek Water Recycling Center Site Selection City Project No. 001239 Printing &Reproduction: Water Department; Conceptual Report: 10 sets of Report Preliminary Report: 30 sets of Report Final Report: FEE FOR REPRODUCTION SERVICES $0.3625 /pg. X 75 pages/report x 10 $0.3625 /pg. X 100 pages/report x 30 $ 1,087.50 30 sets of Report $0.3625 /pg. X 125 pages/report x 30 $ 1,359.38 Public Involvement Committee Handouts: 30 sets of Handouts $0,3625 /pg. X 25 pages/report x 30 x 5 meetings $ 1,359.38 Mounted Exhibits for Public Meetings 5 Exhibits Printing &Reproduction Subtotal Rev 02-10-09 $38.80/Board x 5 each x 5 meetings Not Applicable $ 970.00 $ 5,048.13 Exhibit B-5 CIty of Fort Worth Mary's Creek Water Recycling Center City Project No, 001239 TranSystems Corporation Consultants Design Services WORK TASK DESCRIPTION S ecial Services F 113eveop Probable Future land Value Site Inspections Ma 'et Research Land Valuation Services Report G Identify Potential Land Use Develeop 1 site plan scenario I a 3D Modeling Develop Context Illustrate Traditional WWTP Morp Traditional into Stale of the Art° Illustrate Multi -Use site plan b Develop fly around style animation Model LEED design techni ues Develop video Prepare 0 iinons of Probable Cost Architectural c Attend meetings 3 J Stakeholder Mt s Catering and Event Plannin Promotioanl items 10% Subconsultant Fee Breakout Trans stems Paramount Tnwpt Net al Total Labor Flours Total LaborAmount Code 46 201 98 0 120 30 90 11 596 -: S 77,085 100.0% Total Amounts by Labor Category E 91660 S 35,175 !. $ 11,760 ?. E - : S 10,800 5 2,550 S S,SBO S 1,540 S 77,065 Labor Category Percent of Total Labor 12.5% 45.6% 15.3% 0.0% 14.0% 3.3% 7.2% 2.0% 100.0% TOTAL EXPENSES (see breakdown below) Total Subconsultants S S 81785 Total Reimbursables $ 81785 Total Expenses $ 85,850 co nnrn rnrAt _ Description Budget (33) m x p - t aa) RA L ba tory An Iysis (5 1 OB 3 - _ - RH F§ston al € $ i O8 $ - RM .Employee Mileage Is 200 , 1.08 $ 275 RP Purchased Services ; S 1,000 7.08. 5 1,075 RR $ 5,000 108, $ 5375 ,Reproduction ftS Stupping Delivery, Postage ; $ 500 1.08. $ 538 RT 'Travel,Meals, Lodging _ 5 __. 100 708 S 108 RU Telecommunications ; $ _ 400 + _ 7 00 .,5 400 R2 TOTAL REIMBURSABLE EXPENSES 'E: 8,200.5 -.8178$ C d U m M U L C N C C L) o vi n C Tp d m N o N C Z U O d v N LL y ui O p Q U U U Y N o o p 0 N o p mpn. N CO In O p N T Ot 0 . N M I p r W p �� 00 N � 0 64 � N� V)69 N is 0 L% O p O *59 p )po f9 N N to% O to r N 64i inp 6s VZ �. H: try �t 0 CIL w; 0 0 0 o o )n. aN0 I� r �"� M N N N In N N 69t09� Vif.0) L. a� M b9 O O R'< U J; m 10-- cn NO ob ap c0 �� vN N. Lo m M V O <: 2 1'. O C) O o In N M L !N Opp N N N� m W YN9. M r N e'. M (O tp w Op h 9 VJ � C\j � � � - N O y o U m YT •U 4t � � m CW) � C\j *;t to R N. � e um 2 S U « « w C r o> « W « O) .0 N m L v C rsl O O aCO to to o m aLi c Opm n c w m Eo m a n°mG co NO O O p E •EmyNn a' "0 CL w a o a E`'myLm E `= w a) o w c •� o0 0 3 Q N _ o c c N a L) z 3 N w C w N w O N 'LC > .° m rn O a o M .N.. N Y L 0 O O a Y a s o m m U a O. L N T m O `p 0 C N E E C d' L C a U C E 3 LLO m N O m O) C o m s •- a c N E c o w o a .° . E 3 m 61 w 0 u E a (D (D 0 E a a) m E CL° o m w o n a E o c '(9 L L ` C u N C a E N N O.'C CL m O L L m 7 C m N N U a T E O N E r c 0. m o pv c c ° c �u� c v m n m M m y o o rn c v> c m o (D a 0) N> N o O> E in Q m a° .0 E E T E t4 _ n 0 OE U :oN 0 C O a)mm c.0o Y °cc) � w � m > L N T V O 'O �. O N> m O m E a Ln y m T E c c. o m m m CL 3 m O wo U a) O L M2 —_ C 0) Q > T o N 3 CL t0 C N m N c �^ c rn 3 °, > N o T L o Q t m a) N m C O m c -_ Nf 0 C N d O. O N C `m 3 D_ Y 0 °' s Q n.= m o c g m m E m o' q = E O L _ a a c a w O m N 7 m C M 3 Y j N Y L N u! L O O V) E y 0 a) E yC-., a O v Q °- rn w O 3 E '" o M c c 5 0 ° a c U a) vi = w d a m E a) C C a G C m> m O N m N fa O 'E vi E Q o E rn m E v c E w G w l c°i a gw $ °Ea)o a) rn 30oa)m v U c m f t6 m e m m a) O a) Y m a) E m o c( rn o m C o•L c w 0) oc o Q E. w z Q o 0 E N�° Q Nm ac:a) a v c a a N E 3 m 41 O w .n C c> O C> a m 0 m .� o c c s E m m 3 m U) E m o= E ma)>03�_ c a o CDaom 4) a' oaso �> U) an d °` O E E a L 0— E 0_c C n. C d N C 7 E—� Q 0 C d. E m O C N O m '- m o a �, 3 '3 u u N E— u) Y E a F-, v c E m w c c 3 c a o c a c m m c a`) c 3 N a o E y '� c p 3• n.._ d L' c a) C a o- — a) o o > 0 a) W) 0 a5 a E a N m aa)) am) am) a) o O d) $Co Co SO �i Esc E � o E N �� Ew aL ;U LL r� C O U W (3.) c CO M � N N .� (L) O t Uvi CD _o LL E a U � v Z N � C Cl O i O N - +� U a a) � c� U)LN ca E um O O o 0 o cn to o CD O Vn CD CD O o o r ti o 0 o r 0 0 0 Sri Lo m 00 0 0 000 w o o in co .- CD cm O (m O O CV LO 00 r- UM) O O O LO LO co CV CD N M r' 1A Ct M a- N 64 EA 69 69 09- � Ki to � to)-60- y d V c ,Z w oCa y O ER C O CL �t s� (aw ,� CI a � Q R y O _V C O CD R W LO CL CD L ch O i d N C CD d E i c� N =' O O a (n OLO O co LJ.. wo y O � m O Q � � o a R R S O U) o Oc O , m O y OLo CD't i O. _ N d E c t C Z O a a o CD U) y 00 Z 3 a aRi CD a E c C y L y N C N R lu V E a.CL £ o rn � a - mi c `- � m y R w j O .G y h �.. C W m N 3+ y it c f0 c� ti a H H c� a`hmmIll U H C o � � O G O � � C o ti ti W 00 00 oo m o cn Ul) 00 N 0 o cn cn o � N Pia f{3 C d E d rn R C R I— ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT AND ATTACHMENT A Design Services for Marys Creek Water Recycling Center Site Selection City Project No. 001239 List any changes to the Standard Agreement and Attachment A: None Rev 02-10-09 EQ d o Z- _ - -------------- ------ N ^ ILI0 _o y o o � - U � - � n = o - - N � M - d NO men d = m M =_ N N - W �\ j m Q m __— .__________ ___.__ _..__._. O_____._..-___._._-_ r m d c r� o N N d N r J m N_ a Ll e � � J N w d N N p� d r0 Y a - n rn F O — m N ¢ -C T Co o .......... teem ........... emu ................... we" ......... "We ......m.e.........................,....,....,.......,,.,...............,,.......,...,... m E d m E o N = C o > @ o m m m m m m m rn m m m m K w a w d' o 0 0 0 0 0 0 0 0 0 0 0 o rn o m v v m v d co N Y Z tmum N un,IIIM IO � Iten � a � = O3Mr-I w d d DEI N m N d d d d/ ~ 3 3 3 3 3 3 3 3 QUvd m m m m m m m m m m m U 0 0 0 0 0 0 0 0 0 m m m N rn m m m 1!1 = fp � A. To � aO o '- N N N M _ N N h h n M N N w W Ima J O N LL w w LL M H a IL LL LL d Imm F d 0 N N A A F- N CO A fQ q A A l0 A N D D D D D D V D D D D D O V N O O O V V N O N D D D j m w n tp N N ITN pp E N p vm � � E d d 0 0 0 N K K g d kc _ V c o_ - ri - d - d - N - N N a o m - a u w d new 9 Y OI N d H N D N O_ O U — O Q d :: h 10 u O v y in m M w n rn le, menLL d O E N N LL new E 0 Z v v d > 3 R g Q Y d d « NImm mom N y y N n N O d d N Z u 4 a a p a- •� a �- 0 U F 41 N d O �o d N ) C U w ap � TRWD RAW WATER PIPELINE Q MARYS CREEK WATERSHED - CITY OF FORT WORTH 7,000 39600 0 LOCATI®N MAP Design Services for Mary's Creek Water Recycling Center Site Selection City Project No. 001239 7,000 Feet Mary's Creek Drainage Basin " c (project location) r.� I 0 WORT Rev 02-10-09 Page 1 of 2 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 2/24/2009 ,. T ._ _. - - - - _ _ __ _- _ ._ _ �-. _ � � �_ _ _ -- _. - - , DATE: Tuesday, February 24, 2009 REFERENCE NO.: C-23367 LOG NAME: 60MARYS CREEK RECYCLING SUBJECT: Authorize Engineering Agreement in the Amount of $247,407.00 with TranSystems Corporation Consultants for Mary's Creek Water Recycling Center Site Selection RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute an engineering agreement with TranSystems Corporation Consultants for site selection of a water recycling center within Mary's Creek drainage basin west of Loop 820 West in the amount of $247,407.00. DISCUSSION: On August 12, 2003, (M&C C-19703) the City Council authorized the City Manager to execute an engineering agreement with TranSystems Corporation Consultants (Engineer) to design sanitary sewer extensions to serve Walsh Ranch developments. In addition, the Engineer performed studies to determine the feasibility of a water recycling facility in Mary's Creek drainage basin. On May 10, 2005, (M&C C-20721) the City Council authorized the City Manager to execute an engineering agreement with Alan Plummer Associates, Inc., for the Water Reuse Priority and Implementation Plan. The plan recommends four direct, non -potable reclaimed water projects, including one located within Mary's Creek drainage basin that can be implemented to serve the City of Fort Worth and surrounding communities. The engineering services to be performed under this agreement consist of conducting a comprehensive site selection for a water recycling facility in Mary's Creek drainage basin. Public involvement will be an integral part of the site selection process. The Engineer will assist in determining fair market land value and prepare a report to identify other potential uses of the site to provide additional community services. Furthermore, the Engineer will produce communication materials and provide assistance for public outreach assistance. In addition to the cost of the engineering agreement, $5,000.00 is budgeted for design management and review. TranSystems Corporation Consultants is in compliance with the City's M/WBE Ordinance by committing to 10 percent M/1NBE participation. The City's goal on this project is 10 percent. This project is located in COUNCIL DISTRICT 3 and MAPSCO 71 and 72. FISCAL INFORMATION / CERTIFICATI.ON: - - The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Sewer Capital Projects Fund. FUND CENTERS: TO Fund/Account/Centers FROM_ Fund/Account/Centers http://apps.efwnet.org/ecouncil/printmc.asp?id=11 [33&print=true&Doc"Cype=Print 3/24/2009 Page 2 of 2 CERTIFICATIONS: Submitted for City_Manager's Office by; O_rc,�mating Department Head_ Additional Information Contact: ATTACHMENT_$ 1. 60Marys Creek FAR.pdf (CFW Internal) 2. 60MARYS CREEK MWBE,pdf (CFW Internal) 3. 60MarysCr_eekMAP.pdf (Public) 4. P27_5_ unspecified.doc (CFW Internal) P275 531200 703290123920 P275.531200 7032_90123960 Fernando Costa (6122) Frank Crumb (8207) John Kasavich (8480) �79 132.00 �68 275.00 http://apps.cfwnet.org/ecouncil/printmc.asp?id=11133&print=true&DocType=Print 3/24/2009 E 1 CO -®TM CERTIFICATE E OF LIABILITY INSURANCE 10/I5//18/2018/20/2009 DATD/YYYY) (19 PRODUCER Lockton Companies, LLC-I Kansas City THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION 444 W. 47th Street, Suite 900 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Kansas City NIO 64I 12-1906 ALTER THE COVERAGE AFFORDED SY THE POLICIES BELOW. (816) 960-9000 INSURERS AFFORDING COVERAGE NAIC # INSURED TRANSYSTENIS CORPORATION CONSULTANTS INSURER A ZURICH AMERICAN (O.P.,KS) #16535 1000119 500 W 7TH ST., STE. 1100 INSURER B: FORT WORTH TX 76102-4703 INSURER C. INSURER D: INSURER E THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING COVERAGES TRASI01 PNI INSURERS) AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER. THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR A OD' NSR TYPE OF INSURANCE GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY POLICY NUMBER GL03707153 DATEIMMPOLICY FDDNYE 10/1/2008 POLICY DATE MM/ODNY) 10/1/2009 LIMITS EACH OCCURRENCE S I,OOQ000 DAMAGE (RENTED PREMISES Eaocarence) $ I,0001000 CLAIMS MADE a OCCUR MED EXP (Any one person) $ 55000 X SEVERABILITY PERSONAL & ADV INJURY $ 110007000 X CLAUSE GENERALAGGREGATE S 27000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,0001000 POLICY M jERa LOC A AUTOMOBILE LIABILITY X ANYAUTO BA133707150 10/1/2008 10/1/2009 COMBINED SINGLE LIMIT (Ea accident) S 14000,000 ALL OWNED AUTOS BODILY INJURY (Per person) $ XXXXXXX SCHEDULED AUTOS X HIRED AUTOS X NON -OWNED AUTOS BODILY INJURY (Per accident) S XXXXXXX PROPERTY DAMAGE (Per accident) S XXXXXXX GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ _ XXXXXXX ANY AUTO NOT APPLICABLE OTHER THAN EA ACC S XXXXXXX AUTO ONLY: AGG S XXXXXXX EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE s XXXXXXX OCCUR u CLAIMS MADE NOT APPLICABLE AGGREGATE $ XXXXXXX _ $ XXXXXXX Q UMBRELLA DEDUCTIBLE FORM $ XXXXXXX A RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY WC3707150 10/I/,.008 10/I/�009 2 TH X TORY IMITS OER $ XXXXXXX E.L. EACH ACCIDENT $ 5001000 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? NO It as, describe under SPECIAL PROVISIONS below E.L. DISEASE - EA EMPLOYE S 500,000 E.L. DISEASE -POLICY LIMIT 5 500,000 OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS RENIARY'S CREEK WATER RECYCLING CEN"1"F.R SI"FE SELECTION (CFF)IPROJECT NO 01239) GATE HOLDER 10545292 C111' OP f 0R"T \VOR"I'H 100(i TIiROCKNIORTON FOR F wol:Tll Tx 76102 CANCELLA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL I tdPO SE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. TIVE ACORD 25 (2001/08) For questionsrogardinylhiscertificato,contactthenumberlistedinlhe'ProJucer'sectIon above and specifytheclieilcode'�sYOP• ©ACORD CORPORATION 1988 ACOR®TM CERTIFICATE OF LIABILITY INSURANCE 10/1/2009 DAT)/18/2009YYY) PRODUCER Lockton Companies, LLC-I Kansas City THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION 44d W. 47th Street, Suite 900 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Kansas City MO 64112-1906 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. (816)960-9000 INSURERS AFFORDING COVERAGE NAIC # INSURED TRANSYSTENIS CORPORATION CONSULTANTS INSURER A: ZURICH AMERICAN INS. CO. (CHICAGO) 1047806 500 W 7T1 I ST , STE. 1100 INSURER B: FORT WORTH TX 76102-4703 INSURER C. INSURER D: INSURER E: _!ABOVE CA RRI E" THIS OF INSURANCE DOES COVERAGES TRASY01 PM NSURERS),ICATE AUTHORIZED REPRESENTATIIETOR PRODUCER AND THE CERTIFFICONSTITUTE A CONTRACT CATE HOLDER,EN THE ISSUING THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDT POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR NSR TYPE OF INSURANCE DATE MMIDD/YY DATE MM/DO/YY GENERAL LIABILITY EACH OCCURRENCE S XXXXXXX DAMAGE TO RENTED COMMERCIAL GENERAL LIABILITY NOT APPLICABLE PREMISES Ea occ rence S XXXXXXX CLAIMS MADE a OCCUR MED EXP (Any one person) $ XXXXXXX PERSONAL & ADV INJURY $ XXXXXXX GENERAL AGGREGATE $ XXXXXXX GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ XXXXXXX POLICY jERa LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT ANY AUTO NOT APPLICABLE (Ea accident) S XXXXXXX ALL OWNED AUTOS BODILY INJURY $ XXXXXXX SCHEDULED AUTOS HIRED AUTOS BODILY INJURY (Per accident) S XXXXXXX NON -OWNED AUTOS PROPERTY DAMAGE $ XXXXXXX (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT 5 XXXXXXX ANYAUTO NOT APPLICABLE OTHER THAN EA ACC $ XXXXXXX AUTO ONLY: AGG $ XXXXXXX EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE S XXXXXXX OCCUR O CLAIMS MADE NOT APPLICABLE AGGREGATE S XXXXXXX $ XXXXXXX a UMBRELLA $ XXXXXXX DEDUCTIBLE FORM RETENTION $ $ XXXXXXX WC STATU- OTH- WORKERS COMPENSATION AND rNOTAPPLIC:ABLE TORY LIMITS ER EMPLOYERS' LIABILITY E.L. EACH ACCIDENT S XXXXXXX ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICERiMEMBEREXCLUDED? E.LDISEASE- EAEMPLOYEE S XXXXXXX It as, describe under SPECIAL PROVISIONS below E.L. DISEASE - POUCY LIMIT 5 XXXXXXX A OTHER EOC 9139550 10/1/2008 10/1/2009 S110001000 EACH CL INI/ PROFESSIONAL $2,000,000 ANNUAL AGGREGATE LIABILITY FOR ALL PROJECTS. DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS RE. N4ARY'S CREEK WATER RECYCLING CENTER SITE SELECTION (CITY PROJECT NO. 01239). CERTIFICATE HOLDER CANCELLATION 10545291 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION CITY OF FORT WORTH DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN 1000 1111ROCKNIORTON NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL FORT WORTH I X 76102 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. ACORD 25 (2001/08) For questions regarding th's cortificate, contact the numbor listed in lhe'Producer' section above and specify the clie&Fode ii!'Asyor. ©ACORD CORPORATION 1988 r AR-0000I Page I of 2 _ Fund Appropriation Requests * General Project Number: 01239 Project Name: Mary's Creek Water Recycling WTP Title: FAR for Mary's Creek Creator: John Kasavich Status: Pending Create Date: 01J0912009 03:51 PM Local (GMT-6) Record Number: FAR-00001 Target Completion Date: Amount Requested: 252,407,00 Effective Date: Fund Appropriation Request Type: Internal FAR Data Type Code: 2 Remarks: Explanation: Comments: FAR includes consultants total of $247,407 for site selection and public involvement. Also included funding for work phase 20 for City staff. -. _ F .. _--J-ournal Vio..ucherinformation. _ _ .. _. _ _.._ .. _ .. - ---- - - - - -- - - ----- ---- -- - -- -- - - - - - - M&C Required?: Yes Journal Voucher Required?: No M&C Number: Description 3 (Journal Voucher No.): M&C Date: tiN Task Details From: John Kasavich Task Due Date: Not Applicable Task Notes (0) To: Ben Carson Task Status: View Only Cc: Viral Shah Sent For: 2 Review Workflow Progress _ Ste Name �signee _ Company - Status Action Completion Date 1 Creation John Kasavich CFW Completed Send 01/09/2009 03:51 PM Local (GMT-6) Review Viral Shah CFW View Only Review Ben Carson CFW Not Started 3 Revision Funding Review SD Director Approval ACM Approval Appropriation Processing End ' Line Item 3 Item(s) Short -- No' 1FBS Code Funding FAC ( scnption Eescription 2 WBS Code i Total Amount WBS FAC Original FA( iDe-----�-----i-- - --- BONDS-SEWERCP- A -SEWER- j SEWER- ( 003 SEWERPROJ-P275- P275485108- Work Phase SEWERPROJ-29- 5,000.00 P275-511010- 13-70-485108- 701139990100 20 City Staff 20-70-511010- 703290123920 P275 701139990100 BONDS-SEWERCP- A -SEWER- SEWER- Work Phase SEWERPROJ-P275- P275-485108- 60 SEWERPROJ-29- P275-531200- 13-70-485108- i 002 68,275,00 701139990100 Consultant 60-70-531200- 703290123960 I P275 701139990100 BONDS-SEWERCP- Imps://u25.skire.com/bphifar/log/open.pdPprintable=2&sire= I000000&page= l &srcid=13499&model=uf... 1 /9/2009 FAR-00001 Page 2 of 2 SEWER- `- 1 001 SEWERPROJ-P275- 1340485108- 701139990100 Attachments (0) P275485108- 20 Work Phase 701139990100 Consultant Linked Records(0) A-SEWER- SEWERPROJ-29- 179,132,00 P275-531200- 20-70-531200- 703290123920 P275 Linked uMaiis (0) Total Amount: 5 252,407.00 hops://u25.skire.com/bp/afar/log/open.pdf?printable=2Rsize=1000000&page= l &srcid=13499&model=uf... 1 /9/2009 PMP-00002 Page 1 of 2 _ PMP Request + #21 General ProjecfManagemeniPlan Information_.__- ___ ___._ Project Number: 01239 Project Name: Mary's Creek Water Recycling WTP Record Number: PMP-00002 Title: Mary's Creek PMP-2 Program Manager: John Kasavich Project Manager Name: John Kasavich Selected Consultant: Creator: John Kasavich Status: Final_Approved Create Date: 01/05/2009 02:32 PM Local (GMT-6) List Contract Numbers: Detailed Budget Estimate: Federally Funded: No Amount: 268,000.00 Project Description: Site selection for a future water recycling center in Mary's Creek basin located west of Loop 820, along I1-1-20 and IH-30. Special Instructions: PMP includes budget for consultant site selection, public involvement as well as City staff costs for each. Does not include bugdet for land costs nor easement/ROW negotiation. ---P_roject.Management Plan Checklist . _ _ _.___._ _... (F Scope and Cost Defined? F7 Funding is Adequate? 11 Internal Review Complete? PF Revenue Contributions Processed? RDD Completed? Accounts are Linked? Funding Identified Internal Contracts Negotiated! Schedule Defined? 1►Ut1 M&C Approval Obtained? External.Agency Checklist __ _.._ _ _ _ _ External Agency Relevant? r WA j^ External Agency Advised? - External Agency Agreed? (- External Agency Approved? .._..M&C- Requirements for.CFA_ F M&C Required for CFA? 7 N/A City Participation Requested? Approach Mains Required? r7 Oversizing Required? Developer Requirements.. _ �- Developer Project -CFA r N!A � Developer Project -Enhanced CFA ,' Requirements? Plan Review Complete? r7 All Fees and Charges Defined? Future Improvement Funds Required? r Signed Financial Guarantee rr IOC Invoices Created? F Recorded Various Check Numbers? Obtained? Signed Indemnity Obtained and rT Future Improvement Funds RDD All CFA Components Completed Approved? Completed? and Accepted? Pre -Construction Meeting Scheduled? ._.Various -.Fees Received r Plan Review Fee? r N/A r Varous Fee Received? r CFA Fee? r, Inspection Fees? r Material Testing Fee? a:a Task Details Record has been closed. https://u25.skire.com/bp/upr/loglopen.pdt?pt•intable=2&size=1000000&page= l &srcid= l 3085&model=upr... 1 /9/2009 PMP-00002 Page 2 of 2 Workflow Progress Creation John Kasavich CFW Completed Send O1/05/2009 02:32 PM Local (GMT-6) Project No Dan Pepon CFW Completed Send 01/05/2009 02:52 PM Local (GMT-6) ssignment Revision MARS Account Ben Carson CFW Completed Send 01/05/2009 03:09 PM Local (GMT-6) 5 PM Structure John Kasavich CFW Completed Send 01/O6/2009 08:36 AM Local (GMT-6) Development 5 Refinement John Kasavich CFW Completed Send for 01/06/2009 08:38 AM Local (GMT-6) Recommendation Recommendation John Kasavich CFW Completed Recommend 01/06/2009 08:40 AM Local (GMT-6) 3 Program Mgr Ben Carson CFW Completed Send 01/07/2009 01:25 PM Local (GMT-6) Recommendation 3 Review Dan Pepon CFW Completed Approve 01/08/2009 11:01 AM Local (GMT-6) 10 PMP Approval Frank Crumb CFW Completed Approve 01 /09/2009 09:32 AM Local (GMT-6) I 1 Acknowledge John Kasavich CFW Completed Acknowledge Approve 01/09/2009 01:06 PM Local (GMT-6) approval 12 Acknowledge 4 Item(s) No. WBS Code �__V _ FBS Code _ � Funding FAC � Est. Quantity�UOM_______� �__� Unit Gosh Est. Cost A -SEWER- BONDS-SEWERCP- P275-485108- 013 SEWERPROJ-29-20- SEWER-SEWERPROJ-P275-701139990100 1 Each 10*000,00 10,000,00 70-511010-P275 13-70485108401139990100 A -SEWER- BONDS-SEWERCP- P275-485108- 012 SEWERPROJ-29-20- SEWER-SEWERPROJ-P275-701139990100 1 Each 183,000,00 183,000.00 70-531200-P275 13-70-485108701139990100 A -SEWER- BONDS-SEWERCP- P275-485108- Oil SEWERPROJ-29-60- SEWER-SEWERPROJ-P275-701139990100 1 Each 70,000.00 70,000.00 70-531200-P275 13-70485108-701139990100 A -SEWER- BONDS-SEWERCP- P275485108- 010 SEWERPROJ-29-60- SEWER-SEWERPROJ-P275-701139990100 1 Each 51000,00 5,000.00 70-511010-P275 13-70485108-701139990100 Attachments (0) Linked Records(0) Linked uMails (0) Total Amount: $ 268,000.00 11ttps://u25.skire.com/bp/upr/log/open.pdi'?printable=2�.size=1000000&page=l &srcid=13085&model=upr... 1/9/2009 To: CITY OF FORT WORTH THIS FORM MUST BE ATTACHED TO THE ROUTING "M & C" BEFORE LAW DEPARTMENT AND CITY MANAGER APPROVAL. Peter Fu (underline appropriate one) Pro[ect Manager Buyer From: Thomas Jordan ' MM/BE Office Staff A Date: December 2, 2008 Department Director 6104 Extension In the Amount of $247,407.00 CIP-1239 DOE/Proiect No, Project/Bid: Marys Creek Water Recycling Center Site Selection 1. Compliance with the City's MlV116E has been achieved by one of the following methods: a). TranSystems Corporation Consultants is in compliance with the City's M/WBE Ordinance by committing to 10% M/WBE participation. The City's goal on this project is 10%5 b). is in compliance with the City's M/WBE Ordinance by committing to 0% M/V1/BE participation and documenting good faith effort. identified several subcontracting and supplier opportunities. However, the M/WBEs contacted in the areas identified did not submit the lowest bids. The City's goal on this project is 0%6 c}. is in compliance with City's M/WBE Ordinance by documenting good faith effort. The City's goal on this project is 0%. d). is in compliance with City's M/WBE Ordinance by submission of the prime contractor waiver form. The City's goal on this project is 0%. 2. The apparant low dollar bidder (s} did not comply with the City's M/WBE Ordinance because: OS/ I 1 /99 BC AVAILABLE FUNDS INQUIRY NEXT FUNCTION: ACTION: 162 COMP /ACCT /CNTR ALTERNATE COMP /ACCT /CNTR P275541200 701139990100 P265 54ZZZZ 601159990100 ACCT DESC: BUILDINGS ORIG APPROPRIATION: 0.00 CNTR DESC: WATER CAPITAL PROJECT LAST ACTIVITY: 01 /31 /2009 37,638,605.78 (ALLOTMENT ) 0.00 (COMMITMENT ) - 0.00 (ENCUMBRANCE) - 0.00 (EXPENDITURE) - 37,638,605.78 (ALLOTMENT ) 0.00 (COMMITMENT ) 0.00 (ENCUMBRANCE) 0.00 (EXPENDITURE) --------------------- --------------------- = 37,638,605.78 (AVAIL BAL) = 37,638,605.78 (AVAIL BAL) L OVEREXPEND A E C G V TOLERANCE BDG YTD P EST N L POST AMT PCT GRP LTD P REV EXP DATE L R ACTIVE INACTIVE C COMM S P STAT DATE l Y 9999 999 L Y N Y Y Y 3 9 0