Loading...
HomeMy WebLinkAboutContract 37615 .t n NOVATION AGREEMENT This Novation Agreement is made effective as of August , 2008, between the City of Fort Worth,Texas (Client),and CH2M HILL,Inc. (Transferee), a corporation duly organized and existing under the laws of Florida with its principal office in Englewood, Colorado, and licensed to do business in the State of Texas, hereby acknowledged by Wade & Associates, Inc. (Transferee), a corporation organized and existing under the laws of Kansas, with its principal office in Lawrence,Kansas and licensed to do business in the state of Texas. WHEREAS: Transferor and Client entered into below described Contracts: Contract Descriptions 1. Main 134 Drainage Area Sanitary Sewer System Evaluation and Improvements Project Numbers: PW53-06530177840&PS58-070580175200 City Secretary Contract No. 29783 &Authorization#C-20008 approved 3/23/04 2. Main 286 and CDSL32-T Drainage Basins Sanitary Sewer System Evaluation and Improvements Project Number: P171-070171140030 City Secretary Contract No. 27845&Authorization#C-19111 approved 6/04/02 3. Village Creek Drainage Area Wastewater Collection System Evaluation Study Project Number: P170-070170410010 City Secretary Contract No. 26426 &Authorization#C-18336 approved 11/07/00 Transferor now desires to be discharged from the performance of its obligations to Client as set forth in the Original Contracts. Client desires to release Transferor from the obligations set forth in the Original Contracts provided that Transferee agrees to perform the obligations and to be bound by the terms of the Original Contracts. NOW,THEREFORE,the parties agree as follows: 1. Transferee shall perform the obligations of Transferor that are set forth in the Original Contracts, and Transferee agrees to be bound by all of the terms of the Original Co ibucla in every way as if an original party thereto. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX r 2. Client releases Transferor from all claims for any liability that have arisen or may have arisen in respect to the Original Contracts. Client accepts the liability of Transferee in lieu of the liability of Transferor, and Client agrees to be bound to Transferee in all respects as if Transferee was named in the Original Contracts. Transferee shall be bound by the terms of the Original Contracts in every way as if Transferee was named in the original Contracts in place of Transferor as a party thereto. 3. This Novation Agreement supersedes,the Original Contracts entered into by Client and Transferor, and all the rights and obligations under the original Contracts are completely extinguished. A copy of the Original Contracts are attached and incorporated herein by this reference, to define the extent of the liability of Transferee under this Novation Agreement. 4. This Novation Agreement has been executed in triplicate, and all the parties have received an executed original hereof. 5. Transferor, Transferee, and Client hereby consent to the provisions of this Novation Agreement. IN WITNESS WHEREOF, the parties hereto have executed this Novation Agreement as of the day and year first above written. CH2M HILL,INC. (Transferee) CITY OF FORT WORTH,TX(Client) By: Name: e-.- /�44— Name: Fernando Costa �t C"Manager Title: U!!E �,eE'S�aF�� Title: Attes by: ACKNOWLEDGED: 0;rw Hendrix, City Sec; . WADE &ASSOCIATES,INC. (Transferor) z� U NO M&C REQUIRED By: V Name: Mark G. Wade EAPPRJOVED FORMA 9GLITY: Title:Vice-Presidentor�rey OFFICIAL RECORD CITY SECRETARY FT.WORTH, TX SECRETARY CERTIFICATE I, Margaret B. McLean, Vice President and Secretary of CH2M HILL, Inc., (the "CH2M HILL") a corporation duly organized and existing under the laws of Florida,do hereby certify that CH2M HILL purchased all of the issued and outstanding stock of Wade & Associates,Inc., a Kansas corporation on March 12,2007. I hereby further certify that as the date hereof, Wade&Associates, Inc. remains a wholly-owned subsidiary of CH2M HILL. Dated this 1 Ith day of September 2008. CH2M HILL, Inc. Malgaret B.M n,Vice President and Secretary CORPORATE SEAL STATE OF COLORADO ) )Ss: COUNTY OF DOUGLAS ) The foregoing instrument was exccutcd and acknowledged before me by Margaret B. McLean on this 11`"day of September,2008. Cheryl L./Jett, Notary Public My commission expires: March 7, 2010 0�dU017 Of .`y0� °F °U) t; c ri SEC CERT WADE ORG DOC ,' 1 04-13-04A10 :02 RCVD CITY SECRETAF?y CONTRACT NO. CITY OF FORT WORTH,TEXAS # o3q STANDARD AGREEMENT FOR ENGINEERING SERVICES This AGREEMENT is between the City of Fort Worth (the "CITY"), and Wade & Associates, Inc., (the"ENGINEER"), for a PROJECT generally described as: MAIN 134 DRAINAGE AREA g; SANITARY SEWER SYSTEM EVALUATION AND IMPROVEMENTS ; 4 P172-070172141090 APR 222004 ; Article I Scope of Services A. The Scope of Services is set forth in Attachment A. Article II Compensation A. The ENGINEER's compensation is set forth in Attachment B. Article III Terms of Payment Payments to the ENGINEER will be made as follows: A. Invoice and Payment (1) The Engineer shall provide the City sufficient documentation to reasonably substantiate the invoices. (2) Monthly invoices will be issued by the ENGINEER for all work performed under this AGREEMENT. Invoices are due and payable within 30 days of receipt. (3) Upon completion of services enumerated in Article I, the final payment of any balance will be due within 30 days of receipt of the final invoice. (4) In the event of a disputed or contested billing, only that portion so contested will be withheld from payment, and the undisputed portion will be paid. The CITY will exercise reasonableness in contesting any bill or 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 -1- CITY SECRETARY • r CONTRACT NO. �t CITY OF FORT WORTH,TEXAS STANDARD AGREEMENT FOR ENGINEERING SERVICES This AGREEMENT is between the City of Fort Worth (the "CITY"), and Wade & Associates, Inc., (the"ENGINEER"),for a PROJECT generally described as: MAIN 134 DRAINAGE AREA SANITARY SEWER SYSTEM EVALUATION AND IMPROVEMENTS P172-070172141090 Article I Scope of Services A. The Scope of Services is set forth in Attachment A. Article II Compensation A. The ENGINEER's compensation is set forth in Attachment B. Article III Terms of Payment Payments to the ENGINEER will be made as follows: A Invoice and Payment (1) The Engineer shall provide the City sufficient documentation to reasonably substantiate the invoices. (2) Monthly invoices will be issued by the ENGINEER for all work performed under this AGREEMENT. Invoices are due and payable within 30 days of receipt. (3) Upon completion of services enumerated in Article I, the final payment of any balance will be due within 30 days of receipt of the final invoice. (4) In the event of a disputed or contested billing, only that portion so contested will be withheld from payment, and the undisputed portion will be paid. The CITY will exercise reasonableness in contesting any bill or 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 -1- faith within 60 days of the amount due, the ENGINEER may, after giving seven (7) days'written notice to CITY, suspend services under this AGREEMENT until paid in full, including interest. In the event of suspension of services, the ENGINEER shall have no liability to CITY for delays or damages caused the CITY because of such suspension of services. Article IV Obligations of the Engineer Amendments to Article IV, if any, are included in Attachment C. A. General The ENGINEER will serve as the CITY's professional engineering representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto. B. Standard of Care The standard of care applicable to the ENGINEER's services will be the degree of skill and diligence normally employed in the State of Texas by professional engineers or consultants performing the same or similar services at the time such services are performed. C. Subsurface Investigations (1) The ENGINEER shall advise the CITY with regard to the necessity for subcontract work such as special surveys, tests, test borings, or other subsurface investigations in connection with design and engineering work to be performed hereunder. The ENGINEER shall also advise the CITY concerning the results of same. Such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise specified in Attachment A. (2) In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect the total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER. D. Preparation of Engineering Drawings The ENGINEER will provide to the CITY the original drawings of all plans in ink on reproducible plastic film sheets, or as otherwise approved by CITY, which shall become the -2- property of the CITY. CITY may use such drawings in any manner it desires; provided, however,that the ENGINEER shall not be liable for the use of such drawings for any project other than the PROJECT described herein. E. Engineer's Personnel at Construction Site (1) The presence or duties of the ENGINEER's personnel at a construction site, whether as on-site representatives or otherwise, do not make the ENGINEER or its personnel in any way responsible for those duties that belong to the CITY and/or the CITY's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The ENGINEER and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. (2) Except to the extent of specific site visits expressly detailed and set,forth in Attachment A, the ENGINEER or its personnel shall have no obligation or responsibility to visit the construction site to become familiar with the progress or quality of the completed work on the PROJECT or to determine, in general, if the work on the PROJECT is being performed in a manner indicating that the PROJECT, when completed, will be in accordance with the Contract Documents, nor shall anything in the Contract Documents or the agreement between CITY and ENGINEER be construed as requiring ENGINEER to make exhaustive or continuous on-site inspections to discover latent defects in the work or otherwise check the quality or quantity of the work on the PROJECT. If, for any reason, the ENGINEER should make an on-site observation(s), on the basis of such on-site observations, if any, the ENGINEER shall endeavor to keep the CITY informed of any deviation from the Contract Documents coming to the actual notice of ENGINEER regarding the PROJECT. (3) When professional certification of performance or characteristics of materials, systems or equipment is reasonably required to perform the services set forth in the Scope of Services,the ENGINEER shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required in the Contract Documents. F. Opinions of Probable Cost, Financial Considerations,and Schedules (1) The ENGINEER shall provide opinions of probable costs based on the current available information at the time of preparation, in accordance with Attachment A. -3- (2) In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, the ENGINEER has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or qualify of performance by third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, the ENGINEER makes no warranty that the CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from the ENGINEER's opinions, analyses, projections, or estimates. G. Construction Progress.Payments Recommendations by the ENGINEER to the CITY for periodic construction progress payments to the construction contractor will be based on the ENGINEER's knowledge, information, and belief from selective sampling and observation that the work has progressed to the point indicated. Such recommendations do not represent that continuous or detailed examinations have been made by the ENGINEER to ascertain that the construction contractor has completed the work in exact accordance with the Contract Documents; that the final work will be acceptable in all respects; that the ENGINEER has made an examination to ascertain how or for what purpose the construction contractor has used the moneys paid; that title to any of the work, materials, or equipment has passed to the CITY free and clear of liens, claims, security interests, or encumbrances; or that there are not other matters at issue between the CITY and the construction contractor that affect the amount that should be paid. H. Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and-furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. The ENGINEER is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. I. Minority and Woman Business Enterprise(M/WBE) participation In accord with City of Fort Worth Ordinance No. 11923, as amended by Ordinance 13471, the City has goals for the participation of minority business enterprises and woman business enterprises in City contracts. Engineer acknowledges the M/WBE goal established for this contract and its commitment to meet that goal. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Engineer may result in the termination of this agreement and debarment from participating in City contracts for a period of time of not less than three(3)years. -4- a � J. Right to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the ENGINEER involving transactions relating to this contract. ENGINEER agrees that the CITY shall have access during normal working hours to all necessary ENGINEER facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The CITY shall give ENGINEER reasonable advance notice of intended audits. (2) ENGINEER further agrees to include in all its subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shall, until the expiration of three (3)years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subconsultant, involving transactions to the subcontract, and further, that the CITY shall have access during normal working hours to all subconsultant facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with subsection (3)hereof. CITY shall give subconsultant reasonable advance notice of intended audits. (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. ENGINEER's Insurance (1) Insurance coverage and limits: ENGINEER shall provide to the City certificate(s) of insurance documenting policies of the following coverage at minimum limits which are to be in effect prior to commencement of work on the PROJECT: Commercial General Liability $1,000,000 each occurrence $1,000,000 aggregate Automobile Liability $1,000,000 each accident (or reasonably equivalent limits of coverage if written on a split limits basis). Coverage shall be on any vehicle used in the course of the PROJECT. Worker's Compensation Coverage A: statutory limits -5- Coverage B: $100,000 each accident $500,000 disease-policy limit $100,000 disease-each employee Professional Liability $1,000,000 each claim/annual aggregate (2) Certificates of insurance evidencing that the ENGINEER has obtained all required insurance shall be delivered to the CITY prior to ENGINEER proceeding with the PROJECT. (a) Applicable policies shall be endorsed to name the_CITY an Additional Insured thereon, as its interests may appear. The term CITY shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. (b) Certificate(s) of insurance shall document that insurance coverages specified according to items section K.(1) and K.(2) of this agreement are provided under applicable policies documented thereon. (c) Any failure on part of the CITY to request required insurance documentation shall not constitute a waiver of the insurance requirements. (d) A minimum of thirty (30) days notice of cancellation, non-renewal or material change in coverage shall be provided to the CITY. A ten (10)days notice shall be acceptable in the event of non-payment of premium.. Such terms shall be endorsed onto ENGINEER's insurance policies. Notice shall be sent to the respective Department Director (by name), City of Fort Worth, 1000 Throckmorton, Fort Worth,Texas 76102. (e) Insurers for all policies must be authorized to do business in the state of Texas or be otherwise approved by the CITY; and, such insurers shall be acceptable to the CITY in terms of their financial strength and solvency. (f) Deductible limits, or self-insured retentions, affecting insurance required herein may be acceptable to the CITY at its sole discretion; and, in lieu of traditional insurance, any alternative coverage maintained through insurance pools or risk retention groups must be also approved. Dedicated financial resources or letters of credit may also be acceptable to the City. (g) Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. (h) The City shall be entitled, upon its request and without incurring expense,to review the ENGINEER's insurance policies including endorsements thereto and, at the CITY's discretion, the ENGINEER may be required to provide -6- proof of insurance premium payments. (1) The Commercial General Liability insurance policy shall have no exclusions by endorsements unless such are approved by the CITY. (j) The Professional Liability insurance policy, if written on a claims made basis shall be maintained by the ENGINEER for a minimum two (2) year period subsequent to the term of the respective PROJECT contract with the CITY unless such coverage is provided the ENGINEER on an occurrence basis. (k) The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement. It is understood that insurance cost is an allowable component of ENGINEER's overhead. (1) All insurance required in section K., except for the Professional Liability insurance policy, shall be written on an occurrence basis in order to be approved by the CITY. (m) Subconsultants to the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably equivalent insurance coverage as required for the ENGINEER. When insurance coverage is maintained by subconsultants, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. Notwithstanding anything to the contrary contained herein, in the event a subconsultant's insurance coverage is canceled or terminated, such cancellation or termination shall not constitute a breach by ENGINEER of the Agreement. L. Independent Consultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. M. Disclosure The ENGINEER acknowledges to the CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interest, direct or indirect, in property abutting the proposed PROJECT and business relationships with abutting property cities. The ENGINEER further acknowledges that it will make disclosure in writing of any conflicts of interest which develop subsequent to the signing of this contract and prior to final payment under the contract. N. Asbestos or Hazardous Substances (1) If asbestos or hazardous substances in any form are encountered or suspected,the -7- ENGINEER will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. (2) If asbestos or other hazardous substances are suspected, the ENGINEER will, if requested, assist the CITY in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. O. Permitting Authorities-Design Changes If permitting authorities require design changes so as to comply with published design criteria_and/or current engineering practice standards which the ENGINEER should have been aware of at the time this Agreement was executed, the ENGINEER shall revise plans and specifications, as required, at its own cost and expense. However, if design changes are required due to the changes in the permitting authorities'published design criteria and/or practice standards criteria which are published after the date of this Agreement which the ENGINEER could not have been reasonably aware of, the ENGINEER shall notify the CITY of such changes and an adjustment in compensation will be made through an amendment to this AGREEMENT. Article V Obligations of the City Amendments to Article V, if any,are included in Attachment C. A City-Furnished Data The CITY will make available to the ENGINEER all technical data in the CITY's possession relating to the ENGINEER's services on the PROJECT. The ENGINEER may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. B. Access to Facilities and Property The CITY will make its facilities accessible to the ENGINEER as required for the ENGINEER's performance of its services and will provide labor and safety equipment as required by the ENGINEER for such access. The CITY will perform, at no cost to the ENGINEER, such tests of equipment, machinery, pipelines, and other components of the CITY's facilities as may be required in connection with the ENGINEER's services. The CITY will be responsible for all acts of the CITY's personnel. C. Advertisements, Permits,and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights-of-way, and access necessary for the ENGINEER's -8- services or PROJECT construction. D. Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule in Attachment D. E. Prompt Notice The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEERS services or of any defect in the work of the ENGINEER or construction contractors. F. Asbestos or Hazardous Substances and Indemnification (1) To the maximum extent permitted by law, the CITY will indemnify and release ENGINEER and its officers, employees, and subcontractors from afl>'claims, damages, losses, and costs, including, but not limited to, attorney's fees and litigation expenses arising out of or relating to the presence, discharge, release, or escape of hazardous substances, contaminants, or asbestos on or from the PROJECT. Nothing contained herein shall be construed to require the CITY to levy, assess or collect any tax to fund this indemnification. (2) The indemnification and release required above shall not apply in the event the discharge, release or escape of hazardous substances, contaminants, or asbestos is a result of ENGINEER'S negligence or if such hazardous substance,contaminant or asbestos is brought onto the PROJECT by ENGINEER. G. Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the provisions of Article IV.E. regarding the ENGINEER's Personnel at Construction Site, and provisions providing contractor indemnification of the CITY and the ENGINEER for contractor's negligence. H. Contractor Claims and Third-Party Beneficiaries (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain no direct action against the ENGINEER, its officers, employees, and subcontractors, for any claim -9- 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 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. -10- Article VI General Legal Provisions Amendments to Article VI, if any, are included in Attachment C. A Authorization to Proceed ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. B. Reuse of Project Documents All designs, drawings, specifications, documents, and other work products of the ENGINEER, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. Reuse, change, or alteration by the CITY or by others acting through or on behalf of the CITY of any such instruments of service without the written permission of the ENGINEER will be at the CITY's sole risk. The final designs,drawings, specifications and documents shall be owned by the CITY. C. Force Majeure The ENGINEER is not responsible for damages or delay in performance caused by acts of God, strikes, lockouts, accidents,or other events beyond the control of the ENGINEER. D. Termination (1) This AGREEMENT may be terminated only by the City for convenience on 30 days' written notice. This AGREEMENT may be terminated by either the CITY or the ENGINEER for cause if either party fails substantially to perform through no fault of the other and does not commence correction of such nonperformance with five (5) days of written notice and diligently complete the correction thereafter. (2) If this AGREEMENT is terminated for the convenience of the City, the ENGINEER will be paid for termination expenses as follows: a) Cost of reproduction of partial or complete studies, plans, specifications or other forms of ENGINEER'S work product; b) Out-of-pocket expenses for purchasing storage containers, microfilm, electronic data files, and other data storage supplies or services; c) The time requirements for the ENGINEER'S personnel to document the work underway at the time the CITY'S termination for convenience so that the work effort is suitable for long time storage. -11- (3) Prior to proceeding with termination services, the ENGINEER will submit to the CITY an itemized statement of all termination expenses. The CITY'S approval will be obtained in writing prior to proceeding with termination services. E. Suspension, Delay,or Interruption to Work The CITY may suspend, delay, or interrupt the services of the ENGINEER for the convenience of the CITY. In the event of such suspension, delay, or interruption, an equitable adjustment in the PROJECTs 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 C[TY*(or a person identified above for whom each is liable) is a cause of such damage or injury, the loss, cost, or expense shall be shared between the ENGINEER and the CITY in proportion to their relative degrees of negligence or willful misconduct as determined pursuant to T.C.P. & R. Code, section 33.011(4) (Vernon Supplement 1996). G. Assignment Neither party will assign all or any part of this AGREEMENT without the prior written consent of the other party. H. Interpretation Limitations on liability and indemnities in this AGREEMENT are business understandings between the parties and shall apply to all the different theories of recovery, including breach of contract or warranty, tort including negligence, strict or statutory liability, or any other cause of action, except for willful misconduct or gross negligence for limitations of liability and sole negligence for indemnification. Parties means the CITY and the ENGINEER, and their officers, employees, agents, and subcontractors. I. Jurisdiction The law of the State of Texas shall govern the validity of this AGREEMENT, its interpretation and performance, and any other claims related to it. The venue for any litigation related to this AGREEMENT shall be Tarrant County,Texas. -12- l J. Alternate Dispute Resolution (1) All claims, disputes, and other matters in question between the CITY and ENGINEER arising out of, or in connection with this Agreement or the PROJECT, or any breach of any obligation or duty of CITY or ENGINEER hereunder, will be submitted to mediation. If mediation is unsuccessful, the claim, dispute or other matter in question shall be submitted to arbitration if both parties acting reasonably agree that the amount of the dispute is likely to be less than $50,000, exclusive of attorney's fees, costs and expenses. Arbitration shall be in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association or other applicable rules of the Association then in effect. Any award rendered by the arbitrators less than $50,000, exclusive of attorney's fees, costs and expenses, will be final, judgment may be entered thereon in any court having jurisdiction, and will not be subject to appeal or modification except to the extent permitted by Sections 10 and 11 of the Federal Arbitration Act(9 U.S.C. Sections 10 and 11). (2) Any award greater than $50,000, exclusive of attorney's fees, costs and expenses, may be litigated by either party on a de novo basis. The award shall become final ninety (90) days from the date same is issued. If litigation is filed by either party within said ninety (90) day period, the award shall become null and void and shall not be used by either party for any purpose in the litigation. K. Severability and Survival If any of the provisions contained in this AGREEMENT are held for any reason to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability will not affect any other provision, and this AGREEMENT shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. Articles V.F., VI.B., VI.D.,VI.H.,VI.I., and VI.J.shall survive termination of this AGREEMENT for any cause. L. Observe and Comply ENGINEER shall at all times observe and comply with all federal and State laws and regulations and with all City ordinances and regulations which in any way affect this AGREEMENT and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. ENGINEER agrees to defend, indemnify and hold harmless CITY and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. -13- Article VII Attachments,Schedules,and Signatures This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A—General Scope of Services Attachment B-Compensation and Schedule Attachment C—Changes and Amendments to Standard Agreement and Attachment"A° Attachment D- Insurance Certificates Attachment E-Project Location Map �1, Executed this Lb Iday of W , 2004. ATTEST: CITY OF FORT WORTH gel J @ <zfot/� rye Marc Ott T City Secretary Assistant City Manager APPROVED Authorization (, Dale A. Fisseler, Director,Water Department APPROVED AS TO FORM AND LEGALITY WADE&ASSOCIATES, INC. ENGINEER Assistant City Attorney Mark G. Wade, P.E. President -14- e ATTACHMENT"A" General Scope of Services "Scope of Services set forth herein can only be modified by additions, clarifications, and/or deletions set forth in the supplemental Scope of Services. In cases of conflict between the Supplemental Scope of Services and the General Scope of Services, the Supplemental Scope of Services shall have precedence over the General Scope of Services." "Scope of Services set forth herein can only be modified by additions, clarifications, and/or deletions set forth in the supplemental Scope of Services. In cases of conflict between the Supplemental Scope of Services and the General Scope of Services, the Supplemental Scope of Services shall have precedence over the General Scope of Services." GENERAL 1) Preliminary Conference with City The Engineer shall attend preliminary conferences with authorized representatives of the City regarding the scope of project so that the study, recommendations, plans and specifications,which are to be developed hereunder by the Engineer will result in providing facilities which are economical in design and conform to the City's requirements and budgetary constraints. 2) Coordination with Outside Agencies/Public Entities The Engineer shall coordinate with officials of other outside agencies as may be necessary for the completion of the study or design of the proposed wastewater facilities/improvements. It shall be the Engineer's duty hereunder to secure necessary information from such outside agencies, to meet their requirements. 3) Geotechnical Investigations The Engineering shall advise the City of test borings, and other subsurface investigations that may be needed. In the event it is determined necessary to make borings or excavate test holes or pits, the Engineer shall in coordination with the City and the Citys geotechnical engineering consultant, draw up specifications for such testing program. The cost of the borings or excavations shall be paid for by the City. 4) Agreements and Permits The Engineer shall complete all forms/applications to allow the City of Fort Worth to obtain any and all agreements and/or permits normally required for a project of this size and type. The Engineer will be responsible for negotiating and coordinating to obtain approval of the agency issuing the agreement and/or permits and will make any revisions necessary to bring the study or plans into compliance with the requirements of said agency, including but not limited to highways, railroads, water authorities,Corps of Engineers and other utilities. A-1 l , 5) Report and Design Changes Relating to Permitting If permitting authorities require changes, the En specifications as required at the Engineers own cc required due to changes in the design of the facilitii changes are required, the Engineer shall notify the Cii made if the Engineer incurs additional cost. If there and reasonable time extension shall be negotiated. 6) Map, Report,and Plan Submittal Copies of the base maps, report, and original plans sf shall become the property of the City. This shall incli approved plastic film sheets, or as otherwise approvec use such map, report, or drawings in any manner it ( shall not be liable for the use of such map, report, of described herein; and further provided, that the Engine any changes that are made to the map, report, and implementation of the report without the written approve Phase 1 (Design) 7) Right-of-Way, Easement and Land Acquisition Nee( The Engineer shall determine the rights-of-way, e, construction of the project. Engineer shall determine with the necessary right-of-way sketches, prepare ne the rights-of-way and/or easements for the construct descriptions are to be presented in form suitable for dii obtaining rights-of-way, easements, permits, and lic furnished on the appropriate City forms in a minimum of 8) Design Survey The Engineer shall provide necessary field survey Specifications.The Engineer shall fumish the City certifi 9) Utility Coordination The Engineer shall coordinate with all utilities, inclu, proposed utility liens or adjustment to existing utility lir obtained shall be shown on the conceptual plans. The final plans the location of the proposed utility lines, e; provided by the utility, and any adjustments and/or rel( limits. The Engineer shall also evaluate the phasing of work, and shall submit such evaluation in writing to the A-2 5) Report and Design Changes Relating to Permitting Authorities If permitting authorities require changes, the Engineer shall revise the study, plans and specifications as required at the Engineers own cost and expense, unless such changes are required due to changes in the design of the facilities made by the permitting authority. If such changes are required, the Engineer shall notify the City and an amendment to the contract shall be made if the Engineer incurs additional cost. If there are unavoidable delays, a mutually agreeable and reasonable time extension shall be negotiated. 6) Map, Report,and Plan Submittal Copies of the base maps, report, and original plans shall be provided to the Water Department and shall become the property of the City. This shall include plans provided on reproducible mylar or approved plastic film sheets, or as otherwise approved by the Department of Engineering. City may use such map, report, or drawings in any manner it desires; provided, however that the Engineer shall not be liable for the use of such map, report, or plans for any project other than the project described herein; and further provided, that the Engineer shall not be liable for the consequences of any changes that are made to the map, report, and drawings, or changes that are made in the implementation of the report without the written approval of the Engineer. Phase 1 (Design) 7) Right-of-Way, Easement and Land Acquisition Needs The Engineer shall determine the rights-of-way, easement needs for the completion of the construction of the project. Engineer shall determine ownership of such land and furnish the City with the necessary right-of-way sketches, prepare necessary easement descriptions for acquiring the rights-of-way and/or easements for the construction of this project. Sketches and easement descriptions are to be presented in form suitable for direct use by the Department of Engineering in obtaining rights-of-way, easements, permits, and licensing agreements. All materials shall be furnished on the appropriate City forms in a minimum of four(4)copies each. 8) Design Survey The Engineer shall provide necessary field survey for use in the preparation of Plans and Specifications.The Engineer shall furnish the City certified copies of the field data. 9) Utility Coordination The Engineer shall coordinate with all utilities, including utilities owned by the City, as to the proposed utility liens or adjustment to existing utility lines within the project limits. The information obtained shall be shown on the conceptual plans. The Engineer shall show on the preliminary and final plans the location of the proposed utility lines, existing,utility lines, based on the information provided by the utility, and any adjustments and/or relocation of the exiting lines within the project limits. The Engineer shall also evaluate the phasing of the water, wastewater, street and drainage work,and shall submit such evaluation in writing to the City as part of this phase of the project. A-2 10) Conceptual Plans The Engineer shall fumish four (4) copies of the Phase 1 concept engineering plans which include layouts, preliminary right-of-way needs and preliminary estimates of probable construction costs for the Engineer's recommended plan. For all submittals, the Engineer shall submit plans and documents for water/wastewater facilities. Then Engineer shall receive written approval of the Phase 1 Plans from the Citys project manager before proceeding with Phase 2. Phase 2 (Design) 11) Report and Design Data The Engineer shall provide in the report cost data on rehabilitation of manholes, 1/1 defects, and capacity improvements under the study phase and design data, reports, cross-sections, profiles, drainage calculations, and preliminary estimates of probably construction cost under the design phase. 12) Preliminary Construction Plans and Technical Specifications The Engineer shall submit twenty(20) copies of Phase 2 preliminary construction plans andfive (5) copies of the preliminary technical specifications for review by the City and for submission to utility companies and other agencies for the purposes of coordinating work with existing and proposed utilities. The preliminary construction plans shall indicate location of existing/proposed utilities and storm drain lines. The Engineer shall receive written approval of the Phase 2 plans from the City's project manager before proceeding with Phase 3. Phase 3 (Design) 13) Final Construction Plans The Engineer shall furnish five (5) copies of the final construction plans and contract specifications for review by the City. 14) Detailed Cost Estimate The Engineer shall fumish four (4) copies of the detailed"cost estimates of probable construction costs for manhole and pipeline rehabilitation (study) and the authorized construction project (design), which shall include summaries of the unit costs and corresponding quantities. 15) Plans and Specification Approval The Engineer shall furnish an original mylar for the signatures of authorized City officials. The Contract Documents shall comply with applicable local, state and federal laws and with applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies. The Engineer shall receive written approval of the Phase 3 plans from the City's project manager before proceeding with Phase 4. A-3 r � Phase 4 (Design) 16) Final Approved Construction Plans The Engineer shall furnish 40 bound copies of Phase 4 final approved construction plans and contract specifications. The approved plans and contract specifications shall be used as authorized by the City for use in obtaining bids,awarding contracts, and constructing the project. 17) Bidding Assistance The Engineer shall issue addenda as appropriate to interpret, clarify, or expand the bidding_ documents, and assist the owner in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. When substitution prior to the award of contracts is allowed by the bidding documents, the Engineer will advise the owner as to the acceptability of alternate materials and equipment proposed by the prospective constructors. 18) Recommendation of Award The Engineer shall assist in the tabulation and review of all bids received for the construction of the project and shall make a recommendation of award to the City. 19) Prebid Conference The Engineer shall attend the prebid conference and the bid opening, prepare bid tabulation sheets and provide assistance to the owner in evaluating bids or proposals and in assembling and awarding contracts for cleaning and closed circuit television inspection (study) and for construction, materials, equipment, and services (design). Phase 5 (Design) 20) Preconstruction Conference The Engineer shall attend the preconstruction conference. 21) Sewer Cleaning and CCTV Project Management The Engineer shall be available to the City on matters concerning the layout of the project during its execution. 22) Construction Survey The Engineer shall be available to the City on matters concerning the layout of the project during its construction and will set control points in the field to allow City survey crews to stake the project. The setting of fine and grade stakes and route inspection of construction will be performed by the City. A-4 23) Site Visits The Engineer shall visit each scheduled cleaning site or construction project site at appropriate intervals as cleaning and CCTV inspection work or construction proceeds to observe and report on the progress and the quality of the executed work. 24) Shop Drawing Review The Engineer shall review shop and erection drawings submitted by the contractor for compliance with design concepts. The Engineer shall review laboratory, shop, and mill test reports on materials and equipment. 25) Instructions to Contractor The Engineer shall provide necessary interpretations and clarifications of contract documents, review change orders and make recommendations as to the acceptability of the work, at the request of the City. 26) Differing Site Conditions The Engineer shall prepare sketches required to resolve problems due to actual field conditions encountered. 27) Record Drawings The Engineer shall prepare record drawings from information submitted by the contractor. A-5 ATTACHMENT "A-1" SUPPLEMENTAL SCOPE OF SERVICES (SUPPLEMENT TO ATTACHMENT "A") Project No. P172-070172141090 Part 1 -Main 134 Drainage Area Sanitary Sewer System Evaluation Part 2—Management of Sanitary Sewer Cleaning Program City-Contract Main 134 Drainage Area Part 3—Main 134 Drainage Area Sanitary Sewer Rehabilitation &Improvements The following is a description of the tasks that the ENGINEER will perform for each Part under this engineering agreement. SCOPE OF SERVICES The proposed evaluation and improvement project in the Main 134 drainage area is an integral part of the: CITY's wastewater program to eliminate and prevent sanitary sewer overflows(SSO)and bypasses in the wastewater collection system, in order to comply with U.S.EPA proposed regulations known as Capacity, Management, Operations,and Maintenance(CMOM). The basin comprises approximately 196,500 feet of sanitary sewer that discharge to the Clear Fork interceptor sewer system Previous investigations by the CITY and current reports by Field Operations have identified wet-weather SSO locations and potentially numerous locations of I/I and structural deterioration in the system.A detailed sanitary sewer evaluation survey(SSES)is proposed under Part 1 in order to prevent SSOs through cost-effective sewer system rehabilitation and improvements. In addition to the Main 134 drainage area,a small portion of Main 267 shall also be included for field investigation activities. This shall be done to provide continuity of field inspection activities throughout the CITY's cultural center. The portion of the Main 267 drainage area to be included in this study is more particularly described as:bound on the north by Camp Bowie Blvd/76'St,on the south by Lancaster St,on the west by Arch Adams St,and on the east by Foch St. A detailed description of the specific tasks to be provided is further defined as follows: PART 1—SANITARY SEWER SYSTEM EVALUATION&IMPROVEMENTS IN THE MAIN 134 DRAINAGE AREA A. FIELD EWESTIGATION 1. Administration and Progress Meetings The ENGINEER and the CITY will meet for an initial project kick-off meeting. The initial project kick-off meeting will include a review of the scope of the project,the ENGINEER's proposed schedule and milestone dates,discussion of public-outreach procedures,a review any coordination activities with wholesale customer cities,special businesses,neighborhood associations,or hospitals located within the study areas, and review the ENGINEER's final proposed deliverables. Minutes of each meeting will be recorded by the ENGINEER and submitted to the CITY within one week of the respective meeting. Al - I Representatives for the ENGINEER and CITY will meet periodically to review progress of the study. The ENGINEER's Project Manager will provide the CITY an update of progress achieved during the previous reporting period. This shall be accomplished by through a monthly Progress Report and verbal communication during monthly progress meetings. Maps depicting progress of all aspects of field data collection shall be provided during the meetings. All issues pertaining to anomalies located in the field or items requiring the CITY's assistance will also be provided on the maps, as well as in written form. 2. Public Outreach Program The ENGINEER shall coordinate with the CITY on each phase of the public information plan for the study.The public outreach program shall include customers,customers with basements, commercial customers,hospitals and allied health facilities, shopping centers,homeowners associations,and in particular,major participants within the cultural district.The notification plan shall include all field-related services of the ENGINEER,the CITY, and the CITY's CCTV/cleaning sub-contractor.Resources are as follows: ■ Neighborhood meetings(maximum of three) ■ Water Department publications and web site ■ The ENGINEER's web site ■ Star Telegram"City Page" Where smoke testing is to be completed in areas that are in close proximity to residential, commercial,hospital,and industrial developments, the ENGINEER shall adhere to the public:: relations and notification procedures included in the Fort Worth SSES Standards. 3. Characterization of Sub-Basin IR a. Sewer Cleaning and Closed Circuit Television Inspection(CCTV) i. Sewer Cleaning The intent of sewer cleaning under this part of the agreement is to clear all sewer segments within the study area of any dirt,rocks,grease,sand or any other material in sewers in or adiacent to sensitive service areas such as those included in the public outreach program Attachment_shows the approximate areas where this work will be accomplished.Cleaning will help to facilitate a clear and unobstructed view during video inspection of the pipe for structural analysis. There is approximately 67,000 linear feet of sanitary sewer,ranging in size from 6-inches to 24-inches,in this scope of work. All cleaning and CCTV work will be performed by the ENGINEER's subcontractor,DFW Infrastructure,herein referred to as SUBCONTRACTOR. All of the identified sanitary sewer lines require comprehensive cleaning,which is the complete removal of debris by standard hydraulic or mechanical methods,as field conditions warrant. It is estimated that"step cleaning"will be required for 16,000 linear feet of the pipe targeted for cleaning. Step cleaning is required on sewer lines that are less than four(4)foot in depth(as measured by manhole depth)and may be required on other critical sewer lines as directed. During step cleaning,sewer jet operating pressures must be maintained above 500 psi and may not exceed 900 psi. Residents in the area will be notified by door hanger prior to the initiation of cleaning activities in compliance with resident notification requirements of the CITY. In addition, the contractor will provide daily notices to the CITY(Field Operations and Water Engineering)and ENGINEER by fax before 7:00 am. These notices will provide the working location(s)for that day. Debris will be disposed of at the Cold Springs Processing Facility,and will be paid for by the CITY. The SUBCONTRACTOR will record the debris removed on standard CITY cleaning forms. The SUBCONTRACTOR is responsible for the transportation of the Al -2 debris to this facility,and will turn in copies of the trip tickets to the CITY and ENGINEER,at a minimum,once per week. ii. Closed Circuit Television Inspection(CCTV) The intent of CCTV is to reveal and document sewer line conditions and to verify cleaning results. The equipment and methods used shall comply with the standard practices and procedures that have been set forth on previous contracts with the CITY. All CCTV inspection information will be collected digitally,and shall be ODBC compliant and compatible with WinCan®version 7.16. Pictures,video and reports will be deliverable in hard copy,CD- Rom,removable hard drive or DVD Data disk. Residents in the area will be notified by door hanger prior to the initiation of CCTV activities in compliance with resident notification requirements of the CITY. In addition, the SUBCONTRACTOR will provide daily notices to the CITY(Field Operations and Water Engineering)and ENGINEER by fax before 7:00 am. These notices will provide the working location(s)for that day. Upon the execution of this contract,ENGINEER will immediately direct the contractor to proceed with cleaning and CCTV activities in the study area. It is anticipated that the cleaning and CCTV operations will be substantially complete within 60 calendar days from the written notice to proceed to contractor. Once ENGINEER has concluded the evaluation of the CCTV inspection records and developed rehabilitation recommendations, all of the digital files and reports will be submitted to the CITY. 4. UIIdentification a. Base Map The ENGINEER will produce a full set of base maps showing the most current information on the sanitary sewer system.The maps shall be in ArcView°or AutoCAD°format, showing all sanitary sewer lines and structures to be inspected.All attributes shall be annotated using the CITY's standard format and naming conventions.Where available,the ENGINEER will overlay digital orthographic aerial images and other available information such as commercial buildings,streets,contours and existing storm drainage systems into one composite map. b. Manhole Inspections All manholes identified will be inspected topside to evaluate each manhole component including the bench,trough,and pipe seal.Inspections will be designed to locate potential sources of inflow and infiltration, structural deficiencies,and maintenance-related defects such as roots and debris in the bench/invert zone.For manholes deeper than 8.0 feet,the ENGINEER will complete the inspection of the bottom portion of the manhole with the use of a pole-mounted camera from topside.Information from the manhole inspections shall be recorded on a standard Fort Worth SSES field form,with the latest revisions and input into the ENGINEER's database for further analysis. Photographs in digital format of all defects shall be taken.Approximately 770 manholes shall be inspected. c. Smoke Testing The ENGINEER shall smoke test approximately 196,500 feet of sanitary sewers within the study area to locate and verify UI sources in the private-and public sectors. Sewers to be smoke tested shall be isolated and individually tested. A four-person field crew will conduct each test. Public notification procedures will follow those specified in the CITY's SSES Standard Manual.The ENGINEER will also coordinate with RJN Group where the respective study area boundaries of M-134 and M-267 are shared. Smoke testing shall be accomplished Al -3 by injecting opaque,non-toxic smoke with high-capacity direct discharge blowers(3,500 cfm). All observed I/I sources will be recorded on standard Fort Worth SSES field forms, with the latest revisions and input in the ENGINEER's database for further evaluation. All major defects shall be photographed in digital format,referenced to the corresponding main/lateral number and station numbers, and logged for future documentation. For added clarity,field sketches shall be attached to the appropriate field form to ensure that the final defects,scheduled for rehabilitation,are presented in a manner that will optimize follow-up design and rehabilitation activities. Sewer lines will not be smoke tested in the vicinity of the Cultural District of Fort Worth. Lines will be isolated so that no smoke will enter buildings within the Cultural District. d. Building Inspection For portions of the sewer system not smoke tested under task AA.c. a building inspection program shall be implemented. The ENGINEER shall conduct an interior and exterior inspection of all buildings with services connected to sewers not smoked. Potential defects such as downspouts,uncapped cleanouts,area drains,and driveway drains shall be identified and recorded on standard field forms. Up to three attempts shall be made by ENGINEER to contact property owners in order to complete the building inspections. Up to 50 residential and 50 commercial/institutional/Public buildings shall be inspected. e. Dyed-Water Testing For defects identified during smoke testing,such as main line defects,curb inlets, or area drains,the ENGINEER shall conduct up to 25 public-sector dyed-water tests to pinpoint the exact location that I/I may be entering the CITY's sewer system Public-sector dyed-water testing shall be conducted concurrently with CCTV inspection if possible.For defects identified during building inspections,such as downspouts,stairwell drains,driveway drains or area drains,the ENGINEER shall conduct up to 25 private-sector dyed-water tests to confirm that the potential is actually contributing I/I to the CITY's sewer system. f. CCTV Inspection(Private Service) For each building inspected under task AAA,the ENGINEER shall attempt to conduct a CCTV inspection of the building service line using a push-camera. It is estimated that 75 CCTV inspections will be completed. CCTV inspections shall be closely coordinated with the property owner and shall be attempted during the building inspections,if possible,in a effort to minimize disruption to the property owners. Video recordings shall be made of all CCTV inspections. Defects identified shall be recorded on standard field forms and entered into the ENGINEER's database management system for further analysis. g. Data Management With the exception of data collected in the Main 267 drainage area,all data gathered from Task A.4 shall be recorded and entered into the ENGINEER's database management system. This shall include manhole inspections,visual pipe inspections,smoke testing,building inspections,CCTV inspections,pipeline cleaning,and dyed-water testing.Each entry shall be accompanied by a hard copy of the field form,digital photographs,and attached electronic files in Pipedream°with standards generally compatible with Fort Worth SSES format. Defects shall also be denoted on the base map indicating the approximate location of each major I/I source and their proximity to the main sewer system. Digital photographs,CCTV inspection logs/videos,and field forms for the Main 267 drainage area shall be provided to the CITY and will not be included in fiirther analysis as part of this study. Al -4 B. ANALYSIS 1. III Data Analysis All I/I-related defects identified under Parts A.3 and AA will be analyzed by Pipedream. For each defect,a flow rate based on the model or estimated in the field will be compared to the cost of removing that particular defect. Pipedream°includes rehabilitation cost library that will allow ENGINEER to select the specific repair cost based on local conditions. The analysis will be specific to the CITY's past projects for pipeline and manhole rehabilitation. Where defects are inflow-related,the model will compute flow rate based on tributary area,rainfall intensity,and runoff coefficients. Orifice equations will be used for areas subject to ponding such as vented manhole lids. I/I defects from the private sector(i.e. downspouts,uncapped cleanouts, yard drains,etc.)will also be included in the I/I analysis. A final listing will be produced by Pipedream©,which will rank each I/I-related defect on the basis of cost/gpm. As the unit cost increases,the defect will be ranked lower on the list.The listing will also show cumulative cost and I/I removal. This will allow the CITY to select incremental I/I removal and rehabilitation plans based on future budgets. 2. Engineering Analysis An engineering analysis will be completed of the sanitary sewers within the study area.Three primary cost components will be evaluated as part of this analysis.Pipedream®cost analysis wilt be conducted of I/I removal within the study area.Estimated I/I removal rates and corresponding rehabilitation costs(expressed in units of cost/gpm)for each source of I/I identified from this study will be calculated.The final analysis will include a listing of inflow source locations to be eliminated for both private and public sectors. In addition to inflow that is cost-effective to eliminate,the analysis will also identify locations of structural rehabilitation and normal maintenance within the Study Area collection system. 3. CCTV Tape Review As part of the engineering analysis under B.3.,the ENGINEER will evaluate videotape records of proposed CCTV inspections conducted by the ENGINEER's SUBCONSULTANT under Part 1 of this agreement and the CITY's contractor under Part 2 of this agreement.The analysis will be limited to 745 line segments within the study area.Results of the reviews will be compiled on a final,tabulated spreadsheet.In particular,the tabular listing will include the following: 1. Upstream Manhole identified by Main/Lateral number and station 2. Downstream Manhole identified by Main/Lateral number and station 3. Pipe diameter 4. Actual pipe length 5. Pipe material(s) 6. Approximate pipe age 7. Depth of pipeline 8. General description of observations 9. Surface conditions 10. Cleaning observations 11. Number of service connections 12. General manhole condition 13. Recommendations—rehabilitation 14. Recommendations—maintenance 15. Encroachment issues 16. CCTV tape reference Al -5 C. REPORT 1. Draft Report A Draft Report will be prepared by the ENGINEER,which will outline the following elements: a. Executive Summary-Findings,conclusions,and recommendations in a summary format. b. Introduction-Historical background of sanitary sewer system,problem areas,existing conditions,study area characteristics,purpose of study,scope of study,demographic data and forecasts. c. Field Activities-Summary of field activities,including flow and rainfall monitoring,manhole inspections,smoke testing,dyed-water testing,and cleaning and television inspection. Results of I/I quantification and identified structural rehab needs. d. Engineering Analysis and Recommendation-Summary of cost analysis including recommendations for(1)1/1 elimination(public and private sectors),(2) structural rehabilitation requirements,(3)work associated with maintenance-related activities that can be accomplished by the CITY,and(5)follow-up implementation schedule in the Final Report. Supplemental recommendations will include(1)a basin-wide map showing all identified overflow locations,(2)a tabular listing of all pipelines recommended for replacement or rehabilitation and justification(i.e.chronic overflows;structural condition based on results of CCTV inspections;maintenance condition based on history and cleaning;I/I based on smoke testing),(3)a basin-wide map showing pipeline replacement and rehabilitation recommendations(including point repairs and trenchless restoration),and(4)a tabular listing of all manhole replacement and rehabilitation with justification. Five(5)copies of the draft report will be submitted to the CITY for review and approval.The plan will include several options regarding implementation of the Final Report recommendations,including establishment of priority(i.e.I/I elimination vs. structural rehabilitation). 2. Review Meetings ENGINEER will meet with the CITY to review the draft report, discuss the CITY's comments, questions,and changes,and make the appropriate modifications to the report. A total of two(2) review meetings will be scheduled. 3. Final Report Ten(10) copies of the Final Report will be submitted to the CITY within 30 days of the final review meeting. 4. Deliverables Field inspection and testing data,computer output reports,flow monitoring data and other key data and calculations compiled during the study will be assembled in hard copy form. An annotated index describing the organization,contents and uses of each of the data files will be prepared. Two(2)copies of the Support Data will be supplied to the CITY. ENGINEER will retain a complete copy of the Support Data to enhance its ability to respond to future questions regarding the study and follow-up rehabilitation implementation. All electronic data files,as described herein,shall be provided to the CITY on CDs. Al -6 PART 2—MANAGEMENT OF SANITARY SEWER CLEANING PROGRAM CITY- CONTRACT MAIN 134 DRAINAGE AREA Under Part 2 the ENGINEER will manage and oversee the CITY's cleaning program in the Main 134 Drainage Area for approximately 136,500 linear feet of sanitary sewer ranging in size from 6"to 24"in diameter. A. MANAGEMENT AND ADMINSTRATION OF"CITY-CONTRACT"CLEANING CONTRACTOR All pipelines requiring cleaning as specified by the CITY shall be included in this task. 1. Pre-qualification of Contractors The ENGINEER shall complete a survey of available contractors who are capable of conducting cleaning and CCTV inspection of pipes scheduled for cleaning.The ENGINEER will review information submitted by each contractor and follow-up available references.Recommendations will then be forwarded to the CITY and a qualified list of contractors will be prepared and finalized by the CITY. 2. Preparation of Bidding Documents The ENGINEER will prepare bidding documents for the purpose of soliciting bids from qualified cleaning and CCTV inspection contractors. The bid documents shall be a single contract that applies to cleaning and CCTV inspection work for approximately 136,500 linear feet of sanitary.. sewers. The bid documents will include the following: • Invitation to Bid ■ Instruction to Bidders ■ Bid Form ■ General Conditions ■ Special Conditions ■ Specifications ■ Certificates of Insurance • Addenda(if necessary) • Bonding Requirements 3. Bidding Assistance The ENGINEER shall assist the CITY in reviewing bids, answering questions from bidders,attend pre-bid meeting,preparing any necessary addenda and bid tabulation,making recommendations to award the final contract. 4. Administration and Management of Contractor A representative of the ENGINEER shall oversee the Contractor's activities,provide periodic on- site inspections,review pay estimates,review change orders,review all cleaning and CCTV data, and act as the CITY's representative during the project.The ENGINEER'S field representative will maintain a detailed daily log of the contractor's activities.Where the existing site conditions, such as restricted access,prevents the contractor from completing the work,the ENGINEER will consult and recommend to the CITY to evaluate other methods to perform the inspection work. Periodic inspection shall be considered as one site visit each day during periods of active work by the contractor.It is anticipated that all cleaning and inspection work shall be conducted within a 3- month period. Al -7 PART 3—MAIN 134 DRAINAGE AREA SANITARY SEWER REHABILITATION AND EVIPROVEMENTS The CITY anticipates a significant number of high priority sewer design project locations to arise during the evaluation of the Main 134 Drainage Area. This contract includes of the design of approximately 5,000 linear feet of priority sanitary sewer laterals and mains that will need rehabilitation in the Main 134 Drainage Area. Rehabilitation may require full replacement,trenchless rehabilitation,or partial replacement.Realignment of certain sanitary sewers may also be required as part of this project.Plans and specifications,including all bid documents,will be prepared in compliance with CITY standards and requirements as issued through the Department of Engineering. The ENGINEER will also provide certain technical assistance during bidding and construction phases of the project. The following is a clarification of the tasks that the ENGINEER will perform under ATTACHMENT"A". Upon receipt of notice to proceed,The ENGINEER will perform the following tasks: A. SPECIAL SERVICES Special services are typically considered as additional fee items under a design contract. These items nominally include special project reporting, preparation of Right-of-Way and private property use instruments, and permits. However due to special design conditions anticipated for this project, several additional work tasks have been included in this contract. The additional special services work items are needed due to the high potential of sewer re-routes for design locations in the Museum District and along Vickery Blvd., University Dr., 7`h Street, Camp Bowie Blvd.,Hulen Street, and IH-30 being required in these areas. As a result, special meetings with businesses will be needed to coordinate design efforts. Additionally, supplemental field investigations (dye testing) and field data assessment(tape reviews}`are warranted to assist with the sewer line rehabilitation design. The following items are considered special services for this contract. 1. Existing CCTV Tape Review The ENGINEER anticipates the receipt of previously televised sewer line segments that will need to be reviewed for grade breaks and active service locations. Up to fifteen(15)sewer line segments that are applicable to the design and re-alignment of the proposed sewer rehabilitation improvements will be reviewed. Additional tape segments requiring analysis beyond the 15 sewer line segments identified will be conducted at a$75/hr rate,assuming one hour per line segment. 2. Dye Testing Dye testing shall be conducted to identify sewer service outfall locations for various buildings into the public sewer system lines under design. Dye will be added to the private sewer system during the public sewer system observation in order to confirm how the property is served. The ENGINEER shall dye test one(1)project location. Additional dye tests,if necessary,shall be conducted by the ENGINEER at the unit price for this service. 3. Special Coordination Meetings The ENGINEER will conduct one(1)special coordination meeting with affected property owners and businesses to develop sewer and sewer service re-routing plans. This will include the collection of existing site plans,plumbing plans,and any information like building expansion plans that is available and will assist with the sewer and sewer service line designs. Additional coordination meetings,if necessary,shall be conducted by the ENGINEER at the unit price for this service. 4. Public Meeting The ENGINEER will assist the C=in conducting a public meeting with residents,businesses,and cultural centers within the study area.The public meeting will present the purpose of the study, Al -8 introduction of key individuals,typical field activities and procedures,public relations plan,schedule, and the project communication plan. 5. Monthly Progress Reports The ENGINEER will provide basic project management services, including invoicing and coordinating the CITY as needed. The ENGINEER shall submit a design progress schedule after the Contract is fully executed. The schedule shall be updated and submitted to the CITY along with monthly progress reports as required under this contract. 6. Surveys The ENGINEER will perform up to 5,000 LF of field surveys to collect horizontal and vertical elevations and other information, which is-needed for use by the ENGINEER in the 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, rim/invert elevations, location and buried utilities, structures, and other features relevant to the final plan sheets. For sewer lines located in alleys or backyards,The ENGINEER will obtain the following: • Obtain permission for surveying through private property. • Locate horizontal and vertical alignment of utility lines. Tie improvements, trees, fences, walls, etc., horizontally along rear lines in an approximately 20'wide strip. In addition, locate all rear house comers and building comers in backyards. • The"foot print"of the primary building on properties where the sanitary sewer service line-is to be relocated or rerouted will be obtained. (Since this is a generic scope of work for design locations, the budgeted amount for surveying for sewer service re-routes is limited to 300 LF. Footage beyond this amount will require more funding from the City for additional survey and service re-route design. A unit fee of$250 per service re-route will be charged.) • Profile existing water and/or sewer line centerline. • Compile base plan from field survey data at a 1 in. = 20 ft. horizontal and 1 in. =4 ft. vertical scale. A horizontal scale of 1 in.=40 ft.may also be used. 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: • 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 can not be obtained, the CITY will direct the Contractor to de-hole the service line at the clean-out location of all buildings or structures so that the Engineer or surveyor can determine the flow line of the sewer service line after contract(s) for the construction of the project have been awarded. • The contractor de-hole must be performed prior to the construction of any sanitary sewer lateral or main which will require the reroute/relocation of existing public and private sanitary sewer service lines. • The Engineer shall then use this information to provide the design or re-design of the sanitary sewer service line to be rerouted or relocated. 7. Right-of-way Preparation The ENGINEER will conduct preliminary research for availability of existing easements where open-cut construction or relocation of existing alignments is probable. Permanent easements will Al -9 be appropriated based on available information and recommendations will be made for approval by the CITY. Preparation and submittal of right-of-way and easements will be in conformance with"Submittal of Information to Real Property for Acquisition of Property". 8. Permits If required,the ENGINEER shall complete all forms necessary for the CITY to obtain permit letters from TxDOT and railroads and submit such forms to the CITY.The CITY shall be responsible for forwarding the forms to the affected agencies for execution. One highway department and one railroad permit are budget for this project. 9. Temporary Easements The ENGINEER will conduct preliminary research for availability of existing easements where _ open-cut construction or relocation of existing alignments is probable. Temporary construction easements will be appropriated based on available information and construction work area needs, and recommendations will be made for approval by the CITY. Preparation and submittal of temporary construction easements will be in conformance with "Submittal of Information to Real Property for Acquisition of Property". 10. Temporary Right of Entry The ENGINEER will conduct preliminary research for availability of existing easements where open-cut construction or relocation of existing alignments is probable. Specific attention to private property access for service reconnections and re-routes will be given and recommendations wilLbe made for approval by the CITY. Preparation and submittal of right-of-way, easements and rights- of-entry will be in conformance with"Submittal of Information to Real Property for Acquisition of Property". B. CONSTRUCTION SERVICES 1. Conceptual Engineering a. Pre-design Activities L Survey Administration Prior to conducting design survey,the ENGINEER will notify affected residents and businesses of the project in writing. The notification letter shall be on company letterhead and shall include the following:project name,limits,DOE Project No.,Consultant's project manager and phone number,scope of survey work and design survey schedule. The letter will be reviewed and approved by the CITY prior to its use by the Surveyor. When conducting site visits to the project location,the consultant or any of its sub- consultants shall carry readily visible information identifying the name of the company and the company representative.All company vehicles shall also be readily identifiable. ii. Pre-Design Coordination Meetings The ENGINEER will attend and document meetings, as required,to discuss and coordinate various aspects of the project and to ensure that the project stays on schedule.For purposes of establishing a scope of work, two (2) meetings are anticipated. These include the following: • One(1)pre-design kick-off meeting,(including the CI TY's Department of Engineering and other departments that are impacted by the project). • One (1) review meeting at completion of the CITY's review of the conceptual engineering plans. Al - 10 iii. Data Collection (As-built research) In addition to data obtained from the CITY,the ENGINEER will research and make efforts to obtain pertinent information to aid in coordination of the proposed improvements with prior sewer system improvements and any 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; utilities, City Master plans, and property ownership as available from the Tax Assessor's office. iv. Coordination with Other Agencies During the concept phase,the ENGINEER shall coordinate with all utilities,including utilities owned by the CITY,TxDOT and railroads.These entities shall also be contacted if applicable,to determine plans for any proposed facilities or adjustment to existing facilities within the project limits.If available,the information obtained shall be shown on the concept plans.The ENGINEER shall show the location of the proposed utility lines,existing utility lines and any adjustments and/or relocation of the existing lines within the project limits. b. Conceptual Plan Preparation The ENGINEER shall produce a conceptual design of the proposed improvements using the field survey data,legal and as-built research,and supplemental field data collected through CCTV review,coordination meetings and field visits. The ENGINEER will also review the CITY's water and sewer master plans and provide a summary of applicable findings pertaining to the proposed project. The ENGINEER shall produce Conceptual Design Reports for submission to the City 120 calendar days after Notice to Proceed Letter is issued. c. Conceptual Design Submittal The ENGINEER will furnish three (3) copies of the conceptual design report that include layouts, preliminary assessment of right-of-way needs and preliminary cost estimates for the recommended sewer re-route conceptual plans. A Conceptual Design Report review meeting will be scheduled and conducted. Upon authorization by the CITY, The ENGINEER will proceed with any remaining survey field activities as necessary for preliminary and final engineering design plan preparation. 2. Preliminary Engineering a. Preliminary Plans Preparation The ENGINEER will consult with the City's Water Department,Department of Engineering, and other CITY departments,public utilities,private utilities,private utilities and government agencies to determine the approximate location of above and underground utilities,and other facilities that have an impact or influence on the project. The ENGINEER will design CITY facilities to avoid or minimize conflicts with existing utilities. ENGINEER will provide the following information: all plans, field notes,plats,maps,legal descriptions, or other specified documents prepared in conjunction with the requested services shall be provided in a digital format compatible with the electronic data collection and computer aided design and drafting software currently in use by the CITY Department of Engineering.All text data such as plan and profile,legal descriptions,coordinate files,cut sheets,etc.,shall be provided in the American Standard Code for Information Interchange (ASCII)format,all drawing files shall be provided in MicroStation(DGN)or AutoCAD (DWG or DXF)format(Version 14 or later),or as otherwise approved in writing by the CITY,and all data collected and generated during the course of the project shall become the property of the CITY. The minimum information to be provided in the plans shall include the following: Al - 11 • 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; • Identified(existing CITY monument#8901,PK Nail,518"Iron Rod) • X, Y and Z coordinates, in an identified coordinate system, and a referred bearing base. Z coordinates on City datum only. • 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 comer 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 control points,per line or location. • Bearings given on all proposed centerlines, or baselines. • Station equations relating utilities to paving,when appropriate. • Obtain the "foot print" of all properties where the sanitary sewer service line is to be relocated or rerouted. Upon approval of Part B,Section 2,The ENGINEER will conduct or prepare the following: i. Plan Profile Sheets Overall water and/or sanitary sewer layout sheets and an overall easement layout sheet(s) shall be provided. Preliminary project plans and profile sheets which show the following:Proposed water and/or sanitary sewer plan/profile and recommended pipe size,fire hydrants,water service lines and meter boxes,gate valves,isolation valves 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. For sewer lines, pipelines schedule for point repairs, rehabilitation and replacement will be located on the base sheets prepared from survey information gathered under Part B, Section 2. Conflicts shall be resolved where pipelines are to be rehabilitated on the same line segment. Base sheets shall reference affected or adjacent streets. Where open-cut construction is anticipated, below and above ground utilities will be located and shown on the base sheets. Existing utilities and utility easements will be shown on the plan and profile sheets. The ENGINEER will coordinate with utility companies and the City of Fort Worth to determine if any future improvements are planned that may impact the project. The design for sewer service line reroute/relocation will be provided by the ENGINEER if the flow line elevation of the sewer service can be determined from the cleanout location or estimated based on finished floor elevations. If this elevation cannot be determined during design survey,reasonable measures will be taken to estimate the depth of sewer service at the building such that the resulting sewer service re-route design can meet or exceed local plumbing codes. The flow line of the building cleanout will be determined by contractor excavation (de-hole) and the proposed service re-route design adjusted, as necessary, to meet all regulatory requirements. All service re-route changes must be approved by the ENGINEER prior to the initiation of the new sewer service re- route construction consistent with the requirements found in Part A,Section A,Item 2. ii. Standard and Special Details Al - 12 The ENGINEER will prepare standard and special detail sheets for water line installation and 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. W. Construction Documents The ENGINEER shall produce the preliminary design contract documents for submission to the City. Generally,the design plan sheets shall be organized as follows: Cover Sheet • Easement layout(if applicable) • Plan&Profile Sheets • Standard Construction Details • Special Details(If applicable) The ENGINEER shall submit a preliminary estimate of probable construction cost with the preliminary plans submitted.The ENGINEER shall assist the CITY in selecting the feasible and/or economical solutions to be pursued. iv. Review Meeting The ENGINEER shall schedule and meet with the CITY to discuss review comments for the preliminary contract documents submitted.The CITY shall direct the ENGINEER in writing to proceed with Final Design for final review. This authorization also directs the ENGINEER to initiate the preparation of right-of-way documents(easements and right-of entry instruments)and to submit plans for utility clearance. b. Preliminary Plans Submittal Preliminary plans and specifications shall be submitted to the CITY 90 calendar days after approval of Part B, Section A,Item 4. The ENGINEER shall deliver three(3)sets of preliminary construction plans, specifications, contract documents and a preliminary estimate of probable construction costs to the CTIY for formal review. The preliminary plans and contract documents review comments will be discussed at the formal review meeting identified in Task B,Item 1-d. The ENGINEER shall incorporate the CITY's preliminary review comments prior to the submission of plans for utility clearance. The ENGINEER shall deliver 13 sets of approved preliminary construction plans to the City's Utility Coordinator for forwarding to all utility companies,which have facilities within the limits of the project. Additional sets of preliminary plans and contract documents,if required,will be provided to the City at a cost based on the labor and expenses associated with the production of the additional deliverables. c. Public Meetings After the preliminary plans have been reviewed and approved by the CITY,the ENGINEER will prepare project exhibits,provide the CITY with a listing of the names and addresses of all residents and businesses to be affected by the proposed project,and will attend public meetings to help explain the proposed project to residents. The CITY shall prepare and mail the invitation letters. Al - 13 3. Final Engineering a. Final Design The ENGINEER shall incorporate the CITY's preliminary review comments and produce revised final design plans and specification for submission to the CITY. Final Construction Documents shall be submitted to CITY 60 calendar days after approval of Task B,Item 2. L Review Meeting The ENGINEER shall schedule and conduct a formal review meeting with the CITY to discuss final design plans and specifications review comments. ii. Storm Water Pollution Prevention Plans If needed, the ENGINEER shall prepare specific Storm Water Pollution Prevention Plan (SW3P) Reports associated with the design locations and include them in the Final Construction Documents to be submitted to the City. If SW3P reports are required in order to cover the specific project design locations,additional funding will be provided by the City to cover those costs at$2,200 per SW3P report. iii. Final Construction Documents Following CITY approval of the recommended improvements, the ENGINEER shall prepare final plans, specifications, contract documents and SW3P Reports for the CITY (each sheet shall be stamped, dated, and signed by the ENGINEER) and submit three Q) sets of plans and construction contract documents within 30 days of CITY's Final Review comments with mylar cover sheet for signatures. These plan sets shall be used for Section D activities. iv. Engineers Estimate of Probable Construction Cost The ENGINEER shall submit a final estimate of probable construction cost with the final plans submitted. 4. Bidding and Construction Assistance a. Bidding Assistance The ENGINEER will make available for bidding, upon request by the CITY, forty(40) sets of the final approved and dated plans and specifications and contract documents for the projects to the CITY for distribution to potential bidders. Additional sets of final contract documents, if required, will be provided to the City at a cost based on the labor and expenses associated with the production of the additional deliverables. The Bid Proposal will be delivered in electronic format. The ENGINEER shall assist the CITY during phase including preparation and delivery of addenda to plan holders and responses to questions submitted to DOE by prospective bidders. The ENGINEER shall attend the scheduled pre-bid conference. The ENGINEER shall assist in reviewing the bids for completeness and accuracy. The ENGINEER shall attend the project bid opening develop bid tabulations in hard copy and electronic format and submit four(4)copies of the bid tabulation. b. Construction Assistance The ENGINEER shall attend the pre-construction conference for the project. The ENGINEER shall also consult with and advise the CITY on design and/or construction changes, if necessary. The ENGINEER shall attend the final inspection for this phase and review the post-construction closed circuit television (CCTV) inspection videotapes, if Al - 14 requested. The ENGINEER shall prepare a brief letter report of the completed project for compliance to the ENGINEER's design. 5. Reproduction Services The ENGINEER shall provide standard reproduction services to produce design plans, specifications,correspondence,reports,and exhibits associated with the project. Reproduction costs exceeding the budgeted amounts shall be passed through to the City as an additional cost beyond the official scope of work. Al - 15 ATTACHMENT "B" COMPENSATION AND SCHEDULE I. Compensation A. Payment for services will be computed on the basis of Salary Costs times a multiplier of 3.0 to determine the payment due for services. The multiplier is a factor that compensates ENGINEER for fringe benefits,overhead,and profit. B. Payments shall also include Direct Non-Labor Expenses which, in general, include expenses for .supplies, transportation, equipment, travel, communication, subsistence and lodging away from home,and similar incidentals. The Direct Non-Labor expenses shall be reimbursable at actual invoice cost plus 5% except for living and travel expenses when away from the home office on business connected with the project. C. Subcontractor cost shall be reimbursed at the actual invoice cost plus 10%. D. Payment for expenses, costs, and services as described in Attachments "A" and `B-3" shall not exceed$677,047. E. Partial payment shall be made monthly, as stipulated on Attachment `B-1", upon receipt of an invoice from the ENGINEER, prepared from the books and records of the ENGINEER outlining the amount of hours worked by each employee, the employee's name and classification, and the employee's salary rate along with itemized charges for any subcontract and reproduction work performed during the period covered by said invoice. Each invoice is to be verified as to its accuracy and compliance with the terms of this contract by an officer of the ENGINEER. Payment according to statements will be subject to certification by the designated representative of the Water Department that such work has been performed. H. Schedule Part 1 — Main 134 Drainage Area Sanitary Sewer: shall be completed 365 days after Notice to Proceed Letter is issued. Part 2 — Management of Sanitary Sewer Cleaning Program City-Contract Main 134 Drainage Area: shall be completed 180 days after Notice to Proceed Letter is issued. Part 3—M134 Drainage Area Sanitary Sewer Rehabilitation&Improvements: shall be completed 300 days after Notice to Proceed Letter is issued. B-1 ATTACHMENT"B-1" (SUPPLEMENT TO ATTACHMENT"B") Method of Payment Partial payment shall be made monthly upon receipt of an invoice from the ENGINEER as stipulated on Item E on Attachment B. The salary rates in Attachment B-2 include a multiplier of 3.0. The ENGINEER shall be paid within 30 days of the receipt of the monthly invoice. Progress Report A. The ENGINEER shall submit to the designated representative of the Water Department monthly progress reports covering all phases of design by the 15th of every month in the format required by the CITY. If the ENGINEER fails to submit the monthly report by the 15th of the month, a time charge shall be made for each worldng day thereafter, not as a penalty but as liquidated damages. The ENGINEER shall pay liquidated damages of Two Hundred Dollars ($200.00) per day for non-compliance. B1-1 ATTACHMENT"B-2" (SUPPLEMENT TO ATTACHMENT"B") HOURLY RATE SCHEDULE AND MISCELLANEOUS CHARGES WADE&ASSOCIATES,INC. Consulting Engineers Fort Worth,TX Employee Classification Hourly Rate Principal/Project Director (PE) ...............................................................................$ 156.00 ProjectManager ............................................................................................................. 125.00 Senior Project Engineer ................................................................................................. 119.00 ProjectEngineer ............................................................................................................... 90.00 Senior Programmer/Analyst ........................................................................................... 89.00 Programmer/Analyst ....................................................................................................... 81.00 StaffEngineer .................................................................................................................... 74.00 Senior Office Technician ................................................................................................. 75.00 FieldManager .................................................................................................................... 93.00 Senior Field Technician ................................................................................................... 68.00 OfficeTechnician ............................................................................................................. 54.00 Field Technician/Inspector ............................................................................................. 56.00 Assistant Field Technician ............................................................................................... 48.00 Clerical ................................................................................................................................ 47.00 OfficeAssistant ................................................................................................................. 37.00 Miscellaneous Charges Rate Subsistence......................................................................................................... at cost plus 5% Subconsultant Services....................................................................................at cost plus 10% Company Field Vehicle ...........................................................................................$0.50/mile Company Passenger Vehicle ..................................................................................$0.45/mile Commercial Transportation ........................................................................... at cost plus 5% Supplies/Materials ..........................................................................:................at cost plus 5% Equipment Rental .........................................................................Commercial Rate Plus 5% Printing/Reproductions ........................ .......................................Commercial Rate Plus 5% Copies ...........................................................................................................................0.10 each Telephone .......................................................................................................................At Cost Fax ............................................................................................................................0.50 each The above miscellaneous charges shall be limited to reasonable and customary charges for these items. Billing by Wade&Associates,Inc. will be prepared each billing period in which services have been rendered. Payments are to be made within 30 days from the date of Invoice. Each billing period is one month in duration. Wade&Associates, Inc. reserves the right on past due accounts to suspend all services and to levy an additional percentage charge per billing period until payment is received. This rate schedule is effective until December 31, 2004 at which time all rates shown are subject to change. B2-1 Attachment "B-3" COST SUMMARY MAIN 134 DRAINAGE AREA SANITARY SEWER SYSTEM EVALUATION AND IMPROVEMENTS P172-070172141090 Part Scope 0f Services Fee M/WBE 1 Main 134 Drainage Area Sanitary Sewer System $531,441 Evaluation 2 Management of Sanitary Sewer Cleaning Program $70,606 City-Contract Main 134 Drainage Area 3 Main 134 Drainage Area Sanitary Sewer $75,000 Rehabilitation&Improvements $6771)047 $189,576 28.0 M/WBE Subconsultant Fees DFW Infrastructure,Inc. $168,626 Gorrondona&Associates, Inc. $15,000 Alphagraphics#83 $5,950 $189,576 B3-1 c ATTACHMENT "B-3A" M/WBE Participation Plan MAIN 134 DRAINAGE AREA SANITARY SEWER SYSTEM EVALUATION AND IMPROVEMENTS P172-070172141090 December 30, 2003 FORT WORTH WATER DEPARTMENT Attn: Mr. Chris Harder,P.E. Planning and Engineering Services Division 1000 Throckmorton Street Fort Worth,TX_76102 Re: M/WBE Participation Commitment for Main 134 Drainage Basin Sanitary Sewer System Evaluation&Improvements Project No.P172-070172141090 WAI File: 0322 Dear Mr. Harder: We appreciate the opportunity to present our M/WBE compliance plan for the above, referenced project. The following represents our fee for the scope of services submitted for this project. In addition, we have secured commitments from three M/WBE sub-consultants who will assist Wade & Associates on this project. We propose the following M/WBE sub-consultants which have been previously approved by the City of Fort Worth Minority/Woman Business Enterprise Office. M/WBE Partner Services to be Provided Fees % of Contract DFW Infrastructure,Inc. Sanitary Sewer Cleaning and $ 168,626.00 24.91% CCTV Inspection Gorrondona&Associates, Surveying Services $ 15,000.00 2.22% Inc. Alphagraphics#83 Copying and Binding Services $5,950.00 0.88% Total $189,576.00 28.01 % Total Contract Amount=$677,047 The letters of commitment from the M/WBE firms listed above are attached. If you have any questions or need additional information,please don't hesitate to call me. WADE&ASSOCIATES,INC. Patrick M.Brown Project Manager ATTACHMENTS cc: Dan Hegwald, P.E.,Wade&Associates, Inc. B3A-1 Attachinent"B-4" COST DETAIL Project No.P172-07DI72141090 Main 134 Drainage Area Wade 13 Associates,Inc. Sanitary Sewer System Evaluation and Improvements Consulting Engineers Fort Worth,TX UNIT PRICE WORK HOURLY RATE WORK Option No.1 Total Cori WORK TASK DESCRIPTION Estimated Hours Estimate Units Unit Cost Quant Amount PR/PD PM PE SE SOT OT SrFT FT CL OA Amount 111 (s) $ $ $155.00 s+2s•$ $„$.m 574M $re.$$ $M.w NLW SUM $47M s37.W S PART 1-SSES M-134 A Fluid Iinvesti ation 1. AdministraboNRe ort 8 100 40 100 16 4 0 0 0 0 $30,056 $30,056 2 Public Outreach Program 4 48 22 0 D 0 0 0 0 0 $10,166 $10,186 3. UI Character¢ation a. Sewer Cleaning and CCTV 6 64 16 0 0 0 264 0 16 0 $32.498 $32,496 E-8'Dia.Comprehensive Cleaning LF 0.79 34,879 27.554.41 $27,554 10'-1T Dia.Comprehensive Cleaning LF 0.95 6,958 6,515.10 $6,615 15'Dia.Comprehensive Cleaning LF 1.05 4,810 5,050.50 $5,051 18'Dia Comprehensive Cleaning LF 1.58 624 985.92 $986 21'Dia.Comprehensive Clearing LF 3.94 1 0.00 s0 24"Dia.Comprehensive Cleaning LF 3.15 3,8M 12,222.00 $12,222 2r Dia.Comprehensive Cleaning LF 4.73 0.00 ..$0 .. 36'Dia.Comprehensive Cleaning LF 525 0.00 $0 6"-12"Dia.Low Pressure Step Cleaning LF 1.58 16.00q 25,280.00 $25,280 6'4r Dia.DIP/CIP Pipe Cleaning LF 4.20 0.00 $0 10'-12'Dia.DIP/CIP Pipe Cleaning LF 6.30 0.00 $0 15"Dia.DIP/CIP Pipe Cleaning LF 10-50 0.00 $0 18"Dia.DIP/CIP Pipe Cleaning LF 15.D0 9251 13,875.00 $13,875 6"-1 2'Dia.Pre TV LF 1.31 16,DCCI 20.960.00 $20,960 6"45'Dia.Post TV LF 0.79 61.541 48,622.13 $48,622 18'-24'Dia.Post TV LF 0.89 5,42q 4,831.81 $4,832 27"-36'Dia.Post TV LF 0.89 C 0.00 $0 6'4r Dia.Flow Control Plugging EA 105.00 3 315.00 $315 15'-24"Dia.Flow Control Plugging EA 210.00 1 210.00 $210 Traffic Control(Commercial Heavy) EA 840.00 1 840.00 $840 Traffic Control(Mufti-Lane Closure) EA 1,575.00 1 1,575.00 $1,575 6-inch Bypass Pump Setup EA 1,575.00 1 1,575.00 $1,575 124nch Bypass Pump Setup EA 2,625.00 1 2,625.D0 $2,625 6-inch Bypass Pumping HR 183.75 5, 918.75 $919 124nch Bypass Pumping HR 262.50 1 1,312.50 $1,313 Pre-TV Reverse Setup EA 236.25 5 1.181.25 $1,181 Post TV Reverse Setup EA 183.75 918.75 $919 4 In Identification a. Base Map Ls 4,000.00 1 4,000.00 $4,000 b. Manhole inspection Each 55.00 770 42,350.00 $42,350 C. Smoke Testing LF 0.35 196,500 68,775.00 0 28 0 80 0 0 0 0 0 0 1 $10,362 $79,137 d. Building Inspection L Residential Each 30-00 50 1,500.00 1 $1,500 ii. Commercial,Institutional,Pudic Each 50.00 50 2,500.00 $2,500 e. Dyed-Water Testing i. Private Sector Each 50.00 25 1250.D0 $1,250 ii. Public Sector Each 225.00 18 4,050.00 $4,050 f. CCTV Inspection Private Service Each 200.00 75 15,000.00 $75,000 g. Database Mana ement 0 0 60 0 0 0 0 0 0 225 $17,012 $17,012 B. Analysis 1, In Data Analysis 0 16 16 0 d60 32 0 0 0 0 $8,175 $8,175 2 - - Engineering Analysis - - - 0 16 32 0 0 0 0 0 0 $7,379 $7,379 3, CCTV tape review/recommendations Line Se $75.00 745 55,875.00 $55,875 C. Report 1. Draft Report 8 32 100 0 80 0 0 0 0 $28,565 $28,565 2. Review Meetin 0 24 24 0 8 0 0 0 0 $6,917 $6,917 3, Final Re rt 0 12 24 0 40 0 0 0 0 $7,168 $7,168 4. Deliverables 0 0 1 0 1 0 0 8 0 0 0 0 $475 $475 Sub-Total Part 1 $531 441 PART 2-Management of Sanitary Sewer Cleaning Pro ram Ci -Contract A Mana ement/Adminstration 1. Pre ualification of Contractors 0 16 0 0 0 0 D 0 0 0 $2,200 $2,200 2, Prepare Bidding Documents 0 40 80 0 0 32 0 0 16 0 $18,700 $18,700 3. Bidding Assistance D 16 16 0 0 0 0 0 0 0 $4.294 $4,294 4, Adminstration/M nt of Contractor B 100 40 0 32 24 264 0 24 0 $45.4T77$77 $45,412 Sub-Total Part 2 060 PART 3-Main 134 Drainage Area Sancta Sewer Rehabilitation and Improvements A Special Services 1. Existing CCTV Tape Review $0 0 2 0 4 6 0 8 0 0 0 $1,694 $1,694 2, Dye Testing Each 150.00 1 $150 0 0 1 0 0 0 0 0 0 D $131 $281 3, Special Coordination Meetings Each $240.00 1 $240 0 1 0 0 0 0 0 0 1 0 $189 $429 4. Public Meetings $0 0 3 0 2 6 0 0 0 4 0 $1,277 $1,277 5. Monthly Progress Reports $0 0 10 0 0 0 0 0 0 B 0 $1,789 $1,789 6. Surveys LF $3.10 5,000 $15,500 0 0 0 0 0 0 0 0 0 0 $0 $15,500 7 Right-of-way Preparation Admin. $0 0 2 0 0 2 0 0 0 0 0 $440 $440 Permanent Easements Lot and Block Each $400.00 1 $400 0 1 1 0 2 0 0 0 1 0 $485 $885 b. Permanent Esmnts Metes and Bounds) Each $600.00 0 $0 0 1 1 0 2 0 0 0 1 1 0 $485 $485 8 Permits a. TxDOT Permits Ea. $600.00 0 $0 0 1 0 0 1 0 0 0 1 0 $272 $272 b. RR Permits Ea $800.00 0 $0 0 2 0 0 2 0 0 0 1 D $492 $492 9 Temporary Easements Ea $125.00 0 $0 0 0 0 0 0 0 0 0 0 0 $0 so 10 Tempoary Rl ht of Entry Ea $100.00 2 $2D0 0 0 0 0 0 0 0 0 0 0 $0 $200 B.Construction Services 1. Conceptual Engineering a. Pre-Design Activities i.Survey Administration $0 0 8 0 0 0 0 0 0 6 0 $1,410 $1,410 Attachment"B-4"• COST DETAIL Project No.P172-070172141090 Main 134 Drainage Area Wade&Associates,Inc. Sanitary Sewer System Evaluation and Improvements Consulting Engineers Fort Worth,TX 0. Pre-Design Coordination Meetings $0 0 2 4 0 8 0 0 0 0 0 $1 459 $1.459 1Ti. Data Collection As-Built Research $0 0 4 0 8 16 8 0 8 0 0 $3,489 $3,489 iv.Coordination with Agencies Utilities $0 0 1 2 2 2 1 4 0 D 4 0 $1 172 $1 172 b. Conceptual Plan Preparation $0 0 8 4 8 B 0 0 0 8 0 $3,348 $3,348 C. Conceptual Design Submittal $0 0 2 2 4 4 D 0 0 4 0 $1,399 $1,399 2. Preliminary Engineering a. Preliminary Plans Preparation t. Plan Profile Sheets $0 0 6 16 24 84 24 0 0 0 0 $13 229 $13,229 Vt. Standard and Special Details $0 0 2 8 0 12 4 0 0 0 0 $2.5501 $2,550 1H.Construction Documents $0 0 4 8 8 12 0 0 0 10 0 $3.755 $3,755 iv.Review Meetin Ea. $800.00 1 $800 0 2 0 0 2 0 0 0 0 1 1 $481 $1,281 b. Preliminay Pians Submittal $0 0 2 0 0 4 0 0 0 2 0 1 $708 $708 C. Public Meetings $0 0 4 2 2 6 0 0 0 2 D 1 $1 573 $1,573 3. Final Engineering a. Final Design i. Review Meeting Ea. $800.00 1 $800 0 2 0 0 2 0 0 0 0 0 $440 $1 40 ii.Storm Water Pollution Prevention Plans Ea. $2,200.00 0 $0 0 0 0 0 0 0 0 0 0 0 $0 $0 iii. Final Construction Documents -$0 0 8 12 16 30 0 0 0 4 0 $6,655 $6 655 iv. Engineer's Estimate $0 0 B D 0 8 0 0 0 0 0 $1,760 $1,760 4 Biddingand Construction Assistance a. BiddingAssistance 0 4 0 0 6 0 0 0 2 0 $1,148 $1,148 b. Construction Assistance 0 8 0 0 4 0 0 0 0 0 $1 430 $1,430 5. Reproduction Services a. Conceptual Design Reports Printin $350 0 0 0 0 0 0 0 0 0 0 $0 $350 b. Preliminary Plans(Utility Clearance) Printing $650.00 1 $650 0 0 0 0 0 0 0 0 0 0 $0 $650 C. Final Construction Documents Printing $2,400.00 1 $2,400 0 0 0 0 0 0 D 0 0 0 $D $2,400 d. Public No0fication/Public Meetings Printing $250 0 0 0 0 0 0 0 0 0 0 $D $250 Sub-Total Part 3 $75,000 Total All Parts $677,047 M/WBE Subconsultant Fee Fee DFW Infrastructure,Inc. $168,626.00 24.91% Gonondona&Associates,Inc. $15.000.00 2.22% Alphagraphics#83 $5,950.00 0.88% Total M/WBE Plan $189,576.00 28.00% Attachment "C" CHANGES AND AMENDEMENTS TO STANDARD AGREEMENT AND ATTACHMENT "A" No modifications to the STANDARD ENGINEERING CONTRACT were necessary for this project. C-1 Attachment "D" INSURANCE CERTIFICATES Client#:47949 WADASC aco�ttn CERTIFICATE OF LIABILITY INSURANCE 03f2 o" 4 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Van Gilder Agency Co.(KS) ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 6700 Antioch,Suite 200 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Merriam,KS 66214 913 671-78T7 INSURERS AFFORDING COVERAGE INSURED INSURER A• United States Fidelity S Guaranty Wade S Associates,Inc. INSURER B. Fidelity S Guaranty Ins Underwrite 1201 Wakarusa Dr.,Building D INSURER C Hartford Accident&Indemnity Lawrence,KS 66049 INSURER D: St.Paul Fire&Marine INS Co INSURER E: COVERAGES 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. NSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATIONM LIMITS LTR _ DATE M/DD DATE M/DD A GENERAL LI BTY BKO1292228 10/11/03 10/11/04 EACH OCCURRENCE $1 000000 W X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Any onefire) $300000 CLAIMS MADE rx-1 OCCUR MED EXP(Any one person) $10 000 X Broad Form PERSONAL s ADV INJURY $1,000,000 Contractual GENERAL AGGREGATE $2 000 000 GENLAGGREGATELIMRAPPLIESPER: PRODUCTS-COMP/OPAGG s2,000,000 POLICY PRO- LOC B AUTOMOBRE LI4surY BA01302236 10/11/03 10/11/04 COMBINED SINGLE LIMIT B X ANYAUTo BA01302337 10/11/03 10/11/04 (Ea accident) $1,000,000 ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per Pew) X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) X Hired Auto PROPERTY DAMAGE $ Ph s Dm (Peracddenq GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAW EA ACC $ AUTO ONLY: AGG $ A EXCESS LIABILITY BKO1292228 10/11/03 10/11/04 EACH OCCURRENCE $1,000,000 X OCCUR CLAIMS MADE AGGREGATE $1,000,000 $ DEDUCTIBLE $ X -RETENTION $O $ C WORKERS COMPENSATION AND 34WBGKD5030 10/11/03 10/11/04 X wcsTATu- PER EMPLOYERS'LUABKJrY El.EACH ACCIDENT $500,000 E.L.DISEASE-EA EMPLOYEE $500,000 E.L DISEASE-POLICY LIMIT s500,000 D OTHER Professional QP03801302 10/11/03 10/11/04 $1,000,000 per claim Liability $2,000,000 annl aggr. DESCRIPTION OF OPERATIONSILOCATIONS/VEHK:LESIEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Re:Main 134 Drainage Area Sanitary Sewer System Evaulation and Improvements P172-070172141090 WA10322 CERTIFICATE HOLDER ADDITIONALINSURED•INSURERLETTER: CANCELLATION SHOULD ANYOF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Fort Worth,Texas DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL&I DAYSWRrrrEN Attn:Chris Hardner,P.E. NOTICETOTHE CERTIFICATE HOLDER NAMED TOTHE LEFT,BUTFAILURE TODOSOSHALL 1000 Throckmorton Street IMPOSE NO OBLIGATION OR LIABILITY OF ANYKIND UPON THE INSURER,ITSAGENTS OR Fort worth,TX 76102 REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ACORD 25S(7197)1 Of 1 #S350506/M325841 jo, MSW 0 ACORD CORPORATION 1988 � s ATTACHMENT E PROJECT LOCATION MAP M-134 DRAINAGE AREA PROJECT 5 LOCATION 199 121 5 820 820 30 30 o ARLINGTON - FORT WORTH 820 183 5 The M IM Drainage Area is geogtaphicaly bounded to the North by 7th Street, the South by Vickery Blvd, the West by Penticost Street and the East by N. Forest Park Blvd This area can be located in the Fort Worth Mapsco on page 75 in sections G D , F , a AK, 1, KQ and R. And on pap 76in sections A, B, G E, F and L t CITY SECRETARY CONTRACT NO. d CITY OF FORT WORTH,TEXAS STANDARD AGREEMENT FOR ENGINEERING SERVICES This AGREEMENT is between the City of Fort Worth (the"CITY'), and Wade&Associates, Inc., (the "ENGINEER"), fora PROJECT generally described as: .r VILLAGE CREEK DRAINAGE AREA WASTEWATER EVALUATION STUDY P170-070170410010 Article I Scope of Services A. The Scope of Services is set forth in Attachment A. Article II Compensation A. The ENGINEER's compensation is set forth in Attachment B. Article III Terms of Payment Payments to the ENGINEER will be made as follows: A. Invoice and Payment (1) The Engineer shall provide the City sufficient documentation to reasonably substantiate the invoices. (2) Monthly invoices will be issued by the ENGINEER for all work performed under this AGREEMENT. Invoices are due and payable within 30 days of receipt. (3) Upon completion of services enumerated in Article I, the final payment of any balance will be due within 30 days of receipt of the final invoice. (4) In the event of a disputed or contested billing, only that portion so contested will be withheld from payment, and the undisputed portion will be paid. The CITY will exercise reasonableness in contesting any bill or 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 -1- 1 - faith within 60 days of the amount due, the ENGINEER may, after giving seven (7) days'written notice to CITY, suspend services under this AGREEMENT until paid in full, including interest. In the event of suspension of services, the ENGINEER shall have no liability to CITY for delays or damages caused the CITY because of such suspension of services. Article IV Obligations of the Engineer Amendments to Article IV, if any, are included in Attachment C. A. General The ENGINEER will serve as the CITY's professional engineering representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto. B. Standard of Care The standard of care applicable to the ENGINEER's services will be the degree of skill and diligence normally employed in the State of Texas by professional engineers or consultants performing the same or similar services at the time such services are performed. C. Subsurface Investigations (1) The ENGINEER shall advise the CITY with regard to the necessity for subcontract work such as special surveys, tests, test borings, or other subsurface investigations in connection with design and engineering work to be performed hereunder. The ENGINEER shall also advise the CITY concerning the results of same. Such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise specified in Attachment A. (2) In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect the total PROJECT cost and/or execution. These conditions and costlexecution 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 -2- r, property of the CITY. CITY may use such drawings in any manner it desires; provided, however, that the ENGINEER shall not be liable for the use of such drawings for any project 'other than the PROJECT described herein. E. Engineer's Personnel at Construction Site (1) The presence or duties of the ENGINEER's personnel at a construction site, whether as on-site representatives or otherwise, do not make the ENGINEER or its personnel in any way responsible for those duties that belong to the CITY and/or the CITY's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The ENGINEER and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. (2) Except to the extent of specific site visits expressly detailed and set forth in Attachment A, the ENGINEER or its personnel shall have no obligation or responsibility to visit the construction site to become familiar with the progress or quality of the completed work on the PROJECT or to determine, in general, if the work on the PROJECT is being performed in a manner indicating that the PROJECT, when completed, will be in accordance with the Contract Documents, nor shall anything in the Contract Documents or the agreement between CITY and ENGINEER be construed as requiring ENGINEER to make exhaustive or continuous on-site inspections to discover latent defects in the work or otherwise check the quality or quantity of the work on the PROJECT. If, for any reason, the ENGINEER should make an on-site observation(s), on the basis of such on-site observations, if any, the ENGINEER shall endeavor to keep the CITY informed of any deviation from the Contract Documents coming to the actual notice of ENGINEER regarding the PROJECT. (3) When professional certification of performance or characteristics of materials, systems or equipment is reasonably required to perform the services set forth in the Scope of Services, the ENGINEER shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required in the Contract Documents. F. Opinions of Probable Cost, Financial Considerations,and Schedules (1) The ENGINEER shall provide opinions of probable costs based on the current available information at the time of preparation, in accordance with Attachment A. -3- (2) In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, the ENGINEER has no control over cost or price- of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or qualify of performance by third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, the ENGINEER makes no warranty that the CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from the ENGINEER's opinions, analyses, projections, or estimates. G. Construction Progress Payments Recommendations by the ENGINEER to the CITY for periodic construction progress payments to the construction contractor will be based on the ENGINEER's knowledge, information, and belief from selective sampling and observation that the work has progressed to the point indicated. Such recommendations do not represent that continuous or detailed examinations have been made by the ENGINEER to ascertain that the construction contractor has completed the work in exact accordance with the Contract Documents; that the final work will be acceptable in all respects; that the ENGINEER has made an examination to ascertain how or for what purpose the construction contractor has used the moneys paid; that title to any of the work, materials, or equipment has passed to the CITY free and clear of liens, claims, security interests, or encumbrances; or that there are not other matters at issue between the CITY and the construction contractor that affect the amount that should be paid. H. Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. The ENGINEER is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. I. Minority and Woman Business Enterprise(M/WBE) participation In accord with City of Fort Worth Ordinance No. 11923, as amended by Ordinance 13471, the City has goals for the participation of minority business enterprises and woman business enterprises in City contracts. Engineer acknowledges the M/ BE 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. -4- c ` J. Right to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the ENGINEER involving transactions relating to this contract. ENGINEER agrees that the CITY shall have access during normal working hours to all necessary ENGINEER facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The CITY shall give ENGINEER reasonable advance notice of intended audits. (2) ENGINEER further agrees to include in all its subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shall, until the expiration of three(3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subconsultant, involving transactions to the subcontract, and further, that the CITY shall have access during normal working hours to all subconsultant facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with subsection (3)hereof. CITY shall give subconsultant reasonable advance notice of intended audits. (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. ENGINEER's Insurance (1) Insurance coverage and limits: ENGINEER shall provide to the City certificate(s) of insurance documenting policies of the following coverage at minimum limits which are to be in effect prior to commencement of work on the PROJECT: Commercial General Liability $1,000,000 each occurrence $1,000,000 aggregate Automobile Liability $1,000,000 each accident (or reasonably equivalent limits of coverage if written on a split limits basis).Coverage shall be on any vehicle used in the course of the PROJECT. Worker's Compensation Coverage A: statutory limits -5- A Coverage B: $100,000 each accident -$500,000-disease policy Omit $100,000 disease-each employee Professional Liability $1,000,000 each claim/annual aggregate (2) Certificates of insurance evidencing that the ENGINEER has obtained all required insurance shall be delivered to the CITY prior to ENGINEER proceeding with the PROJECT. (a) Applicable policies shall be endorsed to name the CITY an Additional Insured thereon, as its interests may appear. The term CITY shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. (b) Certificate(s) of insurance shall document that insurance coverages specified according to items section K.(1) and K.(2) of this agreement are provided under applicable policies documented thereon. (c) Any failure on part of the CITY to request required insurance documentation shall not constitute a waiver of the insurance requirements. (d) A minimum of thirty (30) days notice of cancellation, non-renewal or material change in coverage shall be provided to the CITY. A ten (10) days notice shall be acceptable in the event of non-payment of premium. Such terms shall be endorsed onto ENGINEER's insurance policies. Notice shall be sent to the respective Department Director (by name), City of Fort Worth, 1000 Throckmorton, Fort Worth,Texas 76102. (e) Insurers for all policies must be authorized to do business in the state of Texas or be otherwise approved by the CITY; and, such insurers shall be acceptable to the CITY in terms of their financial strength and solvency. (f) Deductible limits, or self-insured retentions, affecting insurance required herein may be acceptable to the CITY at its sole discretion; and, in lieu of traditional insurance, any alternative coverage maintained through insurance pools or risk retention groups must be also approved. Dedicated financial resources or letters of credit may also be acceptable to the City. (g) Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. (h) The City shall be entitled, upon its request and without incurring expense, to review the ENGINEER's insurance policies including endorsements thereto and, at the CITY's discretion, the ENGINEER may be required to -6- provide proof of insurance premium payments. (1) The Commercial General Liability insurance policy shall have no exclusions by endorsements unless such are approved by the CITY. (j) The Professional Liability insurance policy, if written on a claims made basis shall be maintained by the ENGINEER for a minimum two (2) year period subsequent to the term of the respective PROJECT contract with the CITY unless such coverage is provided the ENGINEER on an occurrence basis. (k) The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement. It is understood that insurance cost is an allowable component of ENGINEER's overhead. (1) All insurance required in section K., except for the Professional Liability insurance policy, shall be written on an occurrence basis in order to be approved by the CITY. (m) Subconsultants to the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably equivalent insurance coverage as required for the ENGINEER. When insurance coverage is maintained by subconsultants, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. Notwithstanding anything to the contrary contained herein, in the event a subconsultant's insurance coverage is canceled or terminated, such cancellation or termination shall not constitute a breach by ENGINEER of the Agreement. L. Independent Consultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor,agent, or employee of the CITY. M. Disclosure The ENGINEER acknowledges to the CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interest, direct or indirect, in property abutting the proposed PROJECT and business relationships with abutting property cities. The ENGINEER further acknowledges that it will make disclosure in writing of any conflicts of interest which develop subsequent to the signing of this contract and prior to final payment under the,contract. N. Asbestos or Hazardous Substances (1) If asbestos or hazardous substances in any form are encountered or suspected, the -7- , 3 ENGINEER will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. (2) If asbestos or other hazardous substances are suspected, the ENGINEER will, if requested, assist the CITY in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. O. Permitting Authorities -Design Changes If permitting authorities require design changes so as to comply with published design criteria and/or current engineering practice standards which the ENGINEER should have been aware of at the time this Agreement was executed, the ENGINEER shall revise plans and specifications, as required, at its own cost and expense. However, if design changes are required due to the changes in the permitting authorities' published design criteria and/or practice standards criteria which are published after the date of this Agreement which the ENGINEER could not have been reasonably aware of, the ENGINEER shall notify the CITY of such changes and an adjustment in compensation will be made through an amendment to this AGREEMENT. Article V Obligations of the City Amendments to Article V, if any, are included in Attachment C. A. City-Furnished Data The CITY will make available to the ENGINEER all technical data in the CITY's possession relating to the ENGINEER's services on the PROJECT. The ENGINEER may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. B. Access to Facilities and Property The CITY will make its facilities accessible to the ENGINEER as required for the ENGINEER's performance of its services and will provide labor and safety equipment as required by the ENGINEER for such access. The CITY will perform, at no cost to the ENGINEER, such tests of equipment, machinery, pipelines, and other components of the CITY's facilities as may be required in connection with the ENGINEER's services. The CITY will be responsible for all acts of the CITY's personnel. C. Advertisements, Permits,and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights-of-way, and access necessary for the ENGINEER's -8- services or PROJECT construction. D. Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule in Attachment D. E. Prompt Notice The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEER' services or of any defect in the work of the ENGINEER or construction contractors. F. Asbestos or Hazardous Substances and Indemnification (1) To the maximum extent permitted by law, the CITY will indemnify and release ENGINEER and its officers, employees, and subcontractors from all claims, damages, losses, and costs, including, but not limited to, attorney's fees and litigation expenses arising out of or relating to the presence, discharge, release, or escape of hazardous substances, contaminants, or asbestos on or from the PROJECT. Nothing contained herein shall be construed to require the CITY to levy, assess or collect any tax to fund this indemnification. (2) The indemnification and release required above shall not apply in the event the discharge, release or escape of hazardous substances, contaminants, or asbestos is a result of ENGINEER'S negligence or if such hazardous substance, contaminant or asbestos is brought onto the PROJECT by ENGINEER. G. Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the provisions of Article IV.E. regarding the ENGINEER' Personnel at Construction Site, and provisions providing contractor indemnification of the CITY and the ENGINEER for contractor's negligence. H. Contractor Claims and Third-Party Beneficiaries (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain no direct action against the ENGINEER, its officers, employees, and subcontractors, for any claim -9- 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 Risklinstallation insurance is maintained at the replacement cost value of the PROJECT. The CITY may provide ENGINEER a copy of the policy or documentation of such on a certificate of insurance. (3) The CITY will specify that the Builders Risklinstallation insurance shall be comprehensive in coverage appropriate to the PROJECT risks. J. Litigation Assistance The Scope of Services does not include costs of the ENGINEER for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. In the event CITY requests such services of the ENGINEER, this AGREEMENT shall be amended or a separate agreement will be negotiated between the parties. 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. -10- f Article VI General Legal Provisions Amendments to Article VI, if any, are included in Attachment C. A. Authorization to Proceed ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. B. Reuse of Project Documents All designs, drawings, specifications, documents, and other work products of the ENGINEER, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. Reuse, change, or alteration by the CITY or by others acting through or on behalf of the CITY of any such instruments of service without the written permission of the ENGINEER will be at the CITY's sole risk. The final designs, drawings, specifications and documents shall be owned by the CITY. C. Force Majeure The ENGINEER is not responsible for damages or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the control of the ENGINEER. D. Termination (1) This AGREEMENT may be terminated only by the City for convenience on 30 days' written notice. This AGREEMENT may be terminated by either the CITY or the ENGINEER for cause if either party fails substantially to perform through no fault of the other and does not commence correction of such nonperformance with five (5) days of written notice and diligently complete the correction thereafter. (2) If this AGREEMENT is terminated for the convenience of the City, the ENGINEER will be paid for termination expenses as follows: a) Cost of reproduction of partial or complete studies, plans, specifications or other forms of ENGINEER'S work product; b) Out-of-pocket expenses for purchasing storage containers, microfilm, electronic data files, and other data storage supplies or services; c) The time requirements for the ENGINEER'S personnel to document the work underway at the time the CITY'S termination for convenience so that the work effort is suitable for long time storage. -11- f (3) Prior to proceeding with termination services, the ENGINEER will submit to the CITY an itemized statement of all termination expenses. The CITY'S approval will be obtained in writing prior to proceeding with termination services. E. Suspension, Delay,or Interruption to Work The CITY may suspend, delay, or interrupt the services of the ENGINEER for the convenience of the CITY. In the event of such suspension, delay, or interruption, an equitable adjustment in the PROJECTS schedule, commitment and cost of the ENGINEER's personnel and subcontractors, and ENGINEER's compensation will be made. F. Indemnification (1) The ENGINEER agrees to indemnify and defend the CITY from any loss, cost, or expense claimed by third parties for property damage and bodily injury, including death, caused solely by the negligence or willful misconduct of the ENGINEER, its employees, officers, and subcontractors in connection with the PROJECT. (2) If the negligence or willful misconduct of both the ENGINEER and the CITY (or a person identified above for whom each is liable) is a cause of such damage or injury, the loss, cost, or expense shall be shared between the ENGINEER and the CITY in proportion to their relative degrees of negligence or willful misconduct as determined pursuant to T.C.P. & R. Code, section 33.011(4) (Vernon Supplement 1996). G. Assignment Neither party will assign all or any part of this AGREEMENT without the prior written consent of the other party. H. Interpretation Limitations on liability and indemnities in this AGREEMENT are business understandings between the parties and shall apply to all the different theories of recovery, including breach of contract or warranty, tort including negligence, strict or statutory liability, or any other cause of action, except for willful misconduct or gross negligence for limitations of liability and sole negligence for indemnification. Parties means the CITY and the ENGINEER, and their officers, employees, agents, and subcontractors. I. Jurisdiction The law of the State of Texas shall govern the validity of this AGREEMENT, its interpretation and performance, and any other claims related to it. The venue for any litigation related to this AGREEMENT shall be Tarrant County, Texas. -12- J. Alternate Dispute Resolution (1) All claims, disputes, and other matters in question between the CITY and ENGINEER arising out of, or in connection with this Agreement or the PROJECT, or any breach of any obligation or duty of CITY or ENGINEER hereunder, will-be submitted to mediation. If mediation is unsuccessful, the claim, dispute or other matter in question shall be submitted to arbitration if both parties acting reasonably agree that the amount of the dispute is likely to be less than $50,000, exclusive of attorney's fees, costs and expenses. Arbitration shall be in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association or other applicable rules of the Association then in effect. Any award rendered by the arbitrators less than $50,000, exclusive of attorney's fees, costs and expenses, will be final, judgment may be entered thereon in any court having jurisdiction, and will not be subject to appeal or modification except to the extent permitted by Sections 10 and 11 of the Federal Arbitration Act(9 U.S.C. Sections 10 and 11). (2) Any award greater than $50,000, exclusive of attorney's fees, costs and expenses, may be litigated by either parry 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 parry for any purpose in the litigation. K. Severability and Survival If any of the provisions contained in this AGREEMENT are held for any reason to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability will not affect any other provision, and this AGREEMENT shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. Articles V.F., VI.B., VI.D., VI.H., VI.I., and VI.J. shall survive termination of this AGREEMENT for any cause. L. Observe and Comply ENGINEER shall at all times observe and comply with all federal and State laws and regulations and with all City ordinances and regulations which in any way affect this AGREEMENT and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. ENGINEER agrees to defend, indemnify and hold harmless CITY and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation,whether it be by itself or its employees. -13- Article VII Attachments,Schedules,and Signatures This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A-Scope of Services Attachment B-Compensation Attachment C-Amendments to Standard Agreement for Engineering Services Executed this�day of &&M14W , 2000. ATTEST: CITY OF FORT WORTH loria Pears Mike Groomer City Secretary Assistant City Manager kn4-4-- .2 0d lQ AP7L4 contract Authorization ��11 //! 7 OV Date Dale A. Fissele P. Director,Water Dellartment APPROVED AS TO FORM AND LEGALITY WADE&ASSOCIATES, INC. ENGINEER Assistan Attorney Mark G.Wade, P.E. President 44- t ' ATTACHMENT"A" General Scope of Services "Scope of Services set forth herein can only be modified by additions, clarifications, and/or deletions set forth in the supplemental Scope of Services. In cases of conflict between the Supplemental Scope of Services and the General Scope of Services, the Supplemental Scope of Services shall have precedence over the General Scope of Services." "Scope of Services set forth herein can only be modfr led by additions, clariflcaiions, and/or dditions set fortis in the supplemental Scope of Services. In cases of conflict between the Supplemental Scope of Services and the General Scope of Services, the Supplemental Scope of Services shall have precedence over the General Scope of Services." GENERAL 1) Preliminary Conference with City The Engineer shall attend preliminary conferences with authorized representatives of the City regarding the scope of project so that the study and recommendations which are to be developed hereunder by the Engineer will result in providing facilities which are economical in design and conform to the City's requirements and budgetary constraints. 2) Coordination with Outside Agencies/Public Entities The Engineer shall coordinate with officials of other outside agencies as may be necessary for the completion of the study. It shall be the Engineers duty hereunder to secure necessary information from such outside agencies,to meet their requirements. 3) Geotechnical Investigations Not applicable. 4) Agreements and Permits The Engineer shall complete all forms/applications to allow the City of Fort Worth to obtain any and all agreements and/or permits normally required for a project of this size and type. The Engineer will be responsible for negotiating and coordinating to obtain approval of the agency issuing the agreement and/or permits and will make any revisions necessary to bring the study into compliance with the requirements of said agency, including but not limited to highways, railroads, water authorities, Corps of Engineers and other utilities. 5) Report Changes Relating to Permitting Authorities -15- If permitting authorities require changes, the Engineer shall revise the study as required at the Engineers own cost and expense, unless such changes are required due to changes made by the permitting authority. If such changes are required, the Engineer shall notify the City and an amendment to the contract shall be made if the Engineer incurs additional cost. If there are unavoidable delays, a mutually agreeable and reasonable time extension shall be negotiated. 6) Map and Report Submittal Copies of the base maps and report shall be provided to the Water Department and shall become the property of the City. City may use such report in any manner it desires; provided, however that the Engineer shall not be liable for the use of such report for any project other than the project described herein; and further provided, that the Engineer shall not be liable for the consequences of any changes that are made to the report or changes that are made in the implementation of the report without the written approval of the Engineer. The Engineer shall furnish the City with GPS technology mapping all manhole locations using coordinate geometry. 7) Right-of-Way, Easement and Land Acquisition Needs The Engineer shall determine the rights-of--way, easement needs for the completion of the study. Engineer shall determine ownership of such land and furnish the City with the necessary right-of--way sketches, prepare necessary easement descriptions for acquiring the rights-of--way. 8) Design Survey Not applicable. 9) Utility Coordination The Engineer shall coordinate with all utilities, including utilities owned by the City, as to the proposed utility liens or adjustment to existing utility lines within the project limits. The information obtained shall be shown on the conceptual plans. The Engineer shall show on the preliminary and final plans the location of the proposed utility lines, existing utility lines, based on the information provided by the utility, and any adjustments and/or relocation of the exiting lines within the project limits. The Engineer shall also evaluate the phasing of the water, wastewater, street and drainage work,and shall submit such evaluation in writing to the City as part of this phase of the project. 10) Conceptual Plans Not applicable. 11) Report Data The Engineer shall provide in the report cost data on rehabilitation of manholes, I/I defects, and capacity improvements. -16- 12) Preliminary Construction Plans and Technical Specifications Not applicable. 13) Final Construction Plans Not applicable. 14) Detailed Cost Estimate The Engineer shall furnish four (4) copies of the detailed cost estimates of probable construction costs for manhole and pipeline rehabilitation, which shall include summaries of the unit costs and corresponding quantities. 15) Plans and Specification Approval Not applicable. 16) Final Approved Construction Plans Not applicable. 17) Bidding Assistance The Engineer shall issue addenda as appropriate to interpret, clarify, or expand the bidding documents for Cleaning and Closed Circuit Television Inspection, and assist the owner in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. When substitution prior to the award of contracts is allowed by the bidding documents, the Engineer will advise the owner as to the acceptability of alternate materials and equipment proposed by the prospective constructors. 18) Recommendation of Award The Engineer shall assist in the tabulation and review of all bids received for the construction of the project and shall make a recommendation of award to the City. 19) Prebid.Conference The Engineer shall attend the prebid conference and the bid opening, prepare bid tabulation sheets and provide assistance to the owner in evaluating bids or proposals and in assembling and awarding contracts for Cleaning and Closed Circuit Television Inspection. 20) Preconstruction Conference The Engineer shall attend the preconstruction conference. -17- 21) Sewer Cleaning and CCTV Project Management The Engineer shall be available to the City on matters concerning the layout of the project during its execution. 22) Site Visits The Engineer shall visit each scheduled site at appropriate intervals as cleaning and CCTV inspection work proceeds to observe and report on the progress and the quality of the executed work. 23) Shop Drawing Review Not applicable. 24) Instructions to Contractor The Engineer shall provide necessary interpretations and clarifications of contract documents, review change orders and make recommendations as to the acceptability of the work, at the request of the City. 25) Differing Site Conditions The Engineer shall prepare sketches required to resolve problems due to actual field conditions encountered. 26) Record Drawings Not applicable. -18- 1 ATTACHMENT "A-1" SUPPLEMENTAL SCOPE OF SERVICES (SUPPLEMENT TO ATTACHMENT "A") Village Creek Drainage Basin Wastewater Collection System Evaluation Study Project No.P170-070170410010 The following is a description of the tasks that the ENGINEER will perform under this engineering agreement. Generally,the project has been subdivided into vur(4)distinct parts: Part 1—Sanitary Sewer Collection Main Evaluation Study in the Middle and Upper Village Creek Drainage Area Part 2—Pipeline Condition Assessment of Main 244A and 244B,Main 257A,257B,and 257C Part 3—Sanitary Sewer Main 503 Condition Assessment Part 4—Capacity Utilization Analysis Following is a detailed historical description of each part: PART 1—SANITARY SEWER COLLECTION MAIN EVALUATION STUDY IN THE MIDDLE AND UPPER VILLAGE CREEK DRAINAGE AREA Analysis of wastewater flows previously metered within the Middle and Upper Village Creek Drainage Area as well as Burleson and Crowley Wholesale Customer Meters revealed the presence of substantial inflow and infiltration(I/I).Peaking factors greater than 5:1 have been observed during the analysis period. The Wastewater Collection System Master Plan recommends additional parallel relief sewers be built from the Village Creek Wastewater Treatment Plant to the upper reaches of the Village Creek Drainage Basin in the current 5-year planning period.The purpose of this study is to identify major sources of I/I and recommends a rehabilitation program to reduce peak wet weather wastewater flows along the main sewer alignments,in order to postpone or eliminate the need for additional capacity improvements proposed under the Master Plan.Particular emphasis will be put on those locations where the sanitary sewers are in close proximity to creeks,ponds,drainage courses, and storm drains.The study will also determine the relative percentage of wet-weather induced I/I that enters the Village Creek wastewater main sewers from the wholesale customer cities. PART 2—PIPELINE CONDITION ASSESSMENT:MAIN 244A AND 244B,MAIN 257A,257B and 257C Previously the CITY had identified structural deficiencies in the Village Creek Collector Mains(Mains 244A,244B,257A,257B and 257C).These mains represent approximately 55,400 LF of concrete pipe. Under normal conditions these mains have been observed to be flowing at near or above capacity. Since these mains were constructed in 1950 and 1960's,a major cleaning project is required to remove debris accumulation to restore the pipeline's original hydraulic capacity.Furthermore,to fully assess the condition of these mains,a comprehensive CCTV inspection will be performed. PART 3—SANITARY SEWER MAIN 503 CONDITION ASSESSMENT Recently Sanitary Sewer Main 503 was found to have major structural deterioration due to corrosion.This main was constructed under three separate contracts during the past 15 years and represents approximately 46,000 linear feet of concrete pipe.Pipe diameter ranges from 48"to 54. Construction of Main 503*,a parallel relief sewer,was completed in 1998 and this main is observed to be flowing near its capacity. Al - I PART 4—CAPACITY UTILIZATION ANALYSIS In order to meet the present demand and future developments in the rapidly growing area from the far east side of Fort Worth to Burleson,it is necessary to perform a sanitary sewer main capacity utilization analysis to prioritize the capacity improvements in the Lower Village Creek Drainage Area,north of Lake Arlington. SCOPE OF SERVICES This project has been sub-divided into four distinct and separate Parts. Not all tasks will be performed for each Part. A summary of tasks to be provided for each Part is further defined as follows: PART 1—SANITARY SEWER COLLECTION MAIN EVALUATION STUDY IN THE MIDDLE AND UPPER VILLAGE CREEK DRAINAGE AREA Part 1 will consist of mapping,alignment walk-out and GPS survey,manhole inspections,smoke testing, dyed-water flooding,CCTV/cleaning,flow quantification and analysis,and reports.Under this part of the project,approximately 184,000 feet of main sewers will be inspected and tested.A summary of pipe footage,by main,is as follows: Main Wholesale USMH DSMH Pipe Dia. Footage No. Customer MHs M-257C(partial) 165+21E 18+90 36" 14,600 22 M-25713-1 137+00 0+00 33" 13,700 20 M=257D-2 243+46E 1 137+00 36" 10,600 14 M-257E Burleson 203+80E 1 0+21 18-30" 20,400 25 M-287 Forest Hill 17+10E 0+00 10" 1,700 5 M-295 Everman 165+15E 0+00 21" 16,500 29 M-295A Everman 60+37E 0+00 18" 6,000 14 M-295B Everman 55+13E 0+05 12" 5,500 15 M-295C Everman 74+96E 0+04 10-15" 7,500 13 M-307 Everman 71+39 0+00 10-12" 7,100 17 M-313 Everman 26+91 0+00 10" 2,700 10 M-314 Forest Hill 60+75E 0+00 12" 6,100 13 M-321 108+33E 0+00 18" 11,000 23 M-322 69+50 0+00 12" 7,000 12 M-325 Crowley 172+33 0+21 18-24" 17,200 19 M-326 Everman 11+60 0+56 10"CIP 1,200 2 M-329 Everman 174+89E 0+00 15-18" 17,500 27 M-357 Everman 38+84E 0+00 IV 3,900 9 M-361 Forest Hill 9+44 0+00 10"PVC 900 3 M-416 Everman 13+80 0+00 10"PVC 1,400 4 M-423* 39+50E 0+00 12-21" 4,000 6 M-477* Crowley 61+62 0+00 10-15"PVC 6,200 17 M-520* 14+54E 0+00 12"PVC 1,500 6 Total 184,200 325 Al -2 PART 2-PIPELINE CONDITION ASSESSMENT: M-244A,M-244B,M-257A,M-257B and M-257C Part 2 will consist of mapping,alignment walk-out and GPS survey,manhole inspections,CCTV/cleaning, and reports. Under this part of the project,approximately 59,500 feet of main sewers will be televised. In addition,approximately 44,600 feet of main sewers will be cleaned. A summary of pipe footage,by main, is as follows: Main/ Approx. USMH DSMH Total Pipe LF to be LF to be Manhole Contract . Age Footage Size CCTV Cleaned Inspections M-244A 4045 yrs 102+15AH 286+31 18,800 3948" 18,800 14,100 14 M-244B 40-45 yrs 222+56E 0+00 26,200 30-39" 26,200 19,600 31 M-257 30-40 yrs 80+73 0+00 7,700 36-39" 7,700 5,800 11 M-257B 30-40 yrs 130+00 80+73 4,900 39" 4,900 3,700 11 M-257C 20-30 yrs 18+90 0+00 1,900 36" 1,900 1,400 2 Total 59,500 59,500 44,600 69 Note: Equation M244A/102+15AH=M244B/105+15BK PART 3-SANITARY SEWER MAIN 503 CONDITION ASSESSMENT Part 3 will consist of mapping,alignment walk-out and GPS survey of M-503* Contract 1.Alignment walk-out and GPS survey will not be conducted for M-503* contracts 2 and 3.Manhole inspections, CCTV/cleaning, and reporting will be conducted for M-503* contracts 1,2,and 3. Under this part of the project,approximately 27,300 feet of main sewers will be televised. In addition,approximately 13,400 feet of main sewers will be cleaned. A summary of pipe footage,by main, is as follows: Main/ Approx. USMH DSMH Total Pipe LF to be LF to be Manhole Contract Age Footage Size CCTV Cleaned Inspections M-503*/1 15 yrs 170+00 31+09 13,900 54" 13,900 7,000 16 M-503*/2 10 yrs 381+52 170+00 21,200 54" 10,600 5,300 23 M-503*/3 5 yrs 493+82 381+52 1 11,200 1 48-54" 2,800 1 1,100 1 12 Total 1 1 46,300 1 1 27,300 13,400 51 PART 4-CAPACITY UTILIZATION ANALYSIS Under this part of the project,a flow and rainfall monitoring program shall be implemented. Capacity analysis shall be completed for Mains 244A and 244B and compared with current and future projected flow estimates. A. FIELD INVESTIGATION 1. Project Kick-off Meeting Representatives for the ENGINEER and CITY shall meet to review the scope of the project, review the ENGINEER's proposed schedule,finalize milestone dates,discuss public-outreach procedures,review any coordination activities with wholesale customer cities tributary to the Village Creek Drainage Area and review the ENGINEER's final proposed deliverables. Minutes of the meeting will be recorded by the ENGINEER and submitted to the CITY within one week of the meeting. Al -3 � D 2. Coordination w/Wholesale Customer Cities The ENGINEER shall coordinate with the following wholesale customers before and during field investigation work: Forest Hill Everman Crowley Burleson Coordination shall include access by the ENGINEER's field crews to designated sanitary sewers for the purpose of conducting an initial walk-through,manhole inspections,GPS surveying, smoke testing,cleaning/CCTV inspections, and dyed-water testing. Where smoke testing is to be accomplished in areas that are in close proximity to residential,commercial,and industrial developments,the ENGINEER shall adhere to the same Fort Worth SSES Standard public- relations and notification procedures as applied to the local jurisdiction. 3. Field Activities It is the intent of the ENGINEER to confine GPS/walls-out,manhole and smoke inspections and tests to the fall and winter months. Actual fieldwork should begin approximately in early- November,2000. The purpose of the tests and inspections will be to locate major sources of inflow and wet-weather induced infiltration in the Village Creek Drainage Area. These sources will include,but not be limited to the following: Indirect and direct storm drain connections Exposed openings in proximity to creeks,ponds,drainage courses and storm drains Open manholes Exposed service laterals Deteriorated manholes and pipelines at creeks,ponds,drainage courses and storm drains a. Mapping,Alignment Walk-Out and GPS Survey Prior to commencement of field investigations,the CITY shall furnish asbuilt information on all major mains and collector mains sizes 10-inch and above to be physically inspected by the ENGINEER.The ENGINEER will produce a separate base map for each major main and collector main(i.e.M257A,M257B,M257C,etc.)and correlate all mains utilizing GPS field surveys into one base map,with the exception of M-503*contracts 2 and 3.A minimum.of two (2)sanitary sewer structures or attributes from each main shall be used during the correlation process. The base map shall be in AutoCAD®format,showing all sanitary sewer lines and structures to be inspected.All attributes shall be annotated using the CITY's standard AutoCAD® nomenclature and format.The ENGINEER will overlay digital orthographic aerial images and other available information such as streets,contours and existing storm drainage systems into one composite map. Following preparation of the base map the ENGINEER will enter the available sanitary sewer alignment and structure attributes into a GPS unit. The GPS unit will be used to navigate the sanitary sewer alignment in order to perform a walk-out inspection and assist in locating sanitary Sewer structures identified from the asbuilt information.The ENGINEER shall collect GPS coordinates on all sanitary sewer structures inspected in Part 1,2 and 3 (with the exception of Contracts 2 and 3 of Main 503*)and adjust the electronic base map to reflect the actual sanitary sewer alignment and location of structures utilizing the actual GPS coordinates.If necessary,the CITY may request a new base map be prepared and made available for use in all remaining field activities.Actual field maps shall be at a scale no larger than 1"=400' printed on 24"x 36"paper and shall include an index map. Al -4 The ENGINEER will walk all main alignments identified in Parts 1,2,and 3 (excluding those mains in Forest Hill that are not owned and maintained by the CITY and excluding Contracts 2 and 3 of Main 503*)to locate existing manhole structures,establish existing alignments and locate major sources of IR. Prior to the walk-through,the ENGINEER will gather information regarding property ownership for alignments that cross private property.The ENGINEER will attempt to secure permission from all effected property owners to enter onto the property.Access permission will also include further inspections and tests such as cleaning.CCTV inspections, smoke testing and dyed-water testing. The location of all manholes,vaults and junction boxes, existing main sewer alignments,and major sources of I/I shall be established by the ENGINEER by means of GPS technology. Locations of all identified manholes shall be established using GPS coordinate geometry and input into the base map. ENGINEER shall purchase one(1)Trimble GPS Pathfinder Pro XRS real-time GIS data collection and maintenance unit for use during this project. The unit shall contain a twelve channel integrated GPS/Beacon/Satellite Differential receiver with EVEREST multi-path rejection technology. This unit provides real time sub-meter accuracy. Prior to the purchase of the GPS unit the CITY shall be provided a demo of the unit. CITY shall provide approval of recommended equipment prior to purchase. Coordinates collected by the GPS unit shall be linked to Fort Worth main/lateral number and station numbers. Data collection software/hardware shall be Trimble TSCI (Asset Surveyor for use with handheld data collector). Microsoft Windows based GPS Pathfinder Office software shall also be provided. At the completion of the project ownership of all GPS hardware/software with all remaining implied warranties(maximum 1 year) shall be transferred to the CITY. ENGINEER shall provide up to four hours of training to CITY staff upon delivery. b. Manhole and Visual Pipe Inspections. All manholes identified in the Part 1,2,and 3 shall be inspected topside to locate major sources of inflow and infiltration, and to measure debris accumulation. Approximately 30%of the manholes in Part 1 shall be entered and a visual pipe inspection by lamping will be performed for all incoming and outgoing pipelines.Information from the manhole and visual pipe inspections shall be recorded on standard Fort Worth SSES field forms,with the latest revisions and input into the ENGINEER's database for further analysis. Photographs in digital format of all defects shall be taken.The ENGINEER and the CITY will determine CCTV inspection and cleaning needs by using this information. Approximately 445manholes shall be inspected. A summary is as follows: Part Top-Side Manned- Total Inspections Entry Inspections Inspections Part 1 227 98 325 Part 2 69 0 69 Part 3 51 0 51 Total 347 98 445 c. Smoke Testing The ENGINEER shall smoke test approximately 48,300 feet of selected sewer mains within the Part 1 study area to locate and verify major UI sources. Sewers to be smoke tested shall be 10" and 12"diameter. The ENGINEER will submit a list of the proposed sewer system alignments selected for testing to the CITY. A four-person field crew will conduct the test. The notification procedures,where appropriate,will follow those specified in the CITY's SSES Standard Manual. Al -5 Smoke testing shall be accomplished by injecting opaque,non-toxic smoke with high-capacity direct discharge blowers(3,500 cfm). Major I/I sources will be recorded on standard Fort Worth SSES field forms,with the latest revisions and input in the ENGINEER's database for further evaluation. All major defects shall be photographed in digital format,referenced by GPS coordinates,main/lateral number and station numbers,and logged for future documentation. For added clarity,field sketches shall be attached to the appropriate field form to ensure that the final defects,scheduled for rehabilitation,are presented in a manner that will optimize follow-up design and rehabilitation activities. d. Cleaning and CCTV Inspection A representative of the ENGINEER shall oversee the Contractor's activities,provide part-time on- site inspections,review gay estimates,review change orders,review all videotape recordings, make recommendations for emergency repairs and act as the CITY's representative during the project. The ENGINEER'S field representative will maintain a detailed daily log of the contractor's activities and immediately report,to the CITY,unusual or emergency conditions that require follow-up activity.The ENGINEER shall also determine where heavy cleaning is required to complete the cleaning operations. Where the existing pipeline condition prevents normal or heavy cleaning operations by the Contractor,the ENGINEER will consult and recommend to the CITY to evaluate other methods such as manual removal of debris and deposition. It is anticipated that CCTV/cleaning operations shall be conducted within a 6-month period. This will require a contractor to utilize up to three crews. The Engineer shall provide one(1)part-time inspector to oversee all contractor activities. A CITY's contractor will conduct CCTV inspection of approximately 236,800 feet of main sanitary sewers within Parts 1,2, and 3 study areas.The cleaning and CCTV contractor will be selected through competitive bidding process.The ENGINEER will prepare a list of line segments selected to be inspected by CCTV based on the above field activities, overflow reports, maintenance records,and other pertinent information.The CCTV inspection list will be reviewed and approved by the CITY at a maximum one-day review meeting with CITY Staff before the work is initiated. Allowance of approximately 98,000 feet of main sanitary sewers will be included in the contract for either normal or heavy cleaning.The contractor will determine water pressure and volume.It is anticipated,however,that due to the remote location of the Village Creek Interceptor that mechanical means of cleaning will be required by the contractor.Where necessary,reverse set-ups shall be attempted where the TV or cleaning equipment is unable to pass through the line segment, or where equipment set-up is not feasible.Also,where flows are high and hinder an adequate inspection of the pipe,the contractor shall plug and isolate the line segment by providing one or more bypass pumps.Dewatering of the isolated line segment shall be required,as determined by the ENGINEER. In the unlikely event of a back-up onto private property,and when such a back-up is reported by the property owner or resident,the contractor shall secure the services of a professional cleaning contractor to mitigate the problem with reasonable effort and timeliness.As such,communication between the property owner,ENGINEER,CITY, and contractor shall follow prescribed procedures as agreed to during the project kick-off meeting.The contractor will use specialized field forms that comply with the database recommended in the CITY's SSES Standards Manual. All inspections shall be recorded on pre-approved VHS tape media with voice-over of all observations of the contractor's TV operator.If,during the course of the work,the ENGINEER determines that cleaning and inspection procedures could result in eminent danger or result in significant structural damage or deterioration of the pipeline,the CITY shall be informed. Al -6 An estimate of main sewers to be cleaned and/or televised is as follows: Part/Main/ % Footage % Footage % Footage Contract CCTV CCTV Normal Normal Heavy Heavy Clean Clean Clean Clean Part 1 80 150,000 22 40,000 11 20,000 Part 2 100 59,500 75 44,600 38 22,600 Part 3/M-503*/1 100 13,900 50 7,000 25 3,500 Part 3/M-503*/2 50 10,600 25 5,300 13 2,700 Part 3/M-503*/3 25 2,800 10 1,100 5 500 Total 82(avg) 236,800' 34(avg) 98,000' 17(avg) 49,300 Note: Total system footage=290,000 feet e. Dyed-Water Testing Potential sources of I/I such as creek crossings,ponds,drainage courses,and storm drains will be dye tested,where feasible.Dye testing shall be conducted concurrently with CCTV inspections in order to locate and quantify the I/I leak.Dye testing shall also be used at locations where direct and indirect storm water connections are suspected from the results of the smoke testing activities. The CITY's CCTV contractor shall dye-water test up to 15 locations. Up to 5 locations will be dye tested by the ENGINEER 4. Access Requirements The ENGINEER shall review the alignment of sewer mains to be televised and/or cleaned to determine locations where additional manhole installation is required to facilitate cleaning operations.The ENGINEER will review sites that may require special access permission. Additional information will be collected that will be used to characterize and assess these sites. Where point repairs or manhole installations are required to complete an internal CCTV inspection,the ENGINEER shall notify the CITY and the work shall be performed separately under the CITY's miscellaneous contracts. The ENGINEER shall oversee said construction. 5. Prepare Bidding Documents(for Parts 1,2,and 3) The ENGINEER shall prepare the bidder's document for the purpose of soliciting bids from qualified contractors. The bid documents shall be a single contract that applies to cleaning,CCTV inspection,and dyed-water testing work for Parts 1,2,and 3.Bid schedules shall separate the work based on the full pipe inventory in each part.The bid documents will include the following: — Invitation to Bid — Instruction to Bidders — Bid Form — General Conditions — Special Conditions — Specifications — Certificates of Insurance Addenda(if necessary) Bonding Requirements Al -7 6. Bidding Assistance The ENGINEER shall assist the CITY in reviewing bids,answering questions from bidders, attend pre-bid meeting,preparing any necessary addenda and bid tabulation,making recommendations to award the final contract. 7. Data Management All data gathered from Task A.3 shall be recorded and entered into the ENGINEER's database management system. This shall include manhole inspections,visual pipe inspections, smoke testing,CCTV inspections,cleaning and dyed-water testing.Each entry shall be accompanied by a hard copy of the field form,digital photographs,and attached electronic files in standard Fort Worth SSES format.Defects shall also be denoted on the base map indicating the approximate location of each major I/I source and their proximity to the main sewer system. B. FLOW QUANTIFICATION 1. Administration The ENGINEER shall meet with the CITY to review the proposed schedule for this task.In addition,reviews of the proposed monitor sites,evaluation of flow data analysis procedures, coordination with CITY personnel from Field Operations, and preparation of final deliverables. 2. Metering Site Assessment During manhole inspections,a site assessment of the proposed monitoring locations will be made by the ENGINEER to determine,in general,the most suitable flow monitoring and rain gauge locations based on the following conditions: ■ Suitability for Accurate Metering-The accuracy of the open channel flow metering will depend on numerous variables and it is imperative that they be controlled as much as possible. For this reason,the reconnaissance inspections will be performed to identify the best sites for metering and to minimize such error-causing factors as changes in pipe alignment and size,interruption of channel flow by side inlets and turbulence caused by uneven channels. ■ Safety-It is equally important that the proposed sites conform to the applicable Federal OSHA and State requirements for safe operating conditions. If the site falls outside of these requirements,alternate sites that are suitable based on safety requirements will be selected upon further consultation with the CITY. Meter placement,once established,will determine the principal and final boundaries of the sub- drainage basins. 3. Flow Monitoring Flow monitoring shall be conducted in Part 1 and Part 4 study areas. The ENGINEER will install four(4)continuously recording electronic depth and velocity flow meters at key monitoring sites determined from Task 13.2 in the Part 1 study area. Two(2)additional flow monitors shall be installed in the Part 4 study area.The meters shall be American Sigma Model 910 AV or approved equal. For large-diameter pipes where minimum flows remain above 8"in depth,the MGD model ADFM flow monitor is proposed to be utilized. Preliminary monitoring points are proposed as follows: Al -8 Part Main Location Station -Pipe Size 1 M-257C Lower End 19+52 36"Conc 1 M-295 Connection to M-257C 165+21 21" 1 M-314 Connection to M-257C 111+21 24" 1 M-321 Connection to M-25713-2 214+00 18"VC - 4 M-244A Lower end 5'2f-�,3 286+37 54" 4 M-244A Upper end 112+58 39" The flow meters will be tailored to the characteristics of each manhole. The devices will be set to record data at an interval individually selected for each site. The flow meters will remain installed and operating properly for a total of 60 consecutive days, plus 15 additional days if needed and approved by the CITY,beginning in the spring months of 2001,weather permitting. Upon completion of the base period,the ENGINEER will remove the meters unless the ENGINEER recommends and the CITY approves keeping them in place for an additional 15 days. Justification for extended metering will be due to insufficient dry and wet periods. A minimum of 6-8 rainfall events will be used as the criteria for removing the meters during the monitoring period. Compensation for additional flow monitoring will be at the unit price included in Exhibit E of this Agreement. In addition to the temporary monitoring locations,three(3)permanent monitoring locations will be utilized during the monitoring period. Two(2)sites are located in Part 1 and one(1)site is located in Part 4 and are further described below. Part Main Location Station Pipe Size 1 M-257E Burleson East Meter 103+44 27"VC 1 M-325 Crowley East Meter 172+33 18"VC 4 M-503* Connection to Rush Creek Use existing 36" flume meter The ENGINEER will adhere to a minimum once-weekly meter maintenance program. These inspections will involve a check to determine that the meter is functioning properly,a transfer of the computerized data,check the actual depth and velocity against the recorded readings and assessment of the self-contained power source. During the course of the metering, calibration of the meter site will be performed over the range of anticipated flows. The ENGINEER will submit weekly hydrographs-for each metering site during the monitoring period.The resultant analysis will be used to quantify peak wet-weather flows for the capacity utilization report. 4. Rainfall Monitoring The ENGINEER will also locate and install up to six(6)continuously recording rainfall gauges during the same 60-day base period(extended an additional 15 days if needed). In addition,two (2)rainfall gauges located at the Burleson and Crowley permanent metering locations will be utilized. Should the monitoring period for Part 4 not coincide with Part 1 monitoring the number of rainfall gauges may be increased. To properly correlate rainfall response to monitored flow rates, it is necessary to accurately assess rainfall amounts for the entire collection system tributary to Mains 244A and 244B identified in Part 4. Therefore,should Part 1 and Part 4 monitoring periods not coincide,it will be necessary to place rainfall gauges in the upper portions of the Village Creek Drainage Area. The gauges will be an electronic type,recording rainfall in one- hundredths of inch increments. The instruments will be checked and downloaded weekly.Data collected from each rain gauge will be analyzed to correlate peak system flows and rainfall intensity as further discussed in this section. Al -9 5. Flow Data Analysis Results of the flow monitoring will be evaluated as follows: ■ Base flow,infiltration(groundwater-induced)and inflow(rainfall-induced)will be determined for each monitoring site. Relationships between rainfall intensity and peak system flows for each sub-basin under"non-bypassing"conditions and saturated ground conditions will be determined. This is called the"Q vs.i"method of hydraulic analysis and will become the primary method of ranking sub-basins and calibrating the hydraulic model. ■ System curves will be developed for each sub-basin by comparing maximum rainfall intensity "i"expressed in inches/hour and peak system flow"Q"expressed in gallons per minute. Separate curves will be developed for both inflow and rainfall-induced infiltration, including projected flow hydrographs for the design storm events. ■ Rainfall intensity distribution using TP-40 method will be used for sub-basins to develop a model that replicates and characterizes hydraulic behavior to localized rainfall conditions. C. ANALYSIS AND INTERIM REPORTING 1. Hydraulic Capacity Analysis For the Part 4 study area,the ENGINEER will evaluate the existing hydraulic capacity at the flow monitoring sites.The following information will be used to estimate the peak delivered capacity: ■ Existing construction survey notes,as-built or record drawings ■ Flow Monitoring Data ■ Instantaneous flow profiling ■ CCTV inspection records(if available) ■ GPS and supplemental level surveys The utilization rates,under peak wet-weather flow conditions(to be determined),will also consider the projected 5-year and 10-year flow rates within the Village Creek Basin.Alternatively, the ENGINEER will evaluate current, 5-year,and 10-year rates assuming reduction of I/I from wholesale customer cities. 2. Draft Interim Report A draft Interim Report will be prepared by the ENGINEER that will outline the following elements: a. Executive Summary-Abbreviated findings, conclusions,and recommendations. b. Introduction-Historical background of the wastewater collection system in the Village Creek Basin,I/I conditions observed at existing long-term and short-term flow monitoring sites,purpose of investigation,scope of the project,and study objectives. C. Field Activities-Summary of field activities including all field activities such as alignment verification and flow and rainfall monitoring. d. Evaluation and Recommendations- Summary of Capacity Analysis and Cost Analysis, including recommendations for I/I elimination from customer Cities,and implementation schedule. Up to five(5)copies of the draft report will be submitted to the CITY for review and approval. Al - 10 3. Review Meetings and Final Interim Report The ENGINEER will schedule up to two(2)meetings with the CITY to review the results of the flow monitoring work and the draft report.The CITY's review comments, following the submittal of the draft report,will be incorporated in the final report. Seven(7)copies of the Final Report will be submitted to the CITY within 30 days of the final review meeting. In addition,all flow monitoring data,tabular capacity reports,data provided by others,and related electronic files will be assembled,annotated and delivered to the CITY along with copies of the Final Report. The ENGINEER will retain one complete set of support data for future reference. D. REPORT 1. Draft Report A draft report will be prepared by the ENGINEER that will outline the following elements: a. Executive Summary-Abbreviated findings,conclusions,and recommendations. b. Introduction-Historical background of the wastewater collection system in the Village Creek Basin,I/I conditions observed at existing long-term and short-term flow monitoring sites,purpose of investigation,scope of the project,and study objectives. C. Field Activities-Summary of field activities including all field activities such as alignment verification,manhole inspections,visual pipe inspection,dye water testing, smoke testing,and CCTV/cleaning. Tabulation of all identified I/I sources including type,location,and gpm contribution to the collection system. Summary of inspection results,tabular listing of all line segments televised,and the analysis results. In particular,the tabular listing will include the following: 1. Upstream Manhole identified by Main/Lateral number and station 2. Downstream Manhole identified by Main/Lateral number and station 3. Pipe diameter 4. Actual pipe length 5. Pipe material(s) 6. Approximate pipe age 7. Depth of pipeline 8. General description of observations 9. Surface conditions 10. Cleaning observations 11. Number of service connections 12. General manhole condition 13. Recommendations—rehabilitation 14. Recommendations-maintenance 15. Encroachment issues 16. CCTV tape reference d. Evaluation and Recommendations-Summary of I/I Analysis and Cost Analysis, including recommendations for I/I elimination from: 1)manholes,2)pipelines,and 3) storm drainage connections. Report will also include quantification and comparison of I/I via wholesales customer connections,rehabilitation program,summary of program costs,and implementation schedule. Report will also include recommendations for cleaning and/or rehabilitation for Parts 2 and 3 study areas. Up to five(5)copies of the draft report will be submitted to the CITY for review and approval. Al - 11 2. Review Meeting w/CITY The ENGINEER will meet with the CITY to present the draft report,discuss the review comments,and incorporate appropriate changes to the final report and exhibits. At a maximum, two(2)review meetings will be scheduled. 3. Final Report Seven(7)copies of the Final Report will be submitted to the CITY within 30 days of the final review meeting. In addition,all field documents and forms, GPS hardware and software,digital photos,electronic files(including all updates),spreadsheets, GIS files,and electronic maps will be assembled,annotated and delivered to the CITY along with copies of the Final Report.The electronic map,in AutoCAD format,shall reflect all information gathered during field investigation. The ENGINEER will retain one complete set of support data for future reference. Al - 12 ATTACHMENT "B" COMPENSATION AND SCHEDULE I. Compensation A. Payment for services will be computed on the basis of Salary Costs times a multiplier of 2.75 to determine the payment due for services. The multiplier is a factor that compensates ENGINEER for fringe benefits,overhead,and profit. B. Payments shall also include Direct Non-Labor Expenses which, in general, include expenses for supplies, transportation, equipment, travel, communication, subsistence and lodging away from home,and similar incidentals. The Direct Non-Labor expenses shall be reimbursable at actual invoice cost plus 10% except for living and travel expenses when away from the home office on business connected with the project. C. Subcontractor cost shall be reimbursed at the actual invoice cost plus 10%. D. Payment for expenses, costs, and services as described in Attachments "A" and `13-3" shall not exceed$457,464. E. Partial payment shall be made monthly, as stipulated on Attachment `13-1", upon receipt of an invoice from the ENGINEER, prepared from the books and records of the ENGINEER outlining the amount of hours worked by each employee, the employee's name and classification, and the employee's salary rate along with itemized charges for any subcontract and reproduction work performed during the period covered by said invoice. Each invoice is to be verified as to its accuracy and compliance with the terms of this contract by an officer of the ENGINEER. Payment according to statements will be subject to certification by the designated representative of the Water Department that such work has been performed. II. Schedule A.Field Investigation:shall be completed 240 days after Notice to Proceed Letter is issued. B.Flow Quantification: shall be completed 180 days after Notice to Proceed Letter is issued. C. Analysis and Interim Reporting: shall be completed 300 days after Notice to Proceed Letter is issued. D.Report: shall be completed 330 days after Notice to Proceed Letter is issued. 1 R ATTACHMENT"B-1" (SUPPLEMENT TO ATTACHMENT"B") Method of Payment Partial payment shall be made monthly upon receipt of an invoice from the ENGINEER as stipulated on Item E on Attachment B. The salary rates in Attachment B-2 include a multiplier of 2.75. The ENGINEER shall be paid within 30 days of the receipt of the monthly invoice. ProF4ress Report A. The ENGINEER shall submit to the designated representative of the Water Department monthly progress reports covering all phases of design by the 15th of every month in the format required by the CITY. If the ENGINEER fails to submit the monthly report by the 15th of the month, a time charge shall be made for each working day thereafter, not as a penalty but as liquidated damages. The ENGINEER shall pay liquidated damages of Two Hundred Dollars ($200.00) per day for non-compliance. EB M ATTACHMENT "B-2" (SUPPLEMENT-TO ATTACHMENT "B") HOURLY RATE SCHEDULE AND MISCELLANEOUS CHARGES WADE&ASSOCIATES,INC. Consulting Engineers Fort Worth,TX Employee Classification Hourly Rate Principal (PE) ............................................................................................$ 120.00 Senior Engineer (PE) ................................................................. . 104.00 .................. ProjectEngineer ............................................................................................ 85.00 StaffEngineer ................................................................................................. 66.00 Programmer/Analyst ..................................................................................... 64.00 Computer Programmer...................................................................................49.00 Senior Office Technician ............................................................................... 62.00 Office Technician .................................. Senior Field Technician ................................................................................. 60.00 Field Technician/Inspector .......................................... Part-Time Field Technician ........................................................................... 24.00 Clerical ........................................................................................................... 40.00 Office Assistant ............................................................... Miscellaneous Charges Rate Subsistence.................................................................................................At Cost Company Field Vehicle .......................................................................$ 0.50/mile Company Passenger Vehicle ....................................................................0.45/mile Commercial Transportation ......................................................................At Cost Supplies/Materials ......................................................................At Cost Plus 10% Equipment Rental ....................................................... Commercial Rate Plus 10% Printing/Reproductions ................ .............................. Commercial Rate Plus 10% Copies ...................................................................................................... 0.10 each Telephone ...................................................................................At Cost Plus 10% Fax 1.00 each The above miscellaneous charges shall be limited to reasonable and customary charges for these items. Billing by Wade & Associates, Inc. will be prepared each billing period in which services have been rendered. Payments are to be made within 30 days from the date of Invoice. Each billing period is one month in duration. Wade&Associates,Inc.reserves the right on past due accounts to suspend all services and to levy an additional percentage charge per billing period until payment is received. This rate schedule is effective until December 31,2000 at which time all rates shown are subject to change. Exhibit "B-3" COST SUMMARY Village Creek Drainage Area Wastewater Collection System Evaluation Study Project No.P170-070170410010 Part Scope of Services Fee M/WBE % A Field Investigation $265,829 $71,534 B Flow Quantification $67,832 $0 C Analysis and Interim Report $35,710 $1,000 D Report $88,092 $2,200 $457,464 $74,734 16.3% M/WBE Subconsultant Services Providee Fees Gonzales Labor Systems Field Technician $20,334 Hugo C. Trevino Printing and Reproductions $3,700 Terra-Mar Field Inspector $50,700 $74,734 -WHOE ATTACHMENT `B-3A" _.8�:A5$OC�ATMANQ—, M/WBE Participation Plan Village Creek Drainage Area Project No.P170-070170410010 24 October,2000 FORT WORTH WATER DEPARTMENT Attn:Mr. Liam Conlon Engineering Division 1000 Throckmorton Street Fort Worth,TX 76102 Re: M/WBE Participation Commitment Village Creek Drainage Area Wastewater Collection System Evaluation Study Project No.: P170-070170410010 WAI File: 0017 Dear Mr. Conlon: We appreciate the opportunity.to present this proposal for your consideration. The following represents our fee estimate for the scope of services submitted for the above referenced project. In addition,we have secured commitments from three M/WBE sub-consultants who will assist Wade&Associates on this project. We propose to complete the work in accordance with the following fee schedule. Task A—Field Investigation $194,295 Task B—Flow Quantification 67,832 Task C—Analysis and Interim Reporting 34,710 Task D—Report 85,893 Subtotal $382,730 M/WBE Sub-consultant Fees(16.3%) $74,734 TOTAL NOT-TO-EXCEED $457,464 A further break down of fees to be provided by our M/WBE partners for this project is as follows: Gonzales Labor Systems $20,334 Task A.3.a. Mapping,Alignment Walk-Out and GPS Survey Task A.3.b. Manhole and VP Inspection Task A.3.c. Smoke Testing Consulting Engineers Task A.7 Data Management 6701 Brentwood Stair Road S u i t e 1 0 0 W Fort Worth, Texas 76112 8 1 7 - 4 5 1 . 2 8 2 0 FAX 817.451 .2208 1 i Mr. Liam Conlon 24 October, 2000 Page 2 of 2 Hugo C Trevino 3,700 Printing Services Terra-Mar,Inc. 50,700 Task A.3.d. Sewer Cleaning and Program Mangement Total $74,734 If you have any questions or need additional information, please don't hesitate to call me. WADE&ASSOCIATES,INC. Mark G. Wade, P.E. President cc: Peter Fu- City of Fort Worth Dan Hegwald -WAI Wade &Associates. Inc. Consulting Engineers Attachment B-4 Village Creek Drainage Area Wastewater Collection System Evaluation Study Project No. P170-070170410010 File Name: ro ects\0017 a rmnt\attachment B4 WORK TASKS Unit Unit Cost Quantity Total Personnel C ass cation Total Total A. Field Investigation ($) Unit Coat PR ISE PS ST OT SF FT PT ICL IDA Labor 8 Cost 1. Project Kick-Off Meeting 8 10 0 0 8 8 0 0 2 0 $3,451 $3,451 2. Coord a/Wholesale Customers 0 0 16 0 0 16 0 0 0 3 Field Investigation 0 $2,351 $2,351 a. Mapping, Alignment Walk-Out LF $0.32 259,600 $83,072 and OPS Survey $581 $83,653 b. Manhole and VP Inspection Ha $55.00 445 $24,475 $25,062 c. Smoke Tasting LF $0.40 48,300 $19,310 $587$691 $20,011 d. Sewer Cleaning Prgrm Mgnt 11 56 200 68 40 120 1,000 0 0 0 $100,569 $100,569 e. Dyed-Water Testing Re $200.00 5 $1,000 $1,000 4. Access Requirements 0 0 34 0 8 0 0 0 0 0 $3,084 $3,084 5. Prepare Bidding Documents 0 8 32 0 8 0 0 0 24 0 $5,570 $5,570 6. Bidding Assistance 0 8 16 0 0 0 0 0 0 o ga,ao2 $2,202 7. Data Management B. Flow Quantification 0 10 40 60 16 0 0 0 80 120 $18,876 $18,876 1. Administration 8 16 30 0 16 0 8 0 1 0 $6,843 $6,843 2. Metering Site Assessment Be $300.00 17 $5,100 $$5$50 ,So 3. Flow Monitoring (temporary) Meter-day $65.00 450 $29,250 Flow Monitoring (permanent) Meter-day $25.00 225 $5,625 29, 50 4. Rainfall Monitoring Gauge-day $8.00 450 $3,600 $5,625 5. Flow Data Analysis 4 11 100 0 0 0 0 0 0 p $3,600 C. Analysis and Interim Reporting $17,414 $17,414 1. Hydraulic Capacity Analysis 4 8 45 0 0 0 0 0 0 0 $4,994 $4,994 2. Draft Interim Report 4 24 75 16 16 0 0 0 32 0 013,376 $13,376 3. Review Meeting with City 0 10 50 11 12 0 0 0 4 0 ¢8,028 $8,028 4. Final Interim Report 4 20 45 12 12 0 0 0 16 0 $9,312 $9,312 D. Report 1. Draft Report 16 80 235 360 60 0 0 0 60 0 $63,445 $63,445 2. Review Meeting with City 0 20 50 12 12 0 0 0 4 0 ¢8,018 $8,028 3. Final Report 4 241 801 321 321 0 0 0 31 0 $16,620 $16,620 Total 4 5 77,464 Notes: 1. Labor Fees include 10% mark-up for expenses 2. Tasks for which M/WBE participation is represented includes 10% mark-up for sub-contract Lees and expenses 2000 2001 Classification PR - Principal 120.00 127.20 SR - Senior Engineer 104.00 110.20 PE - Project Engineer 66.00 70.00 ST - Senior Office Tech 62.00 65.70 OT - Office Technician 50.00 53.00 SF - Senior Field Tech 60.00 63.60 FT - Field Technician 48.00 50.90 PT - Part Time Technician 24.10 25.60 CL - Clerical 40.00 42.40 OA - Office Assistant 30.00 31.20 Attachment "C" CHANGES AND AMENDEMENTS TO STANDARD AGREEMENT AND ATTACHMENT"A" No modifications to the STANDARD ENGINEERING CONTRACT were necessary for this project. ' 1 I 1 11 ( 1 1 ProjectWork Activity 1. Kick-off Meeting3.Field Investigation a.Mapping,Walkout and GPS b.Manhole and VP Inspection c.Smoke Testing 7.Data Management Part B—Flow Quantification 2.Metering Site Assessment M- 1 minty, 5.Flow Data Analysis Part C—Analysis and interim Reporting L 1.Hydraulic Capacity Analysis 3.Review Meeting with City 4.Final Interim Report Part D Report 1 .• . .. { ATTACHMENT "E" PROJECT LOCATION MAP _VILLAGE CREEK DRAINAGE__AREA _ WASTEWATER COLLECTION SYSTEM EVALUATION STUDY PROJECT NO. P1 70-071 7041 001 0 PROJECT LOCATION 199 121 5 820 820 .............. .... 30 ARLINGTON 0 FOR WORTH 183 The Village Creek Drainage Area is geographically bounded to the North by the West Fork of the Trinity River, the South by the Tarrant County Line, the West by McCort Avenue and the Western Boundary of the Village Creek Drainage Area, and the East by Village Creek and the Fort Worth City Limits. This area can be generally located in the Fort Worth Mopsco Pages 66, 67, 68, 78, 79, 80, 81, 92, 93, 105, 106, 107, 117, 118, 119 and 120. - - --ATTACIiMENT-«F" Project Organization Village Creek Drainage Area Wastewater Collection System Evaluation Study Project No.P 170-070170410010 Liam Conlon Project Manager City of Fort Worth Dan Hegwald Project Manager Wade&Associates Mark Wade Chris Brooks Quality Assurance Quality Assurance Wade&Associates Wade&Associates Chery Taylor Luke Coffman Project Engineer Field Manager Wade&Associates Wade&Associates Ray Chao John Newberry Field Inspection Support CCTV/Clearing Inspection Hydraulic Modeling GIS/Mapping Gonzales Labor Systems Terra-Mar Wade&Associates Wade&Associates Printing Services Hugo Trevino ;: .........:..:...............�::::: >:i: ::i:<nisi:isi�i;isii... i: ;:iS ::i: ;i:<i:i:;�::i:i ::'i>::iii ACDATE(MM/DD/YY) ; xx . ....:.::.::.. 10 25 00 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION G & R Insurance Agency, Inc . ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE g y HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 6464 Brentwood Stair Rd ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Suite 101 COMPANIES AFFORDING COVERAGE Fort Worth, TX 76112-3282 COMPANY A Scottsdale Insurance Company INSURED COMPANY Wade & Associates, Inc. EISecurity National 1201 Wakarusa Dr. Bldg D COMPANY Lawrence, KS 66049 C COMPANY D :•.{fifiA ::::.,. CERTIFY .::.:;•:•: H :<.;ES:;.:;.:; ;.;:.;:.: LISTED BELOW..:.:;:.;:E BEEN ISSUED TO:.TH ; .:T..E L:.CY>::::;::: .•.�THIS IS�TO.CER IFY THATTHE POLICIES OF INSURANCEE HAVE HE 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO POLICY EFFECTIVE POLICY EXPIRATION LTR TYPE OF INSURANCE POLICY NUMBER DATE(MM/DD/YY) DATE(MM/DD/YY) LIMITS GENERAL LIABILITY GENERAL AGGREGATE $ 1 0 O O O O C A X COMMERCIAL GENERAL UABILITY CLS 6 5 7114 0 6/O 1/0 0 0 6/01/01 PRODUCTS-COMP/OP AGG $ 1 0 0 0 O O C CLAIMS MADE FX OCCUR PERSONAL&ADV INJURY $ 1 0 0 0 O O C OWNER'S&CONTRACTOR'S PROT EACH OCCURRENCE $ 1 0 0 O 000 FIRE DAMAGE(Any one fire) $ 100 , 000 MED EXP(Any one person) S 1 000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S ANY AUTO AU_OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY NON-OWNED AUTOS $ (Per accident) PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: i EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM $ WC STATU- OTH- WORKERS COMPENSATION AND X TORY LIMITS __ E�J_ B EMPLOYERS'LIABILITY WC 7 9 9 2 6 7 0 0 6/O 1/0 0 0 6/01/O 1 EL EACH ACCIDENT $ 100 0 0 THE PROPRIETOR( INCL EL DISEASE.POLICY LIMIT $ 5 O 0 0 0 PARTNERS/EXECUTIVE OFFICERS ARE: Fx]EXCL EL DISEASE-EA EMPLOYEE $ 100 , 00 OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS RE: Village Creek Drainage Area-Wastewater Collection System Evaluation Study. Project No. : P170-070170410010 ::::::::::.:::.........................:....................................... SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL City of Fort Worth ]_Q_DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 1000 Throckmarton Street BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY Fort Worth, TX 76102 OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE 1.....................................................................:...::::.:..:::.::.:::::.::::::::::::::::::::...:..:::.:::::::.::::::.:::::::.::::. .::::............::::: ..:::::::::::•.::::.::::::::::.._:::.:: 77 DATE(MM/DD/YY) 10 25 00 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION G & R Insurance Agency, Inc . ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE g y HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 6.4.6.4 Brentwood Stair Rd ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Suite 101 COMPANIES AFFORDING COVERAGE Fort Worth, TX 76112-3282 COMPANY A Scottsdale Insurance Com an INSURED COMPANY Wade & Associates, Inc. BSecurity National 1201 Wakarusa Dr. Bldg D COMPANY Lawrence, KS 66049 C COMPANY D ...... THIS IS TO CERTIFY THAT 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.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. COI TYPE OF INSURANCE POUCY NUMBER POLICY EFFECTIVE POLICY EXPIRATION i LIMITS LTR I DATE(MM/DD/YY) I DATE(MM/DD/YY) GENERAL LIABILITY I GENERAL AGGREGATE I S 1 0 0 0 000 A X COMMERCIAL GENERAL UABIUTY CL S 6 5 7114 0 6/01/0 0 0 6/01/01 INDUCTS-COMP/OP AGG S 1, 000, 000 CLAIMS MADE FX OCCUR PERSONAL&ADV INJURY s 1 0 0 0 0 0 0 OWNER'S&CONTRACTOR'S PROT, EACH OCCURRENCE S 1 0 0 0 O O FIRE DAMAGE(Any one fire) S 100, 00 MED EXP(Any one person) S 1 00 AUTOMOBILE LIABILITY COMBINED SINGLE OMIT is ANY AUTO I t ALL OWNED AUTOS I I BODILY INJURY s SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY NON-OWNED AUTOS (Per accident) S PROPERTY DAMAGE S GARAGE LIABILITY ' J AUTO ONLY-EA ACCIDENT S ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT I S i AGGREGATE EXCESS LIABILITY ! I ' EACH OCCURRENCE S UMBRELLA FORM I :AGGREGATE S OTHER THAN UMBRELLA FORM _ I I I S WORKERS COMPENSATION AND 1 X ORY OMITS 1 I°ER B EMPLOYERS'LIABILITY I WC 7 9 9 2 6 7 0 0 6/01/0 0 0 6/0 1/01 ! EL EACH ACCIDENT S 10 0 0 0 THE PROPRIETOR( INCL I EL DISEASE-POUCY UMIT S 5 0 PARTNERSIEXECUTIVE OFFICERS ARE: RX EXCL EL DISEASE-EA EMPLOYEE S 100, 00 OTHER I ! I I DESCRIPTION OF OPERATIONS/LOCATIONSIVEHICLES/SPECIAL ITEMS RE: village Creek Drainage Area-Wastewater Collection System Evaluation Study. Project No. : P170-070170410010 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL City of Fort Worth ZQ_DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 1000 Throckmarton Street BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY Fort Worth, TX 76102 OF ANY KIND UPON THE COMPANY, ITS AGEN;2 OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE DATE(IYWDDIYY) ACC'R®n CERTIFICATE OF,.�IABILITY.IN URANCE 1o/z5/z000 PRODUCER (785)843-2772 FAX (785)843-1583 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION al vi n, Eddy & Kappel man ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR 1011 Westdal a Rd. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Lawrence, KS 66049-2638 COMPANIES AFFORDING COVERAGE COMPANY American States-Insurance Co, _..._.____.__.....___..___...__. Attn: Connie Warmker Ext_214 _ A INSURED Wade & Associates, Inc. COMPANY ` B 1201 Wakarusa Dr. , Bldg D ---- -- Lawrence, KS 66049-2401 COMPANY C COMPANY D THIS IS TO CERTIFY THAT 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.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Co TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE j POLICY EXPIRATION' LIMITSLTR DATE(III MDIYY) ; DATE PWNDDrrO GENERAL LIABILITY GENERAL AGGREGATE S j COMMERCIAL GENERAL LIABILITY PRODUCTS-COMPIOP AGG $ ....................................... ... CLAIMS MADE ! OCCUR .PERSONAL 6 ADV INJURY $..... ........................OWNERS 6 CONTRACTOR'S PROT ; EACH..OCCURRENCE . $ .................. ..... . FIRE DAMAGE(Anyone fire) $ ;......!..................................................... . i :..................................................................................... . MED EXP(Any one person) S AUTOMOBILE LUABILTfY COMBINED SINGLE UMIT $ X ;ANY AUTO 1,000,000 ^I ALL OWNED AUTOS BODILY INJURY ---- ------ SCHEDULED AUTOS (Per person) S A -- �2CC6063336 03/12/2000 03/12/2001 --- ------ - ---- HIRED AUTOS BODILY INJURY S �!NON-OWNED AUTOS (Per accident) i -- -- --- -- PROPERTYDAMAGE S i GARAGE LIABILITY !AUTO ONLY-EA ACCIDENT S i ANY AUTO OTHER THAN AUTO ONLY. EACH ACCIDENT $_ -------------- --_--- AGGREGATE $ -- -- EXCESS LIABILITY j EACH OCCURRENCE UMBRELLA FORM ;AGGREGATE S _ OTHER THAN UMBRELLA FORM $ WORKERS COMPENSATION AND f WC_ TOR_Y LIMITS t ER EMPLOYERS'LIABILITY EL EACH ACCIDENT `-- $ THE PROPRIETOR/ INCL j EL DISEASE-POLICY UMIT S PARTNERS/D(ECUTIVE --+ _-------_._.—.—_._---.._----____.-- --___--- OFFICERS ARE EXCL. 'EL DISEASE-EA EMPLOYEE $ OTHER 1 RIPTION OF OP RATIONS(LOCAnONSIVEHK LEWSPECUAL ITEMS I��age Creek Drainage Area - Wastewater Collection System Evaluation Study roject # P170-070170410010 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, City of Fort Worth BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LLABILnY 1000 Th rockmo rton St OF ANY KIND UPON THE COMPANY,ITS AGENTS OR REPRESENTATIVES. Fort Worth, TX 76102 AUTHOR j REPRESENTATIVE s _ m -- . - � -- - � DAT E M/DD YY�ACO7nn 10/24/00 :.:..:.. .....:::.<...::...:�:::::::::::::> .. .::::.:::..:.�:::.�:::::::::.:}�:::.,...:.:to:.;.}:•:c}}:o}}}:.}:i.}}-.;�.:.:::::::.}:;.;}:.}:�:t:�:�»:o»:•}:;tct.}:.}:t�;:�};i.}:.;:.}:o}}}:�:;:<.,.:::::::::.�:....:::..:..:.:�::.:.:.:.�::::.:.:::.::..�:.�::::>.;.}}:.}}:t-}}:�}:.}:;.:�}:;.:<.>:-.}:;0}5}:;<,..:;;� PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE TECHNICAL PROFESSION INSURANCE CO. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 700 SW JACKSON, SUITE 702 COMPANIES AFFORDING COVERAGE TOPEKA,KS 66603-3758 COMPANY A Continental Casualty Insurance Co. INSURED COMPANY B WADE&ASSOCIATES,INC. COMPANY 1201 Wakarusa Dr Bldg D C Lawrence,KS 66049-1 8 9 1 COMPANY D t:.,:. , r':::::::x:>':;r, .:;'t:<>::::;:}:::fi:::'::v:<}:H..:tt:<;;:t;;:ti.;::;;;: :.;<:>::;<:::<:>::»r:;.}:t::>:};:;;;:>;t:'<;>;>::;:}•.}•}:;:-}'-}}};}:;;'.:;.:;i;}}•n.;:n,,;...,,-,r:� y::r:n,.,y . n ::r.,.,y.:•... ..,.,.:r,:;......r.ar}}. ..n-: "'ti:vif..r....,..n. :........n............. , .....f. „, �..v., t., �:4:};,;;,;-:r �}. .... .i".... ...:., .. .. :...r. .............. ..r.r}./�:...:r..... .r.n....+tr: : i4-.v....:. /45 r�t.n .i :.h..:::t'}:^N�� .$. .•r r4'$' {3 ..'x:' .r.,v+aC .. v. ..:::.,:2.fi.,:s.fi...: t„t::.:}.a:v:..nv.t,.v.:..:,,4vr::..+t:.».¢ .....->a:t:�-::,,.aw.:r:,,✓r• /t,Ca:-;,..,.,-.y,. yyQQ , ....{+.2v::�}. •:::..,:,:.,.,...n.....uw.,,,,..,n.,:a�trH.,c.,.k�',::sa.,�:,:a:n,.,.�:::w'.tx..,,.,a�:rw:-:....a..at,,,�cw:{.}xt,:,<}aa.}.w:.,t..n.,v,-.}...,,..w:a.�:nt<:.:.�.,..rsu..n,,,..,.:}:;x«;.}}:.:arr..x:..un...}ne«t;:t:.u-;}:re:..}t.,J,.,,.ta3:f3^:}}k}:t:;..s:sty.:vg.u:;,.;;a.�n-,: t},„}ayc,�:<:s>:�?: ::,>::c:•�t:`•;. THIS IS TO CERTIFY THAT 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 SUB.;ECT TO ALL THE T.ERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR DATE(MWDD/YY) DATE(MWDD/YY) GENERAL LIABILITY BODILY INJURY OCC $ COMPREHENSIVE FORM BODILY INJURY AGG $ PREMISES/OPERATIONS PROPERTY DAMAGE OCC $ UNDERGROUND EXPLOSION&COLLAPSE HAZARD PROPERTY DAMAGE AGG $ PRODUCTS/COMPLETED OPER BI&PD COMBINED OCC $ CONTRACTUAL BI&PD COMBINED AGG $ INDEPENDENT CONTRACTORS PERSONAL INJURY AGG $ BROAD FORM PROPERTY DAMAGE PERSONAL INJURY AUTOMOBILE LIABILITY BODILY INJURY ANY AUTO (Per person) $ ALL OWNED AUTOS(Private Pass) BODILY INJURY $ ALL OWNED AUTOS (Per accident) (Other than Private Passenger) HIRED AUTOS . PROPERTY DAMAGE $ NON-OWNED AUTOS GARAGE LIABILITY BODILY INJURY& PROPERTY DAMAGE $ COMBINED EXCESS LIABILITY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM $ WC STATU- OTH- WORKERS COMPENSATION AND TORY LIMITS ER ; EMPLOYERS'LIABILITY EL EACH ACCIDENT $ THE PROPRIETOR/ INCL EL DISEASE-POLICY LIMIT $ PARTNERS/EXECUTIVE OFFICERS ARE: EXCL EL DISEASE-EA EMPLOYEE $ OTHER Architects&Engineers AAE 00-613-41-97 11/29/98 05/09/00 $1,000,000 Professional Liability 05/10/00 11/29/00 $2,000,000 each claim and in the aggregate )ESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS Village Creek Drainage Area-Wastewater Collection System Evaluation Study Project No:P170-070170410010 il«1����`.A..�..i7 f. ..... :...:......... ........:::.::.::..}}:r..;.:�:.;:::.:o-:t:.}ta.}:.}•.,.}.:fi}}:.}:-;.;;;;`.>:..:;-..:.,.:.,:}•„r:n';: .,.......:.,..n....n................:.....................................:.v:.r...... n....,:...n....... ......nnl.....r::::...}._.......n.::rn::.:.�.,.::.,..n.::::.:.::,:r::.,.::::n.::.�::::}::.::::::r:.v.,.n.:n.....,...:.:::::::::.::.:::..: s SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Fort Worth EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 1000 Throckmorton Street 3f) DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Fort Worth,TX 76102 - BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY •OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. A TH RIZED REPRES TIVE r,n ............�:{wi}n.}:::...........:}}}:iti:::^.,:.::c:,'.•:`it.}::::>n.nv::::...:::no:w:w:n...rvi t'4k:;:..:.:.. .::.y::;:.j:_:..:::r.:.::}::.!Mi•.::.::.:r?::::;v:n.. �Q I�:i WHUE 19 September,2001 .FORT WORTH WATER DEPARTMENT Attn: Mr.Liam Conlon Engineering Division 1000 Throckmorton Street Fort Worth, TX 76102 Re: Contract Amendment No. 1 Village Creek Drainage Area;Wastewater Evaluation Study P170-070170410010 WAI Agreement File: 0017 Dear Liam: Wade&Associates,Inc. would like to submit the following revised request for a Contract Amendment to the above referenced Agreement per the City's request. The Amendment shall include four(4) separate tasks defined as follows: A. Prepare Sewer Cleaning Bidding Documents,Provide Bidding Assistance,and Provide Sewer Cleaning Program Management. The ENGINEER shall prepare the bidder's document for the purpose of soliciting bids from qualified contractors. The bid documents shall be a single contract that applies to cleaning, CCTV inspection, and dyed-water testing work for lines previously bid by the City of Fort Worth that will not be completed under the current contract due to substantial changes in large diameter cleaning and CCTV activities north of I1-1-20. Generally, all lines to be cleaned and televised are within the Village Creek Drainage Area and are located south of IH-20. Bid schedules shall separate the work based on the full pipe inventory in each part. The bid documents will include the following: Invitation to Bid Instruction to Bidders Bid Form General Conditions Special Conditions Specifications Certificates of Insurance Addenda(if necessary) Bonding Requirements The ENGINEER shall assist the CITY in reviewing bids, answering questions from bidders, attend pre-bid meeting,preparing any necessary addenda and bid tabulation, making recommendations to award the final contract. All data gathered from CCTV/cleaning inspections shall be recorded and entered into the ENGINEER's database management system. This shall include CCTV inspections, Consulting Engineers cleaning and dyed-water testing.Each entry shall be accompanied by a hard copy of the 6701 Brentwood Stair Road S u i t e 1 0 0 W Fort Worth, Texas 76112 817 . 45i • 2820 FAX 817.451 .2208 EXECUTED on this the day of-0'0ge-"&!0 , 20__", in Fort Worth, Tarrant County, Texas. ATTEST: contract Authorization 4Ci Date APPROV jC707VD: P OV Dale Fisseler,P.E. Mike Groomer Director, Water Depgtrne4t Assistant City Manager Date: - 111do VI Date: k—L S o d Wade&Associates, Inc. By: Name: Mark G. Wade, P.E., President 6701 Brentwood Stair Rd. Suite 100 W Fort Worth, Texas 76112 Date: / I r P OVED AS TO F RM AND LEGALITY: Assistant ity Attorney -2- AMENDMENT WITH M&C AMENDMENT NO. 1 STATE OF TEXAS § CITY SECRETARY CONTRACT NO. Z COUNTY OF TARRANT § WHEREAS,the City of Forth Worth (City) and Wade &Associates, Inc., (Engineer) made and entered into City Secretary Contract No.26426, (the Contract) which was authorized by the City Council and by M&C C-18336 on the 7t' day of November, 2000; and WHEREAS, the Contract involves engineering services for the following project: Engineering contract for Village Creek Drainage Area Wastewater Collection System Evaluation Study WHEREAS, it has become necessary to execute Amendment No. 1 to said Contract to include an increased scope of work and revised maximum fee; NOW THEREFORE, City and Engineer, acting herein by and through their duly authorized representatives, enter into the following agreement which amends the Contract: 1. Article I of the Contract is amended to include the additional engineering services specified in aproposal letter dated 19 September, 2001, a copy of which is attached hereto and incorporated herein. 2. Article II of the Contract is amended to provide for an additional $268,583.00 to the contract amount of$457,464.00. The maximum fee to be paid to Engineer for all work and services performed under the Contract. The total fee paid by the City for all work and services shall not exceed the sum of$726,047.00. 3. All other provisions of the Contract which are not expressly amended herein shall remain in full force and effect. -1- Mr.Liam Conlon Page 2 of 5 19 September,2001 field form,digital photographs, and attached electronic files in standard Fort Worth SSES format. A representative of the ENGINEER shall oversee the Contractor's activities,provide part-time on-site inspections,review pay,estimates,review change orders,review all videotape recordings,make recommendations-for emergency repairs and act as the CITY's representative during the project. The ENGINEER'S field representative will maintain a detailed daily log of the contractor's activities and immediately report,to the CITY,unusual or emergency conditions that require follow-up activity. The ENGINEER shall also determine where heavy cleaning is-required to complete the cleaning . operations.Where the existing pipeline condition prevents normal or heavy cleaning operations by the Contractor,the ENGINEER will consult and recommend to the CITY to evaluate other methods such as manual removal of debris and deposition. It is anticipated that CCTV/cleaning operations shall be conducted within a 6-month period. The Engineer shall provide one (1)full-time inspector to oversee all contractor activities. A CITY's contractor will conduct CCTV inspection of approximately 136,100 feet of main sanitary sewers within the Part 1 study area. The cleaning and CCTV contractor will be selected through competitive bidding process. The ENGINEER will prepare a list of line segments selected to be inspected by CCTV based on field inspection activities, overflow reports,maintenance records, and other pertinent information. Allowance of approximately 49,400 feet of main sanitary sewers will be included in the contract for either normal or heavy cleaning. The contractor will determine water pressure and volume.It is anticipated,however,that due to the remote location of the Village Creek Interceptor that mechanical means of cleaning will be required by the contractor. Where necessary,reverse set-ups shall be attempted where the TV or cleaning equipment is unable to pass through the line segment, or where equipment set-up is not feasible.Also,where flows are high and hinder an adequate inspection of the pipe,the contractor shall plug and isolate the line segment by providing one or more bypass pumps.Dewatering of the isolated line segment shall be required, as determined by the ENGINEER. In the unlikely event of a back-up onto private property, and when such a back-up is reported by the property owner or resident,the contractor shall secure the services of a professional cleaning contractor to mitigate the problem with reasonable effort and timeliness.As such,communication between the property owner,ENGINEER, CITY, and contractor shall follow prescribed procedures as agreed to during the project kick-off meeting. The contractor will use specialized field forms that comply with the database recommended in the CITY's SSES Standards Manual.All inspections shall be recorded on pre-approved VHS tape media with voice-over of all observations of the contractor's TV operator.If, during the course of the work,the ENGINEER determines that cleaning and inspection procedures could result in eminent danger or result in significant structural damage or deterioration of the pipeline,the CITY shall be informed. Wade&Associates. Inc. Consulting Engineers Mr. Liam Conlon Page 3 of 5 19 September,2001 An estimate of main sewers to be cleaned and/or televised is as follows: Main wholesale USMH DSMH Pipe Dia. Total CCTV Normal Heavy Customer Footage Footage Clean Clean Footage Footage M-25713-1 I37+00 0+00 33" 13,700 11,000 3,000 1,500 M-25713-2 243+46E 137+00 36" 10,600 8,500 2,300 1,200 M-257C 165+21E 0+00 36" 16,500 16,500 16,500 16,500 M-287 Forest Hill 17+10E 0+00 10" 1,700 1,400 400 200 M-295 Everman 165+15E 0+00 21" 16,500 13,200 3,600 1,800 M-295A Everman 60+37E 0+00 W, 6,000 4,800 1,300 700 M-295B Everman 55+13E 0+05 12" 5,500 4,400 1,200 600 M-295C Everman 74+96E 0+04 10-15" 7,500 6,000 1,700 800 M-307 Evennan 71+39 0+00 10-12" 7,100 5,700 1,600 800 M-313 Everman 26+91 0+00 10" 2,700 1 2,200 600 300 M-314 Forest Hill 60+75E 0+00 12" 6,100 4,900 1,300 700 M-321 108+33E 0+00 18" 11,000 8,800 2,400 1,200 M-322 69+50 0+00 12" 7,000 5,600 1,500 800 M-325 Crowley 172+33 0+21 18-24" 17,200 13,800 3,800 1,900 M-326 Everman 11+60 0+56 loll CIP 1,200 1,000 300 100 M-329 Everman 174+89E 0+00 15-18" 17,500 14,000 3,900 1,900 M-357 Everman 38+84E 0+00 loll 3,900 3,100 900 400 M-361 Forest Hill 9+44 0+00 loll PVC 900 700 200 100 M-416 Everman 13+80 0+00 10"PVC 1,400 1,100 300 200 M423*' 39+50E 0+00 12-21" 4,000 3,200 900 400 M477* Crowley 61+62 1 0+00 10-15'TVC 6,200 5,000 1,400 700 M-520* 14+54E 0+00 ITTVC 1,500 1,200 1 300 200 Total 1 165,700 136,100 49,400 1 33,000 B. Flow Monitoring. Due to the unusually large tributary area within the Village Creek Drainage Area additional flow monitoring is required to determine the time of concentration to be used for projection of peak M during design storm events. Projected I/I shall be combined with existing and future growth wastewater production to determine pipe capacity requirements. Wade&Associates shall install and maintain three(3)temporary continuously recording electronic depth and velocity flow meters.The meters shall be American Sigma Model 910 AV or approved equal. Flow monitors shall be installed for a period of 60 days beginning approximately October 15`h, 2001 in the lower portion of Main 503*,Main 244B and Main 261. The ENGINEER will adhere to a minimum once-weekly meter maintenance program. These inspections will involve a check to determine that the meter is functioning properly, a transfer of the computerized data, check the actual depth and velocity against the recorded readings and assessment of the self-contained power source. During the course of the metering,calibration of the meter site will be performed over the range of anticipated flows. The ENGINEER will submit weekly hydrographs for each metering site during the monitoring period. The resultant analysis will be used to quantify peak wet-weather flows for the capacity utilization report.Results of the flow monitoring will be evaluated as follows: ■ Base flow, infiltration(groundwater-induced)and inflow(rainfall-induced)will be determined for each monitoring site. Relationships between rainfall intensity and peak system flows for each sub-basin under"non-bypassing" conditions and Wade S Associates. Inc. Consulting Engineers Mr. Liam Conlon Page 4 of 5 19 September,2001 saturated ground conditions will be determined. This is called the "Q vs. P method of hydraulic analysis and will become the primary method of ranking sub-basins and calibrating the hydraulic model. ■ System curves will be developed for each sub-basin by comparing maximum rainfall intensity "i expressed in inches/hour and peak system flow"Q"expressed in gallons per minute. Separate curves will be developed for both inflow and rainfall-induced infiltration, including projected flow hydrographs for the design storm events. ■ Rainfall intensity distribution using TP-40 method will be used for sub-basins to develop a model that replicates and characterizes hydraulic behavior to localized rainfall conditions. A Draft Interim Report as defined in Task C.2. of the Agreement regarding Main 244A capacity analysis shall be submitted January 15'', 2002. C. Additional Report Preparation. Due to additional CCTV work provided by the City's current CCTV and cleaning contractor for Main 188,Main 503*/Contract 2, and Main 503*/Contract 3, additional CCTV review and rehabilitation recommendations will be required. Wade&Associates shall review approximately 40 additional lines and prepare preliminary rehabilitation recommendations as necessary. Recommendations shall be included in the Project Report as defined in Task D of our original Agreement. D. Rehabilitation Design. Per the City's request Wade&Associates shall prepare construction plans and specifications and provide bidding assistance for 10,5601f of sewers within the Village Creek Drainage Area. Following a recent overflow Main 188 was televised and found to be in poor structural condition. The City's HydroWorks model indicates that Main 188 also has insufficient capacity. For this reason Wade& Associates has recommended this line be replaced. The City currently maintains a backlog of lines determined to be in need of structural restoration. Additional lines from this listing have also been included for rehabilitation design and are generally defined as follows: I. Main 188, Sta. 0+00 to Sta. 65+78 6,631 LF II. Village Creek Miscellaneous Rehab Design a. M-170A, Sta. 246+83 to Sta. 277+22E 3,039 LF b. M-170AR, Sta. 59+00 to Sta. 63+54 454 LF C. L-6401, Sta. 20+49 to Sta. 20+85"Point Repairs" 36 LF Sub-Total= 3,529 LF III. Lake Arlington Ranch Conceptual Design Report And Design a. M-503*, Sta. 340+84 to Sta. 342+84 200 LF b. M-25713, Sta. 83+26 to Sta. 85+26 200 LF Sub-Total = 400 LF SUMMARY Main 188 Total= 6,631 LF Village Creek Miscellaneous Rehab Design = 3,529 LF Lake Arlington Ranch 400 LF Grand Total (design footage) = 10,560 LF Wade&Associates. Inc. Consulting Engineers Mr. Liam Conlon Page 5 of 5 19 September,2001 Our fee for the above proposed Contract Amendment will be$268,583, increasing the total contract amount from$457,464.00 to$726,047. A more detailed summary of the proposed Contract Amendment fee is shown in Attachment A. A schedule of services defined herein is shown in Attachment B. The following summary represents our fee estimate for the scope of services submitted herein. In addition,we have secured commitments from two M/WBE sub-consultants who will assist Wade&Associates on this project. Letters of Commitment are attached. We propose to complete the work in accordance with the following fee schedule. Task A—CCTV/Cleaning Management $ 97,265 Task B—Flow Monitoring 20,564 Task C—Additional Report Preparation 3,718 Task D—Rehabilitation Design 147,036 Subtotal Amendment No. 1 $268,583 M/WBE Sub-consultant Fees(10.0%) $26,600 A further break down of fees to be provided by our M/WBE partners for this project is as follows: TDO Resources dba CAD Resources $23,000 Task D.1.Main 188 Design Task D.2.Misc.Design Task D.3.Lake Arlington Ranch Hugo C Trevino 3,600 Printing Services Total $26,600 Should you have any questions or need further information please contact me at(800)684- 5899. Best regards. WADE&ASSOCIATES,INC. Dan R.Hegwald,P.E. Project Manager Attachment CC: Mark G. Wade, WAI Chris Brooks, WAI Wade S Associates. Inc. Consulting Engineers Attachment A Amendment No . 1 Village Creek Drainage Area Wastewater Collection System Evaluation Study Project No. P170-070170410010 Pile Names ro ect■ 0017 a rm t amdlfeeS.xls WORK TASKS IIa t Unit Cost Quantity Total Personnel Classification i Total Tota ( ) Unit COO PR St Ps ST OT sr FT PT CL 10A Labor ZxD Coat A. Yield Investigation 1. sever Cleaning Prgra Xgnt 12 120 136 24 0 0 1,000 0 8 0 $87,195 $87,195 2. Prepare Bidding Documents 0 a 48 0 8 0 0 0 24 D $7,252 $7,252 3. Bidding assistance 0 8 24 0 0 0 0 - 0 0 0 $2,818 $2,818 B. Flow Quantification 1. administration 2 a 16 0 8 0 4 0 2 0 $3,263 $3,265 2. Flow Ronitoring (temporary) Rotor-day $63.00 180 $11,700 $11,700 3. Flow Data analysis 0 8 48 0 16 0 0 0 0 0 $5,599 $5,599 C. Report 1. Draft Report (39 add. Lines) 0 2 39 0 0 0 0 0 0 0 $3,243 $3,245 2. Revise meeting with City 0 2 2 0 0 0 0 0 0 0 $396 $396 3. Final Report 0 0 1 0 0 0 0 0 0 0 $77 $77 D. Rebsb Design 1. Main 189 and alignment study LP $13.75 6,631 $91,176 0 0 0 0 0 0 0 0 0 0 $0 $91,176 2. village Creek Rise. Liao Rebsb LP $12.37 3,329 $44,360 0 0 0 0 0 0 0 0 0 0 $0 $44,360 3. Lake Arlington Ranch Design L8 40'0 11 500 0 0 0 0 0 0 0 0 0 0 0 $11,500 Total 68,583 Noteso 1. Labor Pees include 10%murk-up for expenses 2100 2011 Classification $/hr $/hr PR Principal 120.00 127.20 SR - senior Raginser 104.00 110.20 PR - Project Rnginear 66.00 70.00 ST - senior Otfice Tech 62.00 65.70 OT - Offica Technician 50.00 S3.00 BY - senior Yield Tech 60.00 63.60 FT - Yield Technician 48.00 50.90 PT - Part Time Technician 24.10 25.60 CL - Clerical 40.00 42.40 O8. - Of ice assistant 30.00 31.00 T ' Attachment "B" Project Schedule Village Creek Drainage Area Wastewater Collection System Evaluation Study Amendment No. 1 Project No. P170-070170410010 2001 2002 Work Activity Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sept Oct Nov Nov Task A—Field Investigation 1.Sewer Cleaning Program Management 2.Prepare Bidding Documents 3.Bidding Assistance Task B—Flow Quantification 1.Administration 2.Flow Monitoring(temporary) 3.Flow Data Analysis Task C—Report 1.Draft Report(39 additional lines) 2.Review Meeting With City 3.Final Report Task D—Rehab Design 1.Main 188 and Alignment Study 2.Village Creek Misc.Line Rehab 3.Lake Arlington Ranch CDR and Des. CITY $ECRETARY .IN r _ CONTRACT NO. �28 07-09-02 A10 :59 IN CITY OF FORT WORTH,TEXAS STANDARD AGREEMENT FOR ENGINEERING SERVICES This AGREEMENT is between the City of Fort Worth (the "CITY'), and Wade & Associates, Inc., (the"ENGINEER"), for a PROJECT generally described as: MAIN 286 AND CDSL32-T DRAINAGE AREAS SANITARY SEWER SYSTEM EVALUATION AND IMPROVEMENTS P171-070171140030 Article I Scope of Services A. The Scope of Services is set forth in Attachment A. Article Il Compensation A. The ENGINEER`s compensation is set forth in Attachment B. Article III Terms of Payment Payments to the ENGINEER will be made as follows: A. Invoice and Payment (1) The Engineer shall provide the City sufficient documentation to reasonably substantiate the invoices. (2) Monthly invoices will be issued by the ENGINEER for all work performed under this AGREEMENT. Invoices are due and payable within 30 days of receipt. (3) Upon completion of services enumerated in Article I, the final payment of any balance will be due within 30 days of receipt of the final invoice. (4) In the event of a disputed or contested billing, only that portion so contested will be withheld from payment, and the undisputed portion will be paid. The CITY will exercise reasonableness in contesting any bill or 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 -1- faith within 60 days of the amount due, the ENGINEER may, after giving seven (7) days'written notice to CITY, suspend services under this AGREEMENT until paid in full, including interest. In the event of suspension of services, the ENGINEER shall have no liability to CITY for delays or damages caused the CITY because of such suspension of services. Article IV Obligations of the Engineer Amendments to Article IV, if any, are included in Attachment C. A. General The ENGINEER will serve as the CITY's professional engineering representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto. B. Standard of Care The standard of care applicable to the ENGINEER's services will be the degree of skill and diligence normally employed in the State of Texas by professional engineers or consultants performing the same or similar services at the time such services are performed. C. Subsurface Investigations (1) The ENGINEER shall advise the CITY with regard to the necessity for subcontract work such as special surveys, tests, test borings, or other subsurface investigations in connection with design and engineering work to be performed hereunder. The ENGINEER shall also advise the CITY concerning the results of same. Such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise specified in Attachment A. (2) In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect the total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER. D. Preparation of Engineering Drawings The ENGINEER will provide to the CITY the original drawings of all plans in ink on reproducible plastic film sheets, or as otherwise approved by CITY, which shall become the -2- property of the CITY. CITY may use such drawings in any manner it desires; provided, however, that the ENGINEER shall not be liable for the use of such drawings for any project other than the PROJECT described herein. E. Engineer's Personnel at Construction Site (1) The presence or duties of the ENGINEER's personnel at a construction site, whether as on-site representatives or otherwise, do not make the ENGINEER or its personnel in any way responsible for those duties that belong to the CITY and/or the CITY's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The ENGINEER and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. (2) Except to the extent of specific site visits expressly detailed and set forth in Attachment A, the ENGINEER or its personnel shall have no obligation or responsibility to visit the construction site to become familiar with the progress or quality of the completed work on the PROJECT or to determine, in general, if the work on the PROJECT is being performed in a manner indicating that the PROJECT, when completed, will be in accordance with the Contract Documents, nor shall anything in the Contract Documents or the agreement between CITY and ENGINEER be construed as requiring ENGINEER to make exhaustive or continuous on-site inspections to discover latent defects in the work or otherwise check the quality or quantity of the work on the PROJECT. If, for any reason, the ENGINEER should make an on-site observation(s), on the basis of such on-site observations, if any, the ENGINEER shall endeavor to keep the CITY informed of any deviation from the Contract Documents coming to the actual notice of ENGINEER regarding the PROJECT. (3) When professional certification of performance or characteristics of materials, systems or equipment is reasonably required to perform the services set forth in the Scope of Services, the ENGINEER shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required in the Contract Documents. F. Opinions of Probable Cost, Financial Considerations,and Schedules (1) The ENGINEER shall provide opinions of probable costs based on the current available information at the time of preparation, in accordance with Attachment A. -3- I (2) In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, the ENGINEER has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or qualify of performance by third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, the ENGINEER makes no warranty that the CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from the ENGINEER's opinions, analyses, projections, or estimates. G. Construction Progress Payments Recommendations by the ENGINEER to the CITY for periodic construction progress payments to the construction contractor will be based on the ENGINEER's knowledge, information, and belief from selective sampling and observation that the work has progressed to the point indicated. Such recommendations do not represent that continuous or detailed examinations have been made by the ENGINEER to ascertain that the construction contractor has completed the work in exact accordance with the Contract Documents; that the final work will be acceptable in all respects; that the ENGINEER has made an examination to ascertain how or for what purpose the construction contractor has used the moneys paid; that title to any of the work, materials, or equipment has passed to the CITY free and clear of liens, claims, security interests, or encumbrances; or that there are not other matters at issue between the CITY and the construction contractor that affect the amount that should be paid. H. Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. The ENGINEER is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. I. Minority and Woman Business Enterprise(M/WBE) participation In accord with City of Fort Worth Ordinance No. 11923, as amended by Ordinance 13471, the City has goals for the participation of minority business enterprises and woman business enterprises in City contracts. Engineer acknowledges the M/WBE goal established for this contract and its commitment to meet that goal. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Engineer may result in the termination of this agreement and debarment from participating in City contracts for a period of time of not less than three (3)years. -4- J. Right to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the ENGINEER involving transactions relating to this contract. ENGINEER agrees that the CITY shall have access during normal working hours to all necessary ENGINEER facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The CITY shall give ENGINEER reasonable advance notice of intended audits. (2) ENGINEER further agrees to include in all its subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shall, until the expiration of three (3)years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subconsultant, involving transactions to the subcontract, and further, that the CITY shall have access during normal working hours to all subconsultant facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with subsection (3)hereof. CITY shall give subconsultant reasonable advance notice of intended audits. (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. ENGINEER's Insurance (1) Insurance coverage and limits: ENGINEER shall provide to the City certificate(s) of insurance documenting policies of the following coverage at minimum limits which are to be in effect prior to commencement of work on the PROJECT: Commercial General Liability $1,000,000 each occurrence $1,000,000 aggregate Automobile Liability $1,000,000 each accident (or reasonably equivalent limits of coverage if written on a split limits basis). Coverage shall be on any vehicle used in the course of the PROJECT. Workers Compensation Coverage A: statutory limits -5- Coverage B: $100,000 each accident $500,000 disease-policy limit $100,000 disease-each employee Professional Liability $1,000,000 each claim/annual aggregate (2) Certificates of insurance evidencing that the ENGINEER has obtained all required insurance shall be delivered to the CITY prior to ENGINEER proceeding with the PROJECT. (a) Applicable policies shall be endorsed to name the CITY an Additional Insured thereon, as its interests may appear. The term CITY shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. (b) Certificate(s) of insurance shall document that insurance coverages specified according to items section K.(1) and K.(2) of this agreement are provided under applicable policies documented thereon. (c) Any failure on part of the CITY to request required insurance documentation shall not constitute a waiver of the insurance requirements. (d) A minimum of thirty (30) days notice of cancellation, non-renewal or material change in coverage shall be provided to the CITY. A ten (10)days notice shall be acceptable in the event of non-payment of premium. Such terms shall be endorsed onto ENGINEER's insurance policies. Notice shall be sent to the respective Department Director (by name), City of Fort Worth, 1000 Throckmorton, Fort Worth,Texas 76102. (e) Insurers for all policies must be authorized to do business in the state of Texas or be otherwise approved by the CITY; and, such insurers shall be acceptable to the CITY in terms of their financial strength and solvency. (f) Deductible limits, or self-insured retentions, affecting insurance required herein may be acceptable to the.CITY at its sole discretion; and, in lieu of traditional insurance, any alternative coverage maintained through insurance pools or risk retention groups must be also approved. Dedicated financial resources or letters of credit may also be acceptable to the City. (g) Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. (h) The City shall be entitled, upon its request and without incurring expense, to review the ENGINEER's insurance policies including endorsements thereto and, at the CITY's discretion, the ENGINEER may be required to provide -6- proof of insurance premium payments. (1) The Commercial General Liability insurance policy shall have no exclusions by endorsements unless such are approved by the CITY. (j) The Professional Liability insurance policy, if written on a claims made basis shall be maintained by the ENGINEER for a minimum two (2) year period subsequent to the term of the respective PROJECT contract with the CITY unless such coverage is provided the ENGINEER on an occurrence basis. (k) The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement. It is understood that insurance cost is an allowable component of ENGINEER's overhead. (1) All insurance required in section K., except for the Professional Liability insurance policy, shall be written on an occurrence basis in order to be approved by the CITY. (m) Subconsultants to the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably equivalent insurance coverage as required for the ENGINEER. When insurance coverage is maintained by subconsultants, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. Notwithstanding anything to the contrary contained herein, in the event a subconsultant's insurance coverage is canceled or terminated, such cancellation or termination shall not constitute a breach by ENGINEER of the Agreement. L. Independent Consultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. M. Disclosure The ENGINEER acknowledges to the CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interest, direct or indirect, in property abutting the proposed PROJECT and business relationships with abutting property cities. The ENGINEER further acknowledges that it will make disclosure in writing of any conflicts of interest which develop subsequent to the signing of this contract and prior to final payment under the contract. N. Asbestos or Hazardous Substances (1) If asbestos or hazardous substances in any form are encountered or suspected, the -7- ' r ENGINEER will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. (2) If asbestos or other hazardous substances are suspected, the ENGINEER will, if requested, assist the CITY in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. O. Permitting Authorities-Design Changes If permitting authorities require design changes so as to comply with published design criteria and/or current engineering practice standards which the ENGINEER should have been aware of at the time this Agreement was executed, the ENGINEER shall revise plans and specifications, as required, at its own cost and expense. However, if design changes are required due to the changes in the permitting authorities' published design criteria and/or practice standards criteria which are published after the date of this Agreement which the ENGINEER could not have been reasonably aware of, the ENGINEER shall notify the CITY of such changes and an adjustment in compensation will be made through an amendment to this AGREEMENT. Article V Obligations of the City Amendments to Article V, if any, are included in Attachment C. A. City-Furnished Data The CITY will make available to the ENGINEER all technical data in the CITY's possession relating to the ENGINEER's services on the PROJECT. The ENGINEER may rely upon the accuracy,timeliness, and completeness of the information provided by the CITY. B. Access to Facilities and Property The CITY will make its facilities accessible to the ENGINEER as required for the ENGINEER's performance of its services and will provide labor and safety equipment as required by the ENGINEER for such access. The CITY will perform, at no cost to the ENGINEER, such tests of equipment, machinery, pipelines, and other components of the CITY's facilities as may be required in connection with the ENGINEER's services. The CITY will be responsible for all acts of the CITY's personnel. C. Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights-of-way, and access necessary for the ENGINEER's -8- services or PROJECT construction. D. Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule in Attachment D. E. Prompt Notice The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. F. Asbestos or Hazardous Substances and Indemnification (1) To the maximum extent permitted by law, the CITY will indemnify and release ENGINEER and its officers, employees, and subcontractors from all claims, damages, losses, and costs, including, but not limited to, attorney's fees and litigation expenses arising out of or relating to the presence, discharge, release, or escape of hazardous substances, contaminants, or asbestos on or from the PROJECT. Nothing contained herein shall be construed to require the CITY to levy, assess or collect any tax to fund this indemnification. (2) The indemnification and release required above shall not apply in the event the discharge, release or escape of hazardous substances, contaminants, or asbestos is a result of ENGINEER'S negligence or if such hazardous substance, contaminant or asbestos is brought onto the PROJECT by ENGINEER. G. Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the provisions of Article IV.E. regarding the ENGINEER's Personnel at Construction Site, and provisions providing contractor indemnification of the CITY and the ENGINEER for contractor's negligence. H. Contractor Claims and Third-Party Beneficiaries (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain no direct action against the ENGINEER, its officers, employees, and subcontractors, for any claim -9- 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 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. -10- Article VI General Legal Provisions Amendments to Article VI, if any, are included in Attachment C. A. Authorization to Proceed ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. B. Reuse of Project Documents All designs, drawings, specifications, documents, and other work products of the ENGINEER, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. Reuse, change, or alteration by the CITY or by others acting through or on behalf of the CITY of any such instruments of service without the written permission of the ENGINEER will be at the CITY's sole risk. The final designs, drawings, specifications and documents shall be owned by the CITY. C. Force Majeure The ENGINEER is not responsible for damages or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the control of the ENGINEER. D. Termination (1) This AGREEMENT may be terminated only by the City for convenience on 30 days' written notice. This AGREEMENT may be terminated by either the CITY or the ENGINEER for cause if either party fails substantially to perform through no fault of the other and does not commence correction of such nonperformance with five (5) days of written notice and diligently complete the correction thereafter. (2) If this AGREEMENT is terminated for the convenience of the City, the ENGINEER will be paid for termination expenses as follows: a) Cost of reproduction of partial or complete studies, plans, specifications or other forms of ENGINEER'S work product; b) Out-of-pocket expenses for purchasing storage containers, microfilm, electronic data files, and other data storage supplies or services; c) The time requirements for the ENGINEER'S personnel to document the work underway at the time the CITY'S termination for convenience so that the work effort is suitable for long time storage. -11- (3) Prior to proceeding with termination services, the ENGINEER will submit to the CITY an itemized statement of all termination expenses. The CITY'S approval will be obtained in writing prior to proceeding with termination services. E. Suspension, Delay, or Interruption to Work The CITY may suspend, delay, or interrupt the services of the ENGINEER for the convenience of the CITY. In the event of such suspension, delay, or interruption, an equitable adjustment in the PROJECT's schedule, commitment and cost of the ENGINEER's personnel and subcontractors, and ENGINEER's compensation will be made. F. Indemnification (1) The ENGINEER agrees to indemnify and defend the CITY from any loss, cost, or expense claimed by third parties for property damage and bodily injury, including death, caused solely by the negligence or willful misconduct of the ENGINEER, its employees, officers, and subcontractors in connection with the PROJECT. (2) If the negligence or willful misconduct of both the ENGINEER and the CITY (or a person identified above for whom each is liable) is a cause of such damage or injury, the loss, cost, or expense shall be shared between the ENGINEER and the CITY in proportion to their relative degrees of negligence or willful misconduct as determined pursuant to T.C.P. & R. Code, section 33.011(4) (Vernon Supplement 1996). G. Assignment Neither party will assign all or any part of this AGREEMENT without the prior written consent of the other party. H. Interpretation Limitations on liability and indemnities in this AGREEMENT are business understandings between the parties and shall apply to all the different theories of recovery, including breach of contract or warranty, tort including negligence, strict or statutory liability, or any other cause of action, except for willful misconduct or gross negligence for limitations of liability and sole negligence for indemnification. Parties means the CITY and the ENGINEER, and their officers, employees, agents, and subcontractors. I. Jurisdiction The law of the State of Texas shall govern the validity of this AGREEMENT, its interpretation and performance, and any other claims related to it. The venue for any litigation related to this AGREEMENT shall be Tarrant County, Texas. -12- i J. Alternate Dispute Resolution (1) All claims, disputes, and other matters in question between the CITY and ENGINEER arising out of, or in connection with this Agreement or the PROJECT,or any breach of any obligation or duty of CITY or ENGINEER hereunder, will be submitted to mediation. If mediation is unsuccessful, the claim, dispute or other matter in question shall be submitted to arbitration if both parties acting reasonably agree that the amount of the dispute is likely to be less than $50,000, exclusive of attorney's fees, costs and expenses. Arbitration shall be in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association or other applicable rules of the Association then in effect. Any award rendered by the arbitrators less than $50,000, exclusive of attorney's fees, costs and expenses, will be final, judgment may be entered thereon in any court having jurisdiction, and will not be subject to appeal or modification except to the extent permitted by Sections 10 and 11 of the Federal Arbitration Act(9 U.S.C. Sections 10 and 11). (2) Any award greater than $50,000, exclusive of attorney's fees, costs and expenses, may be litigated by either party on a de novo basis. The award shall become final ninety (90) days from the date same is issued. If litigation is filed by either party within said ninety (90) day period, the award shall become null and void and shall not be used by either party for any purpose in the litigation. K. Severability and Survival If any of the provisions contained in this AGREEMENT are held for any reason to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability will not affect any other provision, and this AGREEMENT shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. Articles V.F., VI.B., VI.D., VI.H., VI.I., and VI.J. shall survive termination of this AGREEMENT for any cause. L. Observe and Comply ENGINEER shall at all times observe and comply with all federal and State laws and regulations and with all City ordinances and regulations which in any way affect this AGREEMENT and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. ENGINEER agrees to defend, indemnify and hold harmless CITY and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. -13- i Article VII Attachments,Schedules,and Signatures This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A-Scope of Services Attachment B-Compensation Attachment C-Amendments to Standard Agreement for Engineering Services Executed this / day of I ���I @j4rj D - ATTEST: CITY OF FORT WORTH w UfMa Ott Ask- City Secretary Assistan City Manager APPROVED Contract Authorization ..�— b4tt 4:1V Dale A. Fisseler, P.E. Director, Water Department APPROVED AS TO FORM AND LEGALITY WADE&ASSOCIATES, INC. ENGINEER Assistant City Attorney Mark G. Wade, P.E. President -14- ATTACHMENT"A" General Scope of Services "Scope of Services set forth herein can only be modified by additions, clamcations, and/or deletions set forth in the supplemental Scope of Services. In cases of conflict between the Supplemental Scope of Services and the General Scope of Services, the Supplemental Scope of Services shall have precedence over the General Scope of Services." "Scope of Services set forth herein can only be modified by additions, clamcations, and/or deletions set forth in the supplemental Scope of Services. In cases of conflict between the Supplemental Scope of Services and the General Scope of Services, the Supplemental Scope of Services shall have precedence over the General Scope of Services." GENERAL 1) Preliminary Conference with City .The Engineer shall attend preliminary conferences with authorized representatives of the City regarding the scope of project so that the study, recommendations, plans and specifications which are to be developed hereunder by the Engineer will result in providing facilities which are economical in design and conform to the City's requirements and budgetary constraints. 2) Coordination with Outside Agencies/Public Entities The Engineer shall coordinate with officials of other outside agencies as may be necessary for the completion of the study or design of the proposed wastewater facilities/improvements. It shall be the Engineers duty hereunder to secure necessary information from such outside agencies, to meet their requirements. 3) Geotechnical Investigations The Engineering shall advise the City of test borings, and other subsurface investigations that may be needed. In the event it is determined necessary to make borings or excavate test holes or pits, the Engineer shall in coordination with the City and the City's geotechnical engineering consultant, draw up specifications for such testing program. The cost of the borings or excavations shall be paid for by the City. 4) Agreements and Permits The Engineer shall complete all forms/applications to allow the City of Fort Worth to obtain any and all agreements and/or permits normally required for a project of this size and type. The Engineer will be responsible for negotiating and coordinating to obtain approval of the agency issuing the agreement and/or permits and will-make any-revisions necessary to bring the study or plans into compliance with the requirements of said agency, including but not limited to highways, railroads, water authorities, Corps of Engineers and other utilities. A-I 5) Report and Design Changes Relating to Permitting Authorities If permitting authorities require changes, the Engineer shall revise the study, plans and specifications as required at the Engineers own cost and expense, unless such changes are required due to changes in the design of the facilities made by the permitting authority. If such changes are required, the Engineer shall notify the City and an amendment to the contract shall be made if the Engineer incurs additional cost. If there are unavoidable delays, a mutually agreeable and reasonable time extension shall be negotiated. 6) Map, Report, and Plan Submittal Copies of the base maps, report, and original plans shall be provided to the Water Department and shall become the property of the City. This shall include plans provided on reproducible mylar or approved plastic film sheets, or as otherwise approved by the Department of Engineering. City may use such map, report, or drawings in any manner it desires; provided, however that the Engineer shall not be liable for the use of such map, report, or plans for any project other than the project described herein; and further provided,that the Engineer shall not be liable for the consequences of any changes that are made to the map, report, and drawings, or changes that are made in the implementation of the report without the written approval of the Engineer. Phase 1 (Design) 7) Right-of-Way, Easement and Land Acquisition Needs The Engineer shall determine the rights-of-way, easement needs for the completion of the construction of the project. Engineer shall determine ownership of such land and furnish the City with the necessary right-of-way sketches, prepare necessary easement descriptions for acquiring the rights-of-way and/or easements for the construction of this project. Sketches and easement descriptions are to be presented in form suitable for direct use by the Department of Engineering in obtaining rights-of-way, easements, permits, and licensing agreements. All materials shall be furnished on the appropriate City forms in a minimum of four(4)copies each. 8) Design Survey The Engineer shall provide necessary field survey for use in the preparation of Plans and Specifications. The Engineer shall furnish the City certified copies of the field data. 9) Utility Coordination The Engineer shall coordinate with all utilities, including utilities owned by the City, as to the proposed utility liens or adjustment to existing utility lines within the project limits. The information obtained shall be shown on the conceptual plans. The Engineer shall show on the preliminary and final plans the location of the proposed utility lines, existing utility lines, based on the information provided by the utility, and any adjustments and/or relocation of the exiting lines within the project limits. The Engineer shall also evaluate the phasing of the water, wastewater, street and drainage work, and shall submit such evaluation in writing to the City as part of this phase of the project. A-2 10) Conceptual Plans The Engineer shall furnish four(4) copies of the Phase 1 concept engineering plans which include layouts, preliminary right-of-way needs and preliminary estimates of probable construction costs for the Engineers recommended plan, For all submittals, the Engineer shall submit plans and documents for water/wastewater facilities. Then Engineer shall receive written approval of the Phase 1 Plans from the City's project manager before proceeding with Phase 2. Phase 2 (Design) 11) Report and Design Data The Engineer shall provide in the report cost data on rehabilitation of manholes, 1/1 defects, and capacity improvements under the study phase and design data, reports, cross-sections, profiles, drainage calculations, and preliminary estimates of probably construction cost under the design phase. 12) Preliminary Construction Plans and Technical Specifications The Engineer shall submit twenty(20)copies of Phase 2 preliminary construction plans and five (5) copies of the preliminary technical specifications for review by the City and for submission to utility companies and other agencies for the purposes of coordinating work with existing and proposed utilities. The preliminary construction plans shall indicate location of existing/proposed utilities and storm drain lines. The Engineer shall receive written approval of the Phase 2 plans from the City's project manager before proceeding with Phase 3. Phase 3 (Design) 13) Final Construction Plans The Engineer shall furnish five (5) copies of the final construction plans and contract specifications for review by the City. 14) Detailed Cost Estimate The Engineer shall furnish four (4) copies of the detailed cost estimates of probable construction costs for manhole and pipeline rehabilitation (study) and the authorized construction project (design), which shall include summaries of the unit costs and corresponding quantities. 15) Plans and Specification Approval The Engineer shall furnish an original mylar for the signatures of authorized City officials. The Contract Documents shall comply with applicable local, state and federal laws and with applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies. The Engineer shall receive written approval of the Phase 3 plans from the City's project manager before proceeding with Phase 4. A-3 Phase 4 (Design) 16) Final Approved Construction Plans The Engineer shall furnish 40 bound copies of Phase 4 final approved construction plans and contract specifications. The approved plans and contract specifications shall be used as authorized by the City for use in obtaining bids, awarding contracts, and constructing the project. 17) Bidding Assistance The Engineer shall issue addenda as appropriate to interpret, clarify, or expand the bidding documents, and assist the owner in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. When substitution prior to the award of contracts is allowed by the bidding documents, the Engineer will advise the owner as to the acceptability of alternate materials and equipment proposed by the prospective constructors. 18) Recommendation of Award The Engineer shall assist in the tabulation and review of all bids received for the construction of the project and shall make a recommendation of award to the City. 19) Prebid Conference The Engineer shall attend the prebid conference and the bid opening, prepare bid tabulation sheets and provide assistance to the owner in evaluating bids or proposals and in assembling and awarding contracts for cleaning and closed circuit television inspection (study) and for construction, materials, equipment, and services (design). Phase 5(Design) 20) Preconstruction Conference The Engineer shall attend the preconstruction conference. 21) Sewer Cleaning and CCTV Project Management The Engineer shall be available to the City on matters concerning the layout of the project during its execution. 22) Construction Survey The Engineer shall be available to the City on matters concerning the layout of the project during its construction and will set control points in the field to allow City survey crews to stake the project. The setting of line and grade stakes and route inspection of construction will be performed by the City. A-4 23) Site Visits The Engineer shall visit each scheduled cleaning site or construction project site at appropriate intervals as cleaning and CCTV inspection work or construction proceeds to observe and report on the progress and the quality of the executed work. 24) Shop Drawing Review The Engineer shall review shop and erection drawings submitted by the contractor for compliance with design concepts. The Engineer shall review laboratory, shop, and mill test reports on materials and equipment. 25) Instructions to Contractor The Engineer shall provide necessary interpretations and clarifications of contract documents, review change orders and make recommendations as to the acceptability of the work, at the request of the City. 26) Differing Site Conditions The Engineer shall prepare sketches required to resolve problems due to actual field conditions encountered. 27) Record Drawings The Engineer shall prepare record drawings from information submitted by the contractor. A-5 ATTACFIMENT "A-1" SUPPLEMENTAL SCOPE OF SERVICES (SUPPLEMENT TO ATTACIiMENT "A") Project No. P171-070171140030 Part 1 -Main 286 and CDSL32-T Drainage Basins Sanitary Sewer System Evaluation and Improvements Part 2—Clear Fork Drainage Basin Sanitary Sewer Rehabilitation &Improvements—Part H Part 3—Assessment and Pre-Design of the City of Benbrook Permanent Wastewater Metering Stations Part 4—Management of City-Wide Large-Diameter Sanitary Sewer Cleaning Program Part 5—Clear Fork Drainage Basin Wastewater Drainage Basin Flow Characterization The following is a description of the tasks that the ENGINEER will perform for each Part under this engineering agreement. PART 1—SANITARY SEWER SYSTEM EVALUATION&IMPROVEMENTS IN THE MAIN 286 AND CDSL32-T DRAINAGE BASINS The proposed evaluation and improvement project in M-286 and CDSL32-T drainage areas is an integral part of the City's wastewater program to eliminate and prevent sanitary sewer overflows(SSO)and bypasses in the wastewater collection sytem,in order to comply with U.S.EPA proposed regulations known as Capacity,Management,Operations, and Maintenance(CMOM). The two basins comprise approximately 365,000 feet of sanitary sewer that discharge to the Clear Fork interceptor sewer system.Previous investigations by the City and current reports by Field Operations have identified wet-weather SSO locations and potentially numerous locations of III and structural deterioration in the system A detailed sanitary sewer evaluation survey(SSES)is proposed under Part 1 in order to prevent SSOs through cost- effective sewer system rehabilitation and improvements. PART 2—DESIGN OF SANITARY SEWER REHABILITATION&IMPROVEMENTS(PART H) IN THE CLEAR FORK DRAINAGE BASIN The ;d a . t. ^rnn c r CITY 's. entifie from a pr.Ao'us Stu..y,apprG'iuI-�a�ei)' i vv linear feet vi Sanitary Server that need rehabilitation in the Clear Fork Drainage Basin.Rehabilitation may require full replacement, trenchless rehabilitation,or partial replacement.Realignment of certain sanitary sewers may also be required as part of this project.Plans and specifications,including all bid documents,will be prepared in compliance with CITY standards as issued through the Department of Engineering.The ENGINEER will also provide certain technical assistance during bidding and construction phases of the project. Al - 1 PART 3—ASSESSMENT AND PRE-DESIGN OF THE CITY OF BENBROOK PERMANENT WASTEWATER METERING STATIONS The City of Benbrook discharges wastewater into the City of Fort Worth wastwater collection system at several locations.These connections range from small-diameter connections to larger-diameter connections. In order to continuously monitor wastewater flows from Benbrook,a series of permanent flow metering stations will be constructed at strategic points of entry into the Fort Water sanitary sewer system.A short- term flow monitoring program will be used to determine the specific metering sites and recommended metering structure/device in order to optimize the number of stations to be constructed while taldng into consideration the impact of future flows from the City of Benbrook The final report will be used to implement future phases of the recommended metering plan.This will likely include surveying,plans and specifications,and construction-related contract documents. PART 4—MANAGEMENT OF CITY-WIDE LARGE-DIAMETER SANITARY SEWER CLEANING PROGRAM The City of Fort Worth has established an annual budget to perform city-wide large-diameter sanitary sewer cleaning.Large-diameter is defined,generally,as main sewers that are 18"inches and greater in size.Under this part,the ENGINEER will oversee and manage the cleaning contract that will be awarded through a competitive bidding process.Sites to be cleaned and televised will be determined by the CITY. Management services of the ENGINEER for cleaning and CCTV inspection of approximately 90,000 feet of large-diameter pipeline will include the following: • site reviews ■ map preparation ■ review of new manhole list for construction by the CITY ■ preparation of bidding documents following CITY approved cleaning standards ■ assistance in bidding ■ contract award ■ periodic inspections • general administration during active phases of the project ■ review of cleaning and CCTV inspection data The ENGINEER will prepare a final report of findings and recommendations for follow-up maintenance and rehabilitation. PART 5—CLEAR FORK DRAINAGE BASIN WASTEWATER FLOW CHARACTERIZATION The ENGINEER will conduct a wastewater flow characterization study of the sanitary sewer system included in the Clear Fork drainage area.The study will include temporary flow monitoring at 15 locations along the main sewers in the Clear Fork drainage area to a terminating point located upstream of the entry into the deep tunnel sewer in the vicinity of the Tandy parking facilities. The ENGINEER will prepare a final flow monitoring report at the conclusion of the study. Al -2 SCOPE OF SERVICES This project has been sub-divided into five distinct and separate Parts.A detailed description of the specific tasks to be provided for each Part is further defined as follows: PART I—SANITARY SEWER SYSTEM EVALUATION&IMPROVEMENTS IN THE MAIN 286 AND CDSL32-T DRAINAGE BASINS A. FIELD INVESTIGATION 1. Administration and Progress Meetings Representatives for the ENGINEER and CITY will meet periodically to review progress of the study.The initial project kick-off meeting will include a review of the scope of the project,the ENGINEER's proposed schedule and milestone dates,discussion of public-outreach procedures,a review any coordination activities with wholesale customer cities,special businesses, neighborhood associations,or hospitals located within the study areas,and review the ENGINEER's final proposed deliverables. Minutes of each meeting will be recorded by the ENGINEER and submitted to the CITY within one week of the respective meeting. 2. Public Outreach Program The ENGINEER shall coordinate with the City on each phase of the public information plan for the study.The public outreach program shall include customers,City of Benbrook,Benbrook Water&Sewer Authority,major commercial customers,hospitals and allied health facilities, Hulen shopping center,and homeowners associations.The notification plan shall include all field- related services of the ENGINEER,the CITY, and the CITY's CCTV/cleaning sub-contractor. Resources are as follows: • Neighborhood meetings(maximum of three) • Water Department publications and web site ■ The ENGINEER's web site ■ Star Telegram"City Page" ■ City Hall bulletin board Where smoke testing is to be completed in areas that are in close proximity to residential, commercial,hospital,and industrial developments,the ENGINEER shall adhere to the public relations and notification procedures included in the Fort Worth SSES Standards. 3. Characterization of Sub-Basin 1/1 a. Site Assessment A site assessment of potential flow monitoring sites in the study area will be made to determine,in general,the most suitable flow monitoring and rain gauge locations based on the ivuow7ng conditions: ■ Suitability for Accurate Metering-The accuracy of the open channel flow metering will depend on numerous variables and it is imperative that they be controlled as much as possible. For this reason,the reconnaissance inspections will be performed to identify the best sites for metering and to minimise such error-causing factors as changes in pipe alignment and size,interruption of channel flow by side inlets and turbulence caused by uneven channels. • Safety-It is equally important that the proposed sites conform to the ENGINEER's requirements for safe operating conditions. If the site falls outside of these requirements, alternate sites that are suitable based on safety requirements will be selected upon further consultation with the CITY. Al - 3 o ' Meter placement,once established,will determine the principal and final boundaries of the sub-drainage basins. b. Flow Monitoring Due to the nature of potential surcharge conditions in the study area collection system during intense rainfall events,the ENGINEER will install 15 continuously recording electronic depth and velocity flow meters at key monitoring sites determined from Task A.2. The meters shall be American Sigma Model 910 AV, or an approved equal. The flow meters will be tailored to the characteristics of each manhole. The devices will be set to record data at an interval individually selected for each site intervals shall not exceed 15-minute. The flow meters will remain installed and operating properly for a total of 60 consecutive days beginning in September of 2002,weather permitting. Upon completion of the base period,the ENGINEER will remove the meters unless the CITY recommends and approves keeping them in place. Justification for extended metering will be due to insufficient dry and wet periods. A minimum of 8 rainfall events will be used as criteria for removing the meters during the monitoring period. The ENGINEER will adhere to a minimum once-weekly meter maintenance program These inspections will involve a check to determine that the meter is functioning properly,a transfer of the computerized data,a check of the actual depth and velocity against the recorded readings and assessment of the self-contained power source. During the course of the metering, calibration of the meter site will be performed over the range of anticipated flows. The resultant analysis will be used to quantify I/I and calibrate the computer hydraulic model. c. Rainfall Monitoring The ENGINEER will also locate and install 6 continuously recording rainfall gauges during the same 60-day base period. The gauges will be an electronic type,recording rainfall in one- hundredths of inch increments. The instruments will be checked and downloaded weekly. Data collected from each rain gauge will be analyzed to correlate peak system flows and rainfall intensity as further discussed in this section.Rain gauges at the CITY's existing permanent metering locations will be utilized by the ENGINEER. d. Flow Data Analysis Results of the flow monitoring program will be evaluated as follows: ■ Base flow,infiltration(groundwater-induced)and inflow(rainfall-induced)will be determined for each monitored sub-basin. Relationships between rainfall intensity and peak system flows for each sub-basin under"non-bypassing"conditions and saturated ground conditions will be determined. This is called the "Q vs.i"method of hydraulic analysis and will become the primary method of ranking sub-basins and calibrating the hydraulic model. ■ System curves will be developed for each sub-basin by comparing maximum rainfall intensity"i"expressed in inches/hour and peak system flow"Q"expressed in gallons per minute. Separate curves will be developed for both inflow and rainfall-induced infiltration,including projected flow hydrographs for the design storm events. ■ Rainfall intensity distribution using the TP-40 method will be used for sub-basins to develop a model that replicates and characterizes hydraulic behavior due to localized rainfall conditions. Al -4 4. LlIdentification a. Base Map The ENGINEER will produce a full set of base maps showing the most current information on the sanitary sewer system The maps shall be in ArcViewc or AutoCAD®format,showing all sanitary sewer lines and structures to be inspected.All attributes shall be annotated using the CITY's standard format and naming conventions.Where available,the ENGINEER will overlay digital orthographic aerial images and other available information such as commercial buildings,streets,contours and existing storm drainage systems into one composite map. b. Manhole Inspections All manholes identified will be inspected topside to evaluate each manhole component including the bench,trough,and pipe seal.Inspections will be designed to locate potential sources of inflow and infiltration,structural deficiencies,and maintenance-related defects such as roots and debris in the bench/invert zone.For manholes deeper than 8.0 feet,the ENGINEER will complete the inspection of the bottom portion of the manhole by manned entry or the use a pole-mounted camera from top-side.For older manhole structures,manned entry will be performed.Information from the manhole inspections shall be recorded on a standard Fort Worth SSES field form,with the latest revisions and input into the ENGINEER's database for further analysis. Photographs in digital format of all defects shall be taken.Approximately 1,070 manholes shall be inspected. c. Smoke Testing The ENGINEER shall smoke test approximately 325,000 feet of sanitary sewers within the study area to locate and verify Id sources in the private-and public-sectors.Approximately 40,000 of"newer"sanitary sewers(constructed after 1990)will not be smoke tested.Sewers to be smoke tested shall be isolated and individually tested. A four-person field crew will conduct each test. Public notification procedures will follow those specified in the CITY's SSES Standard Manual.The ENGINEER will also coordinate with RJN Group where the respective study area boundaries of M-286 and M-189 are shared.Smoke testing shall be accomplished by injecting opaque,non-toxic smoke with high-capacity direct discharge blowers(3,500 cfm). All observed UI sources will be recorded on standard Fort Worth SSES field forms,with the latest revisions and input in the ENGINEER's database for further evaluation. All major defects shall be photographed in digital format,referenced to the corresponding main/lateral number and station numbers,and logged for future documentation. For added clarity,field sketches shall be attached to the appropriate field form to ensure that the final defects,scheduled for rehabilitation,are presented in a manner that will optimize follow-up design and rehabilitation activities. d. Data Management All data gathered from Task A.5 shall be recorded and entered into the ENGINEER's database management system. This shall include manhole inspections,visual pipe inspections, smoke testing,CCTV inspections,cleaning and dyed-water testing.Each entry shall be accompanied by a hard copy of the field form,digital photographs,and attached electronic files in Pipedream with standards generally compatible with Fort Worth SSES format. Defects shall also be denoted on the base map indicating the approximate location of each major In source and their proximity to the main sewer system B. ANALYSIS 1. 1/1 Data Analysis All M-related defects identified under Parts A.3 and A.5 will be analyzed by Pipedream®. For each defect,a flow rate based on the model or estimated in the field will be compared to the cost of Al - 5 o e removing that particular defect. Pipedream®includes rehabilitation cost library that will allow ENGINEER to select the specific repair cost based on local conditions. The analysis will be specific to the CITY's past projects for pipeline and manhole rehabilitation. Where defects are inflow-related,the model will compute flow rate based on tributary area,rainfall intensity,and runoff coefficients. Orifice equations will be used for areas subject to ponding such as vented manhole lids. I/I defects from the private sector(i.e.downspouts,uncapped cleanouts, yard drains,etc.)will also be included in the I/I analysis. A final listing will be produced by Pipedream°,which will rank each M-related defect on the basis of cost/gpm. As the unit cost increases,the defect will be ranked lower on the list.The listing will also show cumulative cost and I/I removal.This will allow the CITY to select incremental TA removal and rehabilitation plans based on future budgets. 2. Hydraulic Model a. Hydraulic Network A computerized hydraulic network will be initially developed by the ENGINEER from information included in the CITY's current electronic map of the study area. The model will include all CITY-owned sanitary sewer lines identified within the study area. Supplemental data will be gathered from existing as-built drawings,additional electronic maps,and survey records. Additional and updated information will also be collected from the measurements recorded during work described in Parts A.3 and A.S. Information collected from these records will be entered into the model.Data entry will include physical data such as rim elevation,invert elevation,pipe diameter,length of pipe between manholes,and roughness coefficients. Final continuity and connectivity checks of the network will be made and the system prepared for the hydraulic model.If necessary,the ENGINEER will verify actual field conditions in order to complete the final hydraulic network. b. Calibrated Hydraulic Model(current conditions) The hydraulic modeling module of Pipedream®will be used by ENGINEER to evaluate system capacity,existing peak wet-weather induced flows,and identify either(1)hydraulically overloaded line segments or(2)available remaining pipe capacity. Base flows for the model shall be developed from actual flow monitoring data. Flow rates for major users will be developed from water consumption records provided by the CITY. The flow rates within each line segment of the model will be developed from actual I/I defect rates determined under Part B.1.These rates will enter into the model at location where they occur. The model will analyze hydraulic behavior of the collection system and the interrelationship between I!I reduction and the net effect on relief sewer requirements. Selected design flows identified under Part AA and I/I data from Part B.1 will be input into the computer network model developed under B.2.a to evaluate system behavior along all main and lateral sewers. The storm events used for analysis shall be the 2-year,and 10-year, storm events with storm durations defined by flow characteristics within each of the study areas. Flow routing will be dynamic and model peak flow hydrographs through the system to the outlet point of the study area(M-278/23+11). The model will be calibrated so that synthetic hydrographs developed from the I/I database coincide with peak flow projections developed from actual flow monitoring data. The computer model will be used to identify relief sewers required and estimated cost for(1)parallel relief,(2)replacement,or(3) rerouting where bottlenecks occurred due to downstream(backwater)or upstream(hydraulic overload)conditions. Computer output reports will display existing system physical description,capacity,and the percentage of hydraulic overload for the specified design rainfall events.ENGINEER shall Al - 6 also provide,in ASCII file format,the hydraulic model components to the CITY for incorporation into the CITY's designated hydraulic modeling program HydroWORICS®. 3. Engineering Analysis An engineering analysis will be completed of the sanitary sewers within the study area.Three primary cost components will be evaluated as part of this analysis.Pipedream®cost analysis will be conducted of UI removal within the study area.Estimated M removal rates and corresponding rehabilitation costs(expressed in units of cost/gpm)for each source of UI identified from this study will be calculated.Added to this analysis will be the estimated system-wide relief sewer cost requirements for each incremental reduction of infiltration starting at 0%elimination.This analysis will be for current conditions,and will not consider at this point impact from future development and growth.A final total cost curve will be constructed to determine the optimal level of inflow and infiltration reduction and any additional relief sewers and/or off-line storage that still may be required after inflow and infiltration is removed from the collection system The final analysis will include a listing of source locations to be eliminated for both private and public sectors. In addition to infiltration that is cost-effective to eliminate,the analysis will also identify locations of structural rehabilitation and normal maintenance within the Study Area collection system. 4. CCTV Tape Review As part of the engineering analysis under I.B.C.,the ENGINEER will evaluate videotape records of prior or proposed CCTV inspections conducted by the CITY.The analysis will be limited to 700 line segments within the study area.Results of the reviews will be compiled on a final, tabulated spreadsheet.In particular,the tabular listing will include the following: 1. Upstream Manhole identified by Main/Lateral number and station 2. Downstream Manhole identified by Main/Lateral number and station 3. Pipe diameter 4. Actual pipe length 5. Pipe material(s) 6. Approximate pipe age 7. Depth of pipeline 8. General description of observations 9. Surface conditions 10. Cleaning observations 11. Number of service connections 12. General manhole condition 13. Recommendations—rehabilitation 14. Recommendations—maintenance 15. Encroachment issues 16. CCTV tape reference 5. Future Growth Analysis The study area includes land that is undeveloped or under development.This includes large areas outside of the study area that discharge into the CITY's main sewers such as the City of Benbrook. In order to assess the M impact of build-out within and outside of the study area,several planning-level models will be developed.The future growth module of Pipedream®will be used for this purpose. Supplemental wastewater flows for evaluating the hydraulic behavior of the existing sewer system will be developed from land-use information provided to the ENGINEER from sources such as the following: ■ Current Fort Worth Wastewater Master Plan • NCTCOG Planning Forecast Data Al -7 •, City of Benbrook Master Plan(if available) Land-use types will be assigned to all undeveloped land and assigned to the one or more manhole nodes within the model,depending on drainage patterns and potential sewer extension. Under this phase,separate future growth models will be developed for up to three planning horizons.Results of each model will be evaluated and relief sewer cost estimates determined for each planning horizon.In addition,the cost analysis will be extended to the results of potential I/I reduction from the City of Benbrook. 6. Hydraulic Gradient Analysis Key hydraulic bottlenecks will be further evaluated,for each model,where system integrity and reliability could be compromised under surcharge conditions. The computer hydraulic gradient analysis program of Pipedream®will be used to evaluate and compare the hydraulic profiles(under surcharge conditions)with profile elevations of pipe inverts,ground surface,and possible low- lying areas and basements. C. REPORT 1. Draft Report A Draft Report will be prepared by the ENGINEER,which will outline the following elements: a. Executive Summary-Findings,conclusions,and recommendations in a summary fomrat. b. Introduction-Historical background of sanitary sewer system,problem areas,existing conditions,study area characteristics,purpose of study,scope of study,demographic data and forecasts. c. Field Activities-Summary of field activities,including flow and rainfall monitoring,manhole inspections,smoke testing,dyed-water testing,and cleaning and television inspection. Result of I/I quantification and identified structural rehab needs. d Hydraulic Model-Results of computerized first-order hydraulic modeling of sewer system in the Study Area including overloaded line segments,recommended relief and/or replacement interceptor sewers,and impacts from future growth. e. Engineering Analysis and Recommendation-Summary of hydraulic analysis and cost analysis including recommendations for(1)1/I elimination(public and private sectors),(2)additional relief sewer requirements for each planning horizon,(3)structural rehabilitation requirements, (4)work associated with maintenance-related activities that can be accomplished by the CITY, and(5)follow-up implementation schedule in the Final Report Supplemental recommendations will include(1)recommendations to accommodate future impacts from the City of Benbrook,(2)a basin-wide map showing all identified overflow locations,(3)a tabular listing of all pipelines recommended for replacement or rehabilitation and justification (i.e.chronic overflows;structural condition based on results of CCTV inspections; maintenance condition based on history and cleaning;UI based on smoke testing),(4)a basin- wide map showing pipeline replacement and rehabilitation recommendations(including point repairs and trenchless restoration),(5)a tabular listing of all manhole replacement and rehabilitation with justification,and(6)a basin-wide map showing relief/replacement sewer plan for the full 40-year planning period. Five(5)copies of the draft report will be submitted to the CITY for review and approval.The plan will include.several options regarding implementation of the Final Report recommendations,including establishment of priority(i.e.Ifl elimination vs.structural rehabilitation). Al - 8 2. Review Meetings ENGINEER will meet with the CITY to review the draft report,discuss the CITY's comments, questions,and changes,and make the appropriate modifications to the report. A total of two(2) review meetings will be scheduled. 3. Final Report Ten(10)copies of the Final Report will be submitted to the CITY within 30 days of the final review meeting. 4. Deliverables Field inspection and testing data,computer output reports,flow monitoring data and other key data and calculations compiled during the study will be assembled in hard copy form. An annotated index describing the organization,contents and uses of each of the data files will be prepared. Two(2)copies of the Support Data will be supplied to the CITY. ENGINEER will retain a complete copy of the Support Data to enhance its ability to respond to future questions regarding the study and follow-up rehabilitation implementation. All electronic data files,as described herein,shall be provided to the CITY on CDs. PART 2—DESIGN OF SANITARY SEWER REHABILITATION&MPROVEMENTS (PART II)IN THE CLEAR FORK DRAINAGE BASIN Work under this Part includes replacement or rehabilitation of all laterals in Groups 1 through 4.This represents approximately 13,700 feet of existing small-diameter sanitary sewers. The locations of this work are as follows: Group Main Lateral UPMH DSMN Length Comments Total 1 M-196 n/a 109+38 93+00 1,638 1 M-186 L-5328 6+11 0+00 611 1 M-186 L-5329 3+33 0+00 333 1 M-186 L-6661 1+90 0+00 190 1 M-207R L-4374 779 3225 Alta Mere Blvd. Group 1 3,551 3,551 2 M-311 L-2862 14+17 10+97 320 2 M-311 L-4500 2+86 0+00 286 2 M-311 L-3269 3+10 0+00 310 2 M-311 L-3270 2+00 0+00 200 2 M-311 L-3658 5+34 0+00 534 2 M-311 L-3658 9+18 8+27 91 2 M-311 L-3658 13+73 11+29 244 2 M-311 L-2862 4+70 3+32 135 2 M-311 M-190 48+71 46+53BK 218 2 M-311 M-190 51+11 48+71 240 Group 2 2,578 2,578 3 M-211 n/a 47+12 45+04 208 M-311 drainage area 3 M-211 n/a 51+89 48+15 374 M-311 drainage area 3 M-211 n/a 75+81 63+90 1,191 3 M-311 L-3104 2+70 0+00 270 3 M-311 L-4525 8+10E 2+48 562 3 M-311 L-4526 1+48ABD 0+00 . 148 DSMH=M-211/64+43 3 M-311 L-4901 6+32 0+00 632 3 . . . M-311 L-5266 20+15E 12+52_ 763 Al -9 Group 3 4,148 4,148 4 M-311 L-3965 14+84 14+50 34 4 M-186 n/a 205+37 210+99 338 4 M-311 L-5262 25+51 20+53 498 4 M-311 L-5405 0+74 0+00 72 DSMH=M-190R/1+11 4 M-311 L-5406 8+22 1+73 649 4 M-311 L-5406 8+38E 8+22 14 4 M-311 L-5406 1+73 0+00 173 4 M-311 L-6695 2+68 0+00 268 4 M-311 L-3269 7+50 3+10 440 4 M-311 L-3270 7+00 2+00 500 4 M-311 L-6072 14+47 11+13 400 Group 4 3,386 3,386 Total All Groups 13,663 Upon receipt of notice-to-proceed,the ENGINEER will perform the following tasks: A. CONCEPTUAL DESIGN 1. Initial Data Collection a. Coordination Meetings Attend and document meetings,as required,to discuss and coordinate various aspects of the project. For purposes of establishing a level of effort,four(4)meetings are anticipated. These include the following: ■ One pre-design meeting Water Department's Project Manager. ■ Two review meetings at completion of the CITY's review of Part 2.A. ■ One pre-bidding meeting(to be scheduled after completion of Part 2.13). b. Coordination with Other Agencies The ENGINEER will consult with the CITY's Water and Engineering Departments and other CITY departments,public utilities,state agencies,railroads,and private utilities to gather information on underground utilities and other facilities that have an impact or influence on the project. This includes limits of private property that may be impacted in the construction of the project. c. Right-of-Way Preparation The ENGINEER will prepare legal descriptions and plot maps on 8.5"x 14"standard sheets for up to eight(8)temporary and up to two(2)permanent easements required. In addition,the ENNGINEBR will prepare»p to eight(R)rig},r_nf_entry pe„n;ts.ENGINEER shall conduct research of existing easements. Temporary and permanent easements shall be delineated on plan sheets.Two(2)copies of all legal descriptions shall be submitted to CITY for review and final acquisition. Any necessary surveying required establishing property comers and easements shall be the responsibility of the ENGINEER and in addition to the work described herein. d. Permits Prepare up to two(2)permits for highway and railroad crossings.The ENGINEER shall prepare permit applications.This will also include assistance to the CITY if any licensing agreements are required. Al - 10 e. Utility Coordination The ENGINEER will consult with the CITY's Water Department,Department of Engineering, and other CITY departments,public utilities,private utilities and government agencies to determine the approximate location of above-and underground utilities,and other facilities that have an impact or influence on the project.Other associated utility companies shall provide utility locate services for those utilities not otherwise provided by the CITY. The ENGINEER shall deliver thirteen(13)sets of preliminary construction plans to the CITY for forwarding to all utility companies,which have facilities within the limits of the project. B. CONSTRUCTION PLANS AND SPECIFICATIONS 1. Preliminary Plans and Specifications a. Surveys The ENGINEER will conduct horizontal and vertical control surveys of pipeline rehabilitation or replacement sites where open cut construction is possible or shown as a bid alternate. Information gathered during the survey shall include topographic data,elevations of all sanitary and adjacent storm sewers,rim/invert elevations, location of buried utilities, structures,and other features relevant to the final plan sheets. b. Prepare Plan Sheets Pipelines scheduled for rehabilitation,replacement,or realignment will be located on the base sheets. Base sheets shall reference all affected or adjacent streets.Where open-cut construction is anticipated,below-and aboveground utilities will be located and shown on the base sheets.All plan sheets shall be D-size and in AutoCAD(0 format. Vertical scale for pipeline rehabilitation or replacement sites shall be 1"=4'. Horizontal scale shall be 1"=20'. c. Standard and Special Details The ENGINEER will prepare standard and special detail sheets for pipeline rehabilitation work d. Construction Documents The ENGINEER will prepare construction contract documents for pipelines to be rehabilitated or replaced. This shall include(a)general and special conditions,(b)invitation to bid sheet, (c)instruction to bidders,(d)bid form,(e)bonds and insurance,(f)construction contract,(g) notice of award,(h)borings,(i)technical specifications,and 6)other boiler plate attachments. The contract specifications shall comply with the CITY's standard specifications. e. Preliminary Submittal to CITY The ENGINEER will deliver two(2)sets of preliminary plans and specifications to CITY for red iew. T'he work shall be bid as one or more contracts as erected by CITY.Plan sheets shall be organized as follows: ■ Cover Sheet-Project title and sheet index ■ Project Location Map-Index of base sheets ■ Base Sheets-All pipeline rehabilitation sites ■ Standard Construction Details ■ Special Details Al - 11 2. Final Plans and Specifications a. Review Meeting with CITY Meet with CITY to discuss their review comments. Coordinate and participate in coordination activities with ENGINEER's design team and CITY. b. Final Construction Documents Prepare final plans and construction contract documents to CITY. Submit two(2)sets of plans and construction contract documents each within 15 days of CITY's final approval. c. Engineer's Estimate Prepare Engineer's Estimate of probable construction costs. C. PRE-CONSTRUCTION ASSISTANCE 1. Administration a. Deliver Bid Documents The ENGINEER shall deliver forty(40)sets of plans and specifications to the CITY for distribution to potential bidders. b. Bidding Assistance The ENGINEER shall assist the CITY during bidding phase including advertisement to bid, preparation of addenda and distribution to plan holders,pre-qualification,responses to questions submitted by plan holders,pre-bid conference,bid opening,and review of bids and submission of ENGMEER's recommendations to award contract. The ENGINEER shall assist in reviewing the bids for completeness and accuracy. The ENGINEER shall develop bid tabulations and submit a written recommendation of contract award along with four(4)copies of each bid tabulation. c. Assistance During Construction The ENGINEER shall assist the CITY in conducting a pre-construction conference. The ENGINEER shall document minutes of the meeting and submit them to the CITY. The ENGINEER shall also consult with and advise the CITY on design and/or construction changes,if necessary. PART 3—ASSESSMENT AND PRE-DESIGN OF BENBROOK PERMANENT WASTEWATER METERING STATIONS The City of Benbrook currently discharges into the Fort Worth wastewater collection system at several locations.Likewise,flow re-enters from the CITY's wastewater system back into Benbrook at several locations.Four of these locations are currently being monitored by the CITY.They are listed below: Station Name ID MH Device/Structure Benbrook—East 1 BBE1 M-319n0+50 12"inverted siphon w/polysonics; meter modification under review Benbrook—Southwest BBSW Trinity Ranch 12"inverted siphon w/polysonics; meter currently out of service Benbrook—North 1 B13N1 M-205/15+15 42"gravity pipe w/Badger 5000 meter; need to mount instrumentation Benbrook—West West Park BBWP Trinity Ranch 10"gravity pipe w/Bad er 2000 meter Al - 12 In order to provide a complete inventory of wastewater flows from the City of Benbrook,additional monitoring stations need to be added to the current inventory of four stations.Under this part the ENGINEER will evaluate the location of current points of entry,monitor wastewater flows from the City of Benbrook for an 8-week period,estimate current and projected flows at each site,and develop a strategy plan. A. TEMPORARY FLOW MONITORING 1. Inventory The ENGINEER shall conduct an on-site inspection of all points of entry from Benbrook to the CITY and proposed metering sites. Sites for temporary monitoring by the ENGINEER will be identified and site sheets will be prepared. The ENGINEER will submit recommendations for the temporary monitoring plan. 2. Flow Monitoring The ENGINEER will install 10 continuously recording electronic depth and velocity flow meters at key monitoring sites determined from Part 3.A.1. The meters shall be American Sigma Model 910 AV,or an approved equal.Flow monitoring procedures including installation,weekly service,interrogation, and calibration shall be as described under Task 1.A.3.b.The flow meters will remain installed and operating properly for a total of 45 consecutive days,beginning in September of 2002,weather permitting. Upon completion of the base period,the ENGINEER will remove the meters unless the CITY recommends and approves keeping them in place.The resultant analysis will be used to establish wastewater flow characteristics that will be used to select to appropriate permanent metering system. 3. Rainfall Monitoring The ENGINEER will also locate and install 5 continuously recording rainfall gauges during the same 45-day base period. Installation,data collection,and serving will be as described under LA.3.c. 4. Flow Data Analysis Results of the temporary flow monitoring program for Benbrook will be evaluated as follows: ■ Base flow,infiltration(rainfall-induced)and inflow(rainfall-induced)will be determined for each monitored sub-basin. Relationships between rainfall intensity and peak system flows for each sub-basin under"non-bypassing"conditions and saturated ground conditions will be determined. This is called the"Q vs.P method of hydraulic analysis and will become the primary method of ranking sub-basins and calibrating the hydraulic model. ■ System curves will be developed for each monitoring site by comparing maximum rainfall intensity"i" expressed in inches/hour and peak system flow"Q"expressed in gallons per minute. Separate curves will be developed for both inflow and rainfall-induced infiltration, including projected flow hydrographs for the design storm events. The ENGINEER will also evaluate the in-site,upstream pipe capacity at each location and compare these results to the projected peak flows at the respective monitoring locations. These comparisons will also be used to identify sites that are subject to short-term and long-term surcharge during periods of intensive and extended rainfall. B. REPORT OF RECOMMENDED PLAN The ENGINEER will prepare and submit the preliminary recommended permanent flow monitoring plan for the City of Benbrook.The plan will include the following: ■ Draft site plan for each monitoring location • Recommended monitoring system(inverted siphon,flume,in-pipe meter,etc) Al - 13 • Site requirements(access,easements,maintenance,electrical,communication,security) ■ Estimated cost ■ Schedule The ENGINEER shall review the recommended plan with the CITY and make final adjustments and modifications based on the CITY's review. Five(5)copies of the final report will be submitted to the CITY. PART 4—MANAGEMENT OF CITYWIDE SANITARY SEWER CLEANING PROGRAM Under Part 4 the ENGINEER will manage and oversee the CITY's citywide cleaning program for approximately 90,000 linear feet of large diameter sanitary sewers.Large-diameter is herein defined as pipe that is 18"in diameter and greater. A. MANAGEMENT AND ADMINSTRATION OF CLEANING CONTRACTOR All large-diameter pipelines requiring cleaning as specified by the CITY and shall be included in this task 1. Pre-qualification of Contractors The ENGINEER shall complete a survey of available contractors who are capable of conducting cleaning and CCTV inspection of large diameter pipes scheduled for cleaning.The ENGINEER will review information submitted by each contractor and follow-up available references. Recommendations will then be forwarded to the CITY and a qualified list of contractors will be prepared and finalized by the CITY. 2. Preparation of Bidding Documents The ENGINEER will prepare bidding documents for the purpose of soliciting bids from qualified cleaning and CCTV inspection contractors. The bid documents shall be a single contract that applies to cleaning and CCTV inspection work for approximately 90,000 linear feet of large- diameter sanitary sewers.The bid documents will include the following: ■ Invitation to Bid ■ Instruction to Bidders • Bid Form ■ General Conditions ■ Special Conditions ■ Specifications ■ Certificates of Insurance • Addenda(if necessary) ■ Bonding Requirements 3. Bidding Assistance The ENGINEER shall assist the CITY in reviewing bids,answering questions from bidders,attend pre-bid meeting,preparing any necessary addenda and bid tabulation,making recommendations to award the final contract. 4. Administration and Management of Contractor A representative of the ENGINEER shall oversee the Contractor's activities,provide periodic on- site inspections,review pay estimates,review change orders,review all cleaning and CCTV data, and act as the CITY's representative during the project.The ENGINEER'S field representative will maintain a detailed daily log of the contractor's activities.Where the existing site conditions, Al - 14 such as restricted access,prevents the contractor from completing the work,the ENGINEER will consult and recommend to the CITY to evaluate other methods to perform the inspection work. Periodic inspection shall be considered as one site visit each day during periods of active work by the contractor.It is anticipated that all cleaning and inspection work shall be conducted within a 9- month period. 5. CCTV Tape Review and Recommendations The ENGINEER will review all documents provided by the contractor upon completion of the work,including video recorded data for up to 240 separate line segments that have been cleaned and televised.Results of the reviews will be compiled on a final,tabulated spreadsheet.In particular,the tabular listing will include the following: 17. Upstream Manhole identified by Main/Lateral number and station 18. Downstream Manhole identified by Main/Lateral number and station 19. Pipe diameter 20. Actual pipe length 21. Pipe material(s) 22. Approximate pipe age 23. Depth of pipeline 24. General description of observations 25. Surface conditions 26. Cleaning observations 27. Number of service connections 28. General manhole condition 29. Recommendations—rehabilitation 30. Recommendations—maintenance 31. Encroachment issues 32. CCTV tape reference 6. Draft Report A draft report will be prepared by the ENGINEER that will outline the following elements: a. Executive Summary-Abbreviated findings,conclusions,and recommendations. b. Introduction-Historical background of the project,purpose of investigation,scope of the project,and study objectives. c. Field Activities-Summary of field activities including all contractor-related activities such as alignment verification,debris removal,pipeline cleaning,and CCTV inspections. d. Evaluation and Recommendations-Summary of findings and conclusions. Report will provide recommendations for any necessary collection system rehabilitation on a line-by-line basis and shall be based solely on existing line condition along with estimated construction costs.No consider shall be give to system capacity.Up to five(5)copies of the draft report will'be submitted to the CITY for review and approval. 7. Review Meeting w/CITY The ENGINEER will meet with the CITY to present the draft report,discuss the review comments, and incorporate appropriate changes to the final report and exhibits. At a maximum,two(2) review meetings will be scheduled. 8. Final Report Seven(7)copies of the Final Report will be submitted to the CITY within 30 days of the final review meeting. In addition,all field documents and forms, digital photos and video documents, electronic files(including all updates), spreadsheets,and electronic maps will be assembled, annotated and delivered to the CITY along with copies of the Final Report. The electronic map,in Al - 15 AutoCAD format,shall reflect all information gathered during field investigation. The ENGINEER will retain one complete set of support data for future reference. PART 5—CLEAR FORK DRAINAGE BASIN WASTEWATER FLOW CHARACTERIZATION A. WASTEWATER FLOW CHARACTERIZATION 1. Administration and Progress Meetings Representatives for the ENGINEER and CTFY will initially meet to review the goals and objectives of the limited master plan.This initial kick-off meeting will address the following: ■ Objectives of interim and long-term master plan ■ Scope of study • Monitoring plan • Schedule and deadlines • Interim report format 2. Reconnaissance Survey A site assessment of potential flow monitoring sites in Clear Fork drainage area will be made to determine,in general,the most suitable flow monitoring and rain gauge locations based on the following conditions: • Suitability for Accurate Metering-The accuracy of the open channel flow metering will depend on numerous variables and it is imperative that they be controlled as much as possible. For this reason,the reconnaissance inspections will be performed to identify the best sites for metering and to minimize such error-causing factors as changes in pipe alignment and size,interruption of channel flow by side inlets and turbulence caused by uneven channels. ■ Safety-It is equally important that the proposed sites conform to the ENGINEER's requirements for safe operating conditions. If the site falls outside of these requirements, alternate sites that are suitable based on safety requirements will be selected upon finther consultation with the CITY. Meter placement,once established,will determine the principal and final boundaries of the sub- drainage basins. 3. Flow Monitoring Due to the nature of potential surcharge conditions in the study area collection system during intense rainfall events,the ENGINEER will install fifteen(15)continuously recording electronic depth and velocity flow meters at key monitoring sites determined from Task 4.A.2. The meters shall be American Sigma Model 910 AV,or an approved equal. The flow meters will be tailored to the characteristics of each manhole. The devices will be set to record data at an interval individually selected for each site intervals shall not exceed 15-minute. The flow meters will remain installed and operating properly for a total of 60 consecutive days beginning in September 2002,weather permitting. Upon completion of the base period,the ENGINEER will remove the meters unless the CITY recommends and approves keeping them in place. Justification for extended metering will be due to insufficient dry and wet periods. A minimum of 8 rainfall events will be used as criteria for removing the meters during the monitoring period. The ENGINEER will adhere to a minimum once-weekly meter maintenance program. These inspections will involve a check to determine that the meter is functioning properly,a transfer of Al - 16 the computerized data,a check of the actual depth and velocity against the recorded readings and assessment of the self-contained power source. During the course of the metering,calibration of the meter site will be performed over the range of anticipated flows. The resultant analysis will be used to quantify IR and calibrate the computer hydraulic model. 4. Rainfall Monitoring The ENGINEER will also locate and install eight(8)continuously recording rainfall gauges during the same 60-day base period. The gauges will be electronic type,recording rainfall in one- hundredths of inch increments. The instruments will be checked and downloaded weekly.Data collected from each rain gauge will be analyzed to correlate peak system flows and rainfall intensity as further discussed in this section_ 5. Flow Data Analysis Results of the flow monitoring program will be evaluated as follows: ■ Base flow,infiltration(groundwater-induced)and inflow(rainfall-induced)will be determined for each monitored sub-basin. Relationships between rainfall intensity and peak system flows for each sub-basin under"non-bypassing"conditions and saturated ground conditions will be determined. This is called the"Q vs.i"method of hydraulic analysis and will become the primary method of ranking sub-basins and calibrating the hydraulic model. ■ System curves will be developed for each sub-basin by comparing maximum rainfall intensity"i"expressed in inches/hour and peak system flow"Q"expressed in gallons per minute. Separate curves will be developed for both inflow and rainfall-induced infiltration,including projected flow hydrographs for the design storm events. ■ Rainfall intensity distribution using the TP-40 method will be used for sub-basins to develop a model that replicates and characterizes hydraulic behavior due to localized rainfall conditions. 6. Interim Report and Meeting The ENGINEER will prepare an interim flow monitoring report,summarizing the results of the monitoring performed and subsequent peak wet-weather flow projections at strategic locations within the Clear Fork drainage area.Results of the report will be reviewed and discussed with the CITY. Al - 17 ATTACHMENT"B" COMPENSATION AND SCHEDULE I. Compensation A. Payment for services will be computed on the basis of Salary Costs times a multiplier of 2.75 to determine the payment due for services. The multiplier is a factor that compensates ENGINEER for fringe benefits,overhead,and profit. B. Payments shall also include Direct Non-Labor Expenses which, in general, include expenses for supplies, transportation, equipment, travel, communication, subsistence and lodging away from home,and similar incidentals. The Direct Non-Labor expenses shall be reimbursable at actual invoice cost plus 5% except for living and travel expenses when away from the home office on business connected with the project. C. Subcontractor cost shall be reimbursed at the actual invoice cost plus 10%. D. Payment for expenses, costs, and services as described in Attachments "A" and `B-3" shall not exceed$998,881. E. Partial payment shall be made monthly, as stipulated on Attachment `B-1", upon receipt of an invoice from the ENGINEER, prepared from the books and records of the ENGINEER outlining the amount of hours worked by each employee, the employee's name and classification, and the employee's salary rate along with itemized charges for any subcontract and reproduction work performed during the period covered by said invoice. Each invoice is to be verified as to its accuracy and compliance with the terms of this contract by an officer of the ENGINEER. Payment according to statements will be subject to certification by the designated representative of the Water Department that such work has been performed. II. Schedule Part 1 —Sanitary Sewer Evaluation and Improvements in the Main 286 and CDSL32-T Drainage Areas: shall be completed 365 days after Notice to Proceed Letter is issued. Part 2 —Design of Sanitary Sewer Rehabilitation and Improvements (Part II) in the Clear Fork Drainage Basin: shall be completed 300 days after Notice to Proceed Letter is issued. Part 3 — Assessment and Pre-Design of the City of Benbrook Permanent Wastewater Metering Stations: shall be completed 330 days after Notice to Proceed Letter is issued. Part 4 —Management of City-Wide Large Diameter Sanitary Sewer Cleaning Program: shall be completed 365 days after Notice to Proceed Letter is issued. Part 5 — Clear Fork Drainage Basin Wastewater Flow Characterization: shall be completed 330 days after Notice to Proceed Letter is issued. B-1 T' ATTACHMENT"B-1" (SUPPLEMENT TO ATTACHMENT"B") Method of Payment Partial payment shall be made monthly upon receipt of an invoice from the ENGINEER as stipulated on Item E on Attachment B. The salary rates in Attachment B-2 include a multiplier of 2.75. The ENGINEER shall be paid within 30 days of the receipt of the monthly invoice. Progress Report A. The ENGINEER shall submit to the designated representative of the Water Department monthly progress reports covering all phases of design by the 15th of every month in the format required by the CITY. If the ENGINEER fails to submit the monthly report by the 15th of the month, a time charge shall be made for each worldng day thereafter, not as a penalty but as liquidated damages. The ENGINEER shall pay liquidated damages of Two Hundred Dollars ($200.00) per day for non-compliance. B1-1 ATTACHMENT`B-2" (SUPPLEMENT TO ATTACHMENT`B") HOURLY RATE SCHEDULE AND MISCELLANEOUS CHARGES WADE&ASSOCIATES, INC. Consulting Engineers Fort Worth,TX Employee Classification Hourly Rate Principal/Project Director (PE) ...............................................................................$ 135.00 ProjectManager (PE) ..................................................................................................... 108.00 ProjectEngineer ............................................................................................................... 92.00 Senior Programmer/Analyst ........................................................................................... 74.00 Programmer/Analyst ....................................................................................................... 69.00 StaffEngineer.................................................................................................................... 68.00 Senior Office Technician ................................................................................................. 67.00 FieldManager .................................................................................................................... 66.00 Senior Field Technician ................................................................................................... 64.00 OfficeTechnician ............................................................................................................. 54.00 Field Technician/Inspector............................................................................................. 53.00 Assistant Field Technician ............................................................................................... 42.00 Clerical ................................................................................................................................ 39.00 OfficeAssistant ................................................................................................................. 31.00 Miscellaneous Charges Rate Subsistence......................................................................................................... at cost plus 5% Subconsultant Services...................................................................................at cost plus 10% Company Field Vehicle ...........................................................................................$0.50/mile Company Passenger Vehicle ..................................................................................$0.45/mile Commercial Transportation ........................................................................... at cost plus 5% Supplies/Materials ...........................................................................................at cost plus 5% Equipment Rental .........................................................................Commercial Rate Plus 5% Printing/Reproductions ...............................................................Commercial Rate Plus 5% Copies ...........................................................................................................................0.10 each Telephone .......................................................................................................................At Cost Fax .......................................................................0.50 each The above miscellaneous charges shall be limited to reasonable and customary charges for these items. Billing by Wade&Associates,Inc.will be prepared each billing period in which services have been rendered. Payments are to be made within 30 days from the date of Invoice. Each billing per is one month in duration. Wade&Associates, Inc.reserves the right on past due accounts to suspend all services and to levy an additional percentage charge per billing period until payment is received. This rate schedule is effective until December 31, 2002 at which time all rates shown are subject to change. B2-1 i Attachment "B-3" COST SUMMARY Main 286 and CDSL32-T Drainage Areas Sanitary Sewer System Evaluation and Improvements Project No.P171-070171140030 Part Scope of Services Fee M/WBE % 1 Sanitary Sewer System Evaluation and $481,631 Improvements in the Main 286 and CDSL32-T Drainage Basins 2 Design of Sanitary Sewer Rehabilitation and $202,025 Improvements (Part In in the Clear Fork Drainage Basin 3 Assessment and Pre-Design of Benbrook $65,130 Permanent Wastewater Metering Stations 4 Management of City-Wide Large Diameter $138,462 Sanitary Sewer Cleaning Program 5 Clear Fork Drainage Basin Wastewater Flow $111,633 Characterization $998,881 $230,562 23.1 M/WBE Subconsultant Fees Gonzales Labor Systems $31,130 DFW Tech Services, Inc. $77,350 Leonard Technical $57,562 Hugo C. Trevino&Associates $6,500 Spelunker Pipeline Services $58,020 $230,562 BM E { ATTACHMENT"B-3A" M/WBE Participation Plan Main 286 and CDSL32-T Drainage Areas Sanitary Sewer Evaluation and Improvements Project No.P171-070170140030 14 May 2002 FORT WORTH WATER DEPARTMENT Attn: Mr. Chris Harder,P.E. Engineering Division 1000 Throckmorton Street Fort Worth,TX 76102 Re: M/WBE Participation Commitment Main 286 and CDSL32-T Drainage Areas Sanitary Sewer Evaluation and Improvements Project No.: P170-070170140010 WAI File: 0206 Dear Mr. Harder: We appreciate the opportunity to present our approved M/WBE plan for the subject project. The following represents our fee estimate for the scope of services submitted for the above referenced project. In addition, we have secured commitments from three M/WBE sub- consultants who will assist Wade&Associates on this project. We propose the following M/WBE plan which was previously submitted to and approved by the Minority/Woman Business Enterprise Office. Total Contract Amount $998,881 Total M/WBE Plan $230,562 %M/WBE Plan 23.1% A further break down of fees to be provided by our M/WBE partners for this project is as follows: M/WBE Partner Services to be Provided Fees %of Contract Gonzales Labor Systems Contract field labor services for manhole $31,130 3.1 inspections,smoke testing,and data entry DFW Tech Group,Inc. Professional contract labor services for $77,350 7.7 engineering design support Leonard Technical Engineering design and survey services $57,562 5.8 Hugo Trevino&Associates Printing and reproductions $6,500 0.7 Spelunker Pipeline Services Flow meter and rain gauge rental services $58,020 5.8 Total $230,562 23.1% B3A-I Page 2 of 2 5/14/02 Mr.Chris Harder,P.E. M/V%TBE Plan If you have any questions or need additional information,please don't hesitate to call me. WADE&ASSOCIATES,INC. Mark G. Wade,P.E. President cc: Peter Fu-City of Fort Worth Dan Hegwald-WAI B3A-2 Attachment"11374" COST DETAIL Project No.P171-070171140030 = Main 286 and CDST32-T Drainage Basins Wade&Associates,Inc. Sanitary Sewer System Evaluation and Improvements Consulting Engineers Fort Worth,TX UNIT PRICE WORK HOURLY RATE WORK Total Cost WORK TASK DESCRIPTION Estimated Hours Estimate Units Unit Cost Quantity Amount PR/PD PM PE SE SrOT OT SrFT FT Clerical CA Amount[11 (S) t S $135.0%ft $108.00ft $92.00(ty t88.00ft 587.00(hr $54.001W $64,004x $53.001hr $39Mft $31.00M PART 1-SSES M-286 and CDSL32.7 A. Field(investigation 1. Administration/Report 8 80 40 0 16 24 0 0 0 0 17,34 17,345 2. Public Outreach Program 2 16 40 0 0 40 0 0 0 40 9,986 9,986 3. Ill Characterization a. Site Assessment 0 8 0 0 0 0 16 0 0 0 2,077 2,077 b. Flow Monitoring15 meters I. Meter Rental Meter-Da 22.00 900 19,800 19,600 ii. Installation,service,maintenance Meter-Da 41.00 900 36,900 36,900 C. Rainfall Monitoring6 gauges) Gau a-Da 8.00 360 2,880 2,880 d. Flow Data Analysis 0 16 120 0 0 270 0 0 0 0 30,083 30,083 4. Ill Identification a. Base Ma LS 1,500.00 1 1,500 1,500 b. Manhole Inspection Each 60,00 1,070 64,200 64,200 C. Smoke TestingLF 0.30 326,000 97 500 97,500 d. Database Management 0 0 80 0 0 0 0 0 0 300 18,326 18,326 B. Analysis 1. 1/1 Data Analysis 0 40 40 0 24 56 0 0 0 0 13,695 13,895 2. Hydraulic Model a. Hydraulic Network 0 8 24 0 80 80 0 0 0 0 14,027 14,027 E b. Calibrated Model(existing) 0 48 0 0 240 0 0 0 0 0 23,390 23,390 3. Engineering Analysis 0 24 40 0 16 0 0 0 0 0 8,078 8,078 4. CCTV tape review/reconymndatlons Line Se $70.00 700 49,000 48 000 5. Future Growth Analysis 8 40 0 wo, 80 80 0 0 0 0 16,588 16,580 6. Hydraulic Gradient Analysis 0 24 0 24 0 0 0 0 0 4,620 4 620 C. Report 8 9 1. Draft Report 8 40 240 80 46 0 0 0 0 375 38,975 2. Review Meetings 0 24 24 0 8 0 0 0 0 5 755 5,755 3. Final Re 0 12 24 0 40 0 0 0 0 6,230 6,230 4. Deliverables 0 0 0 0 8 0 0 0 0 4751 475 Subtotal $481631 PART 2-Design of Sanitary Sewer Rehab A. Conceptual Design 1. Initial Data Collection a. Coordination Meetings 4 24 0 8 0 a 0 0 0 0 4,519 4,519 b. Coordination w/A endes 0 16 0 a 0 0 0 0 0 0 2,499 2,499 C. Right-of-way Preparation Permanent Easements Ea 700.001 2 1,400 1,400 Temporary Easements Ea 150.00 8 1200 1,200 Right-of-Entry Penrdts Ea 75.00 8 600 60o d. Permits Ea 1,000.00 2 2,000 2,000 e. Utility Coordination 0 16 16 0 0 0 32 0 0 0 5,773 5,773 B. Construction Plans&Speciflcatlons 1. Preliminary Plans&Specifications a. Surveys LF 2.75 13,663 37 573 1 0 37,573 b. Prepare Plan Sheets 8 76 01 2001 350 440 0 36 20 0 80,065 80,065 C. Standard and Special Details 0 lei 0 1201 01 36 0 0 14 0 13,818 13,618 d. Construction Documents 0 qnI 01 481 01 361 0 0 221 01 9 049 9,049 e. Preliminary Subngttalto CITY 0 6 0 32 0 0 0 0 0 0 3,1106 3,106 2. Final Plans and Specifications a. Review Meetings 0 20 0 80 0 0 0 0 0 0 8,360 8,360 b. Final Construction Documents 0 18 0 48 0 72 0 0 0 0 19 006 10,006 + C. Engineers Estimate 0 20 0 2 0 22 0 0 0 0 3,832 3,5 C. Preconstructlon Assistance 1, Administration a. Deliver Bid Documents 01 0 81 01 16 01 241 011 32 01 4 946 4,946 b. Bidding Assistance 01 01 241 01 161 01 01 01 of 01 01 4,048 4,048 c. Assistance During Construction 01 241 01 881 01 01 01 01 01 01 9,4341 9,434 Subtotal $202,025 PART 3-Pre-Design Benbrook Permanent Meters A. Temporary Flow Monitoring 1. inventory 0 4 0 0 0 16 24 0 0 0 3 115 3,115 2. Flow Monitoring 10 meters I. Meter Rental Meter-Day 22.00 450 9,90 9,900 ii. Installation,service,maintenance Meter-Day 41.00 450 15,450 18,450 3. Rainfall Monitoring 5 gauges) Gauge-Day 6.00 225 1,8001 1 1,800 4. Flow DataAnslysls 0 12i a0 0 0 2201 0 0 0 0 22,590 22,590 B. Report of Recommended Plan 0 24 40 0 0 40 0 0 0 0 9,275 9,275 Subtotal $65130 PART 4-Management of City-wide Cleaning Program A. ManagemenUAdminstration 1. Pre ualiflcation of Contractors 0 0 0 0 0 0 0 0 0 0 0 0 2. Prepare Bidding Documents 0 40 60 0 0 32 0 0 16 0 15,435 15,435 3. Bidding Assistance 0 16 16 0 0 0 0 0 0 0 3 S20 3 520 4. Adminstration/M nt of Contractor 12 100 120 0 64 40 600 0 24 0 76,168 76,168 5. CCTV tape review/recommendations Line Se $70.00 2401 16,800 15,800 6. Draft Report 4 40 60 0 40 20 0 0 201 01 19,4112 16,412 7. Review Meeting w/CITY 01 81 01 01 a 0 1 0 0 01 0 11,5401 1,540 8. Final Report 21 121 401 01 161 161 001 161 01 6,5571 8,587 Subtotal $138,462 PART 5-Clear Fork Wastewater Drainage Basin Flow Characterization A. Wastewater Flow Characterization 1. Adrrinstration/Pro ress Meetings 8 24 24 0 0 0 0 0 0 0 6,468 6,468 2. Reconnaissance Survey 0 a 0 0 0 0 40 40 0 0 6,09 6,098 3. Flow Monitoring 15 meters 1. Meter Rental Meter-Day 22.00 900 19,800 19,800 ii. Installation,service,maintenance Meter-Day 41.00 9001 36,9001 36,114310 4. Rainfall Monitoring 6 gauges) Gauge-Day 6.00 4801 3,8401 1 1 1 1 1 1 3,840 5. Flow Data Analysis 01 i8l 1201 01 01 3201 0 0 01 01 33,0531 33,053 6. Report and Meeting 01 81 401 01 01 81 0 0 01 01 5,4741 5,474 Subtotal $111633 TOTAL ALL PARTS $998,881 MNVBE Subconsultant Fee % Gonzales Labor Systems $31,130.00 3.12% DFW Tech Group,Inc. $77,350.00 7.74% Leonard Technical $57,562.00 5.76% Hugo Trevino&Associates,Inc. $6,500.00 0.65% Spelunker Pipeline Services,Inc. $58,020 00 5.81% Total M/WBE Plan . $230,562.00 23.08% Attachment "C" CHANGES AND AMENDEMENTS TO STANDARD AGREEMENT AND ATTACHMENT "A" No modifications to the STANDARD ENGINEERING CONTRACT were necessary for this project. C-1 ATTACffiVMNT "F" Project Organization Main 286 and CDSL32-T Drainage Areas Sanitary Sewer System Evaluation and Improvements Project No.P171-0701711400030 Chris Harder,P.E. Project Manager City of Fort Worth E n Hegwald,P.EProject Manager ade&Associates Mark Wade,PE— Principal Wade&Associates Chris Brooks,PE Cheryl Taylor,PE— Cuff Cate,P.E. Project Engineer Project Engineer Project Engineer Wade&Associates DFW Tech Group Wade&Associates Jon Newberry Rhonda Martin James Plater,FE Serior Office Tech Field Manager Staff Engineer Wade&Associates Wade&Associates Wade&Associates DFW Tech Group Bobby Martinez Design Support Senior Field Tech Wade&Associates Hugo Trevkro Gor¢ales Labor Systems Spelunker Pipeline F­P6ntig/Reproducdons Field Labor Support Flow Meter Rental F-1 Attachment "D" INSURANCE CERTIFICATES ACOR'. ' DAOSrzt3r0°i' PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR TECHNICAL PROFESSION INSURANCE CO. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 700 SW JACKSON,SUITE 702 COMPANIES AFFORDING COVERAGE- TOPEKA,KS 66603-3758 COMPANY A Continental Casualty Insurance Co. INSURED COMPANY B WADE&ASSOCIATES,INC. COMPANY 1201 Wakarusa Dr Bldg D C Lawrence,KS 66049-1891 COMPANY D A THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR' 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.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO POLICY EFFECTIVE POLICY EXPIRATION LTR TYPE OF INSURANCE POLICY NUMBER DATE(MMIDD/YY) DATE(MM/DD/YY) LIMITS GENERAL LIABILITY BODILY INJURY OCC $ COMPREHENSIVE FOAM BODILY INJURY AGG $ PREMISES(OPERATIONS PROPERTY DAMAGE OCC $ UNDERGROUND PROPERTY DAMAGE AGO $ EXPLOSION&COLLAPSE HAZARD PRODUCTS/COMPLETED OPER BI 6 PD COMBINED OCC $ CONTRACTUAL BI Q PD COMBINED AGO 'S INDEPENDENT CONTRACTORS PERSONAL INJURY AGO Is t` BROAD FORM PROPERTY DAMAGE PERSONAL INJURY r .,.. AUTOMOBILE LIABILITY BODILY INJURY S• ;;, . .-},:. ANY AUTO (Per person) ALL OWNED AUTOS(Private Pass) ALL OWNED AUTOS BODILY INJURY(Par acr $ (Oftr than Private Passenger) HIRED HIRED AUTOS PROPERTY DAMAGE $ NON-OWNED AUTOS GARAGE LIABILITY BODILY INJURY 3 PROPERTY DAMAGE $ COMBINED EXCESS LIABILITITP EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM $ WC STATU- OTH- ?•`: WORKERS COMPENSATION AND T LIMITS ER `-:r.'v"00`5`,,-=a3W%2:zk:.' EMPLOYERS'LIABILITY EL EACH ACCIDENT $ THE PROPRIETOR/ INCL EL DISEASE-POLICY LIMIT S PARTNERS/EXECUTIVE OFFICERS ARE: EXCL EL DISEASE-EA EMPLOYEE 1 E OTHER A Architects&Engineers PRA 00-613-41-97 11/29/01 11/29/04 $1,000,000 each claim Professional Liability and in the aggregate DESCRIPTION OF OPERATIONS/LOCATIONSrVEHICLES/SPECIAL ITEMS -Main 286 and•CDSL-32 Drainage Areas: Sanitary Sewer Systems Evaluation gnd Improvements" Protect No P171 070171140030 i .}vr.:•.v.+nxvv „ - pv.r:r?::::.v{i•.v;..,...v,..•:.vwv;:xn .:y.",%\•...::..::,':::�}.:..,•:v.., i:"vt::J]Tv >y ,•:.r•??':vw.::::vi.;:•:y{::..v:.•rr:::i...:r..:..\•i:: :}T'rir:YO:.,r...v. q. ,wy.<: .,,�'Yh:n,. .4},fir 4.rY, 3kti :r, :x n ..<.L:k•:N.•', . :,..;..',':k;,,•.,;;"�c,L.'.k.; rw.::.',.3•• y,C:. ' :t: :''+',1:.�:;,..f�r::G'.: ..'.`h*C�<::e'r.. R ;w•:1',.:. �:Sb�c'. ;r.:'�:•`::.i9;:k'. '?',:'�Y �S�`y b �;wlwl ''�`F�I� .LI�Ek�<::::;.,,.t'�..<�.�,,'�:� .<;.'��' �.�.::.<•»�: :,.}.<: „>sr,. �: �:.. .�>;�:= rm:,-•. ._: aax„a,,,<..,..,:r.,v.....:.:..:...t..:..,ic.'L..v.?:frcR77 a:'f�:2i,K..� �,.:.xc-G•:.,.: sra:.,a. .�,.•.,., .w <,.. .a W9''.•Jnc.�::.at+'I.il,�:�"a `�."�.3�:ro.,.,d3c: aSx„w.'r /r�.t2:v���rrc -SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE ' t4:'of Ft.Worth_ - EXPIRATION DATE THEREOF, THE ISSUING COMPANY-WILL'ENDEAVOR TO MAIL Attu:Chris Harder,PE 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 1000 Throckmorton Street BUT FAILURY O MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY Ft. Worth,TX 76102 OF ANY }'AD UPON THE COMPANY, ITS AG5ETS OR REPRESENTATIVES. AUTHORIZE N ATIVE . � :;: ...., .:;.:.:.:..:::;}.>;;.:;nYi:iJ:ii;:!a:i:6::,�:;'. v:..:...::.::...: :.:.::...:. :...•::¢j4'::i:::v ::;:+;:;i,%;:::;:;;:%;:;:<:'::C:'c:::`::`.::ti:^>":%+:;;:;i:`':.+.':': � T�.:"��iY.P:< ...:..::.:::...':t�::::+•n...n:::.�.:.::.:.::...n:...,:::.::v.:.:.:.:. .:...:.n..:.. :;:?¢:.^:;isSi�:::%::y:::R=;iii::::(+.4:?i:.�::.\`Y::�7t+1:f��! S���I.3'lK..l l k.. UD/ZRU1 PRODUCER., '' _ THIS'CERTIFICATE 1.� ''.'SUED AS A MATTER OF INFORMATION t ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT.AMEND, EXTEND OR' TECHNICAL PROFESSION INSURANCE CO. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 700 SW JACKSON,SUITE 702 COMPANIES AFFORDING COVERAGE TOPEKA,KS 66603-3758. COMPANY A Continental Casual N Insurance Co. INSURED COMPANY WADE&-ASSOCIATES,INC. COMPANY 1201 Wakarusa Dr Bldg D C Lawrence,KS 66049-1891 COMPANY + D THIS IS TO CERTIFY THAT THE POUCIES OF INSURANCE USTED 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.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR DATE(MMIDWY) I DATE(MMIDWY) GENERAL LIABLrry BODILY INJURY OCC $ COMPREHENSIVE FORM BODILY INJURY AGG I$ PREMISES/OPERATIONS ' PROPERTY DAMAGE DOC $ ' UNDERGROUND s PROPERTY DAMAGE AGG S EXPLOSION 3 COLLAPSE HAZARD a; PRODUCTSICOMPLETED OPER '+ , 81&PD COMBINED OCC $ CONTRACTUAL t. BI&PD COMBINED AGG S INDEPENDENT CONTRACTORS- PERSONAL INJURY AGG S :•. BROAD FORM PROPERTY DAMAGE PERSONAL INJURY AUTOMOBILE LIABILITY BODILY INJURY 9 ANY AUTO (Per person) ALL OWNED AUTOS(Private Pass) ALL OWNED AUTOS „ (�pO�DILY INJURY s; (Other Dun Private Pas go l _ f A 4 HIRED AUTOS ' PROPERTY DAMAGE $ , NON-OWNED AUTOS GARAGE LIABILITY BODILY INJURY 6 PROPERTY DAMAGE $ " COMBINED EXCESS UABIL 17Y EACH OCCURRENCE S UMBRELLA F9RM AGGREGATE 5 OTHER THAN UMBRELLA FORM " S WORKERS COMPENSATION AND= _ =.,'<;''_''; _ —. --- ? _ -- WC STATU- _ OTH s?? TORY LIMIT EMPLOYERS'LIABILITY EL EACH ACCIDENT 5 THE PROPRIETOR/ IN6L EL DISEASE•POLICY LIMIT S ' PARTNER.I E ZnVE OFFICERS ARE: EXCL EL DISEASE-EA EMPLOYEE S OTHER Architects&Engineers PRA 00-613-41-97 ' 11/29/01 11/29/04 S1,000,000 each claim Professional Liability and in the aggregate SCRIPTION OF OPERATIONSILOCATIONSIVEHICLES/SPECIAL ITEMS " Plain 286 and CDSL-32 Drainage Areas:Sanitary Sewer:Systems Evaluation and Improvements }.. ?roject No:P171-070171140030 ' vu...::..vv,-n:.v,x x..: .. !:,. ♦ { , ..,J:- ::. .. :v -:.'{r:Y,....{... .:q>:n:-v.h.n n n \:{:v..yv.»v{x{:i:yvr{m t:.:'•. n,.i ,i.A t' .i::{•.i"-. .:,Ytt;, ^,t:ie•-'+S::.S:;::tx:=:::? art, .-$ :< .£: 'v. :-.#:•: >.. -- -- J :-»:-.: , �d.•:.'L;> •�``,,::-3�, t;X'k '`�:Y'':` i.. MUM :�'',. ..{t..-h:.....' .it•:b..:t{.:'.'kt.. �:.a^.,..:. �r'-`'A�;Irc��l:� •.•, �``� x .,;x ,�.�i.•�rast, � � �'' G`�f,,��t}'� �M� :�;,,.��::�x::.�NN �:�:,�.,'.aa,�;;is:�i:�. «� ..:,,»-+:..w.,.;..:.w.,,.x,.,w+•�''w�' •2b;..fii ..:-:s3vk.."`.dint-t�">'�i.'�Aoa3� ur, s3>r>n.wn::y.,rti•:a`vaa.£w..wY:u':s?ir.,.{�mwx!�. eta:...a •�"&t2ai^' SHOULD ANY OF.THE ABOVE DESCRIBED POLICIES BE CANCELLED`BEFORE THE ity of Ft: Worth EXPIRATION DATE THEREOF THE ISSUING COMPANY.WILL ENDEAVOR TO MAIL -, ►ttri:Chris Harder, PE -DAY WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT OOO ThrOCICmOCtOn SlreeC BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY. t. Worth,TX 76102 OF ANY ND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORQ EPRESENTATIVE p� `ACOI DL CERTIFICATE- F LIABILITY INSURANG' o6io�noo2' � PRODUCER G&R Insurance Agency,Inc. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE - f 6464 Brentwood Stair Rd HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR Suite 101 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Fort Worth TX 76112-3242 INSURERS AFFORDING COVERAGE �Za INSURED Wade&Associates,Inc. INSURER A Colony Insurance Company 1201 Wakarusa Dr.Bldg D INSURER B: Lawrence KS 66049-1891 INSURER C: INSURER 0: t I INSURER E: I COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING i ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE 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. NSR - POLICY EFFECTIVE POUT,Y EXPIRATION LIMITS -TR TYPE OF INSURANCE POLICY NUMBER DATE MMIDD DATE MM/DD GENERAL LIABILITY GL119208 06/05/2002 06/05/2003 EACH OCCURRENCE $ 1000000 X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Any one fire) S 100000 CLAIMS MADE �OCCUR MED EXP(Arty one person) S 5000 X 1000 Deductible PERSONAL d ADV INJURY $ 1000000 GENERAL AGGREGATE $ 4000000 GEWL AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGG $ 1000000 POLICY PROT- LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT ANY AUTO (Ea accident) $ ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) S HIRED AUTOS BODILY INJURY NON-6WNED AUTOS (Per accident) S PROPERTY DAMAGE (Per accident) S GARAGE LIABILITY TO ONLY-EA ACCIDENT S ANY AUTO OTHER THAN EA ACC S AUTO ONLY: AGG S EXCESS LIABILITY EACH OCCURRENCE $ OCCUR FI CLAIMS MADE AGGREGATE S S DEDUCTIBLE RETENTION $ $ - WC STATU OTH- - WORKERS COMPENSATION AND EMPLOYERS'LIABILITY E.L EACH ACCIDENT $ E.LDISEASE-EAEMPLOYEE S E.LDISEASE-POLICY LIMB S OTHER SCRIPTION OF OPERATIONSILOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS 1: Project P171-070171140030 ain 286& CDSL-32 Drainage Areas nitary Sewer System Evaluation and Improvements :RTIFICATE HOLDER ADDITIONAL INSURED;INSURER LETTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION I City Of FO11 Worth DATE THEREOF,THE ISSUING IN WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN Attn: Chris Harder,PE NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL 1000 Throckmorton IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR t I REPRESENTATIVES. � Fort Worth TX 76102 AUTHORIZED REPRESENTATIVE ORD 25-S (7/97) ©ACORD CORPORATION 1988 ORrJoucER (785)843-2772 FAX (71 43-1583 THIS CERTIFICATE 15 it LI As A MA I crc yr inrvramnr"'I Calvin, Eddy & Kappel man ONLY AND CONFERS NL, 43HTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND,EXTEND OR 1011 Westdai a Rd. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Lawrence, KS 66049-2638 Connie Warmker INSURERS AFFORDING COVERAGE INsuRED Wade & Associates, Inc. INSURERA: Unitrin 1201 Wakarusa Dr., Bldg D INSURERB: Lawrence, KS 66049-2401 INSURER C: INSURER D: INSURER E COVERAGES 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 TYPE OF INSURANCE POLICY NUMBER POLICY EFFE E POLICY EXPIRATION TR MMID DA MM/D LIMITS GENERAL LIABILITY EACH OCCURRENCE S COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Arty one fire) S CLAMS MADE OCCUR MED EXP(Any one person) S PERSONAL 3 ADV INJURY $ GENERAL AGGREGATE S GEN'L AGGREGATE LMITAPPLIESPER." PRODUCTS-COMP/OP AGG S POLICY JET LOC AUTOMOBILE LIABILITY CA764SS23 03/12/2002 03/12/2003 COMBINED SINGLE LMff s X ANYAUTO (Ea accident) 1 000,oOC ALL OWNED AUTOS BODILY INJURY A SCHEDULED AUTOS (P-P—) HIRED AUTOS BODILY INJURY NON OWNED AUTOS (Per accident) S PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT S ANY AUTO OTHER THAN: EA ACC $ AUTO ONLY: AGG $ EXCESS LIABILITY EACH OCCURRENCE $ OCCUR CLAMS MADE AGGREGATE S S DEDUCTIBLE S RETENTION S $ WC OTH- YrORPL RS COMPIENSATION AND .' - - A TU- i.; EMPLOYERS'LIABILITY TORY LIMITS ER - _ _:... E.L:EACH ACCIDENT S E.L.DISEASE-EA EMPLOYEE S E.L.DISEASE-POLICY LIMIT S OTHER DESCRIPTION OF OPERATIONS/LOCAnONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS E: Main 286 and CDSL-32 Drainage Areas: Sanitary Sewer System Evaluation and Improvements Project No. #PI7i-0701711A0030 CERTIFICATE HOLDER ADDmONALINSURED;,INSURER LETTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, City of Ft .Worth, TX Chris Harder, PD BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 1000 Throckmorton Street OF ANY KIND UPON THE COMPANY,ITS AGENTS OR REPRESENTATIVES. Ft Worth, TX 76102 AUTIIO DR PRESENTATIVE q ACORD 25-S(7/97) ©ACORD CORPORATION'I RECEIVED MAY 1 6 2002 �"ti^M- ,(7�S)543-2771 FAX (785 3-1583 THIS CERTIFICATE IS I% AS A MATTER OF INFORMATION Cv i n, €ddy & Kappel man ONLY AND CONFERS NO Rw"HTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND,EXTEND OR 1011 Westdal a Rd. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Lawrence, KS 66049-2638 Connie Warmker INSURERS AFFORDING COVERAGE INSURED Wade & Associates, Inc. INSURER .. Unitrin 1201 Wakarusa Dr., Bldg D INSURER 8: Lawrence, .KS 66049-2401 NSURERC: INSURER D INSURER E COVERAGES 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..;_.: IN TYPE OF INSURANCE POLICY NUMBER DATE(EFFECTIVE EXPIRATION LTR DATE MM/D ATE(MM1DQfYY1 LIMITS GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABRRY FIRE DAMAGE(Anyone fire) S CLAMS MADE OCCUR MED EXP WW one person) $ PERSONAL 6 ADV INJURY $ GENERAL AGGREGATE $ GEWL AGGREGATE LIMIT APPLIES PER, PRODUCTS-COMP/OP AGG $ POLICY JECOT LOC AUTOMOBILE L14BIIJTY CA764SS23 03/12/2002 03/12/2003 COMBINED SINGLE LIMIT X ANY AUTO (Ea 9-Aartt) s 1,000,000 ALL OWNED AUTOS ODDLY INJURY s A SCHEDULED AUTOS (P-P—) HIRED AUTOS BODILY INJURY NON-0WNED AUTOS (Per acndenq $ PROPERTY DAMAGE $ (Par aedderrt) GARAGELI ABILITY.. AUTO ONLY-EA ACCIDENT $ ANY AUTOFA ACC $ OTHER THAN AUTO ONLY: :.. . `AGG $ EXCESS LIABILITY EACH OCCURRENCE $ . OCCUR CLAMS MADE AGGREGATE $ DEDUCTIBLE $ s... _ _ RETENTION .�S $ WC STATU- - WORKERS COMPENSATION AND TORYLMITS - ER t4PLOYER8-UABIUTY EL EACH ACCIDENT ,'`; S " i C E.L%DISEASE-EA EMPLOYE1$ E.L.DISEASE-POLICY LIMIT E ' OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS tE: Main 286 and.CDSL-32 Drainage Areas: Sanitary Sewer System Evaluation and Improvements 'raject Na. #P171-070171140030 :r CERTIFICATE HOLDER ADDInoNAL INSUR6;INSURER LETTER r:,:CANCELLATION S E„ HOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE : • EXPIRAnON DATE THEREOF,THE ISSUING COMPANY WILLEN DEAYOR TO MAIL Cl ty of Ft Worth, TX 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Chr ;Harder;':PD BU T FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIAB is ILITY -1000 .Throckmorton 'Street OF ANY KIND UPON THE COMPANY,ITS AGENTS OR REPRESENTATTVES Ft=Worth, TX 76102 AUTHORUED REPRESENTATIVE 4CORD 25-S(7197) ©ACORD CORPORATION 1988 RECEIVED MAY 16 20V i p ATTACIIIAM"E" PROJECT LOCATION MAP MAIN 286 AND CDSL32—T DRAINAGE AREAS SANITARY SEWER SYSTEM EVALUATION AND IMPROVEMENTS PROJECT NO. P171-070171140030 PROJECT LOCATION (Clear Fork Basin) 109 121 ego ezo FORT WORTH 820 PROJECT 7m nay aes a,d rnsaz-T anr�.�,.e Y 1►�.a.e n.Naa a a by LOCATION �bj Dfl"to Swelont L w'ew (Main 283 and CDSL32-T) This am om rnw*be In Ow«"a'"M*mw ft9w a%K IM aid I= t AMENDMENT NO.1 STATE OF TEXAS $ CITY SECRETARY CONTRACT NO. 27845 (M&C Needed) COUNTY OF TARRANT g CITY SECRETARYa �$ CONTRACT NO. WHEREAS, the City of Fort Worth (City) and Wade and Associates Inc. , (Engineer) made and entered into City Secretary Contract No. 27845, (the Contract) which was authorized by the City Council by M&C C-19111 on the 4th day of June and; WHEREAS, the Contract involves engineering services for the following project: MAIN 286 AND CDSL32T DRAINAGE AREAS SANITARY SEWER EVALUATION STUDY AND IMPROVEMENTS WHEREAS, it has become necessary to execute Amendment No. 1 to said Contract to include an increased scope of work and revised maximum fee; NOW THEREFORE, City and Engineer, acting herein by and through their duly authorized representatives, enter into the following agreement which amends the Contract: 1. Article I, of the Contract is amended to include the additional engineering services specified in M&C C-19448, adopted by the City Council on 28th day of January, 2003, and further amplified in a proposal letter dated December 12th, 2002, copies of which are both attached hereto and incorporated herein. The cost to City for the additional services to be performed by Engineer total $298,915. 00. 2 . Article III, of the Contract is amended to provide for an increase in the maximum fee to be paid to Engineer for all work and services performed under the Contract, as amended, so that the total fee paid by the City for all work and services shall not exceed the sum of $1,297,796.00. -2- 3. All other provisions of the Contract which are not expressly amended herein shall remain in full force and effect. EXECUTED on this the day of ft)[7 C , 2003, in Fort Worth, Tarrant County, Texas. ( �Q A ST: �R�011 F G contradt Authorization � l IL3 -loria P rson, City Secretary City. Se -etary Dst APPROVAL CObJMENDED: AP VE j ./ Dale A. Fisse er, P.E. Y4arc Ott Director, Water Department Assist t City Manager rk G. Wade, P.E. , President By: Name: APPROVE TO O AND LEGALITY: As stant ity Attorney -2- 12 December, 2002 Mr. Chris Harder,P.E.,Project Manager Fort Worth Water Department,Engineering Division 1000 Throckmorton Street Fort Worth, Texas 76102 RE: Contract Amendment No. 1 -Main 286 &CDSL-32T Drainage Basin SSES Project No. P171-070171140030 WAI PROJECT NO.: 0206 Mr. Harder: We are pleased to submit Amendment No. 1, in the amount of'$298,915.00, to the Main 286 and CDSL-32T Drainage Basin SSES Agreement. Contract Amendment No. 1 incorporates small-diameter cleaning and closed circuit television inspection for selected sewer lines in the study area and GIS sewer base-mapping services into the existing work program, as previously requested by the City of Fort Worth. The proposed scope of services for these supplemental contract activities are as follows: PART 1 - GIS MAPPING PURPOSE The purpose of Part 1 of this amendment is to prepare GIS maps of sewers or conduits and nodes within the M-286 and CDSL-32T Study Area. It is anticipated that 1070 sewer segments and 1070 nodes will be contained in the final GIS map submittal. The GIS mapping will include the most current and accurate data collected to date by the City and Wade&Associates. SYSTEM DEFINITION WADE shall define each sewer segment or conduit and node using a CAD based drafting software. Each sewer segment or conduit shall be drawn from the upstream node to the downstream node. CAD files will be converted to ArcView shape files. A check shall be made by WADE to confirm that during the conversion process each segment remains properly identified from upstream to down stream The alignment of each segment shall be based on the most accurate information available. Beginning and termination points for each segment shall be at nodes as defined by GPS information provided by the City or the best estimation for nodes where GPS data is unavailable. The sewer alignment shall reflect record drawings, plats, or other records that have been acquired by WADE to assist in the development of the hydraulic model. For segments where no additional data has been acquired, the sewer alignment shall reflect existing mapping or field verified alignments. Consulting Engineers 5701 Brentwood Stair Road S u i t e 1 0 0 W Fort Worth, Texas 76112 8 1 7 - 4 5 1 - 2 8 2 0 FAX 817 .451 .220E - ° r. • , Page 2 of 4 Mr.Chris Harder,P.E. December 12,2002 DATA INPUT For each sewer segment and node, additional data shall be input by WADE into the shape files. Data to be input for each sewer segment or node shall include: Sewer Segment or Conduit: ■ lgds_level Use level sheet ■ up_fl Upstream flowline ■ P_height Pipe diameter ■ P_type Material type ■ S_type Gravity,Forced ■ Eol_sta_no Only if ends w/o manhole ■ Dn_fl Downstream flowline ■ Lat_mn_no Lateral or main number Node: ■ igds_level Use level sheet ■ Rim_elev From GPS or plans (if no GPS is available) ■ Floor_elev Rim minus depth ■ Struc_heig Diameter of manhole ■ Sta_no_bak Only if equation ■ Sta_no-for Default station number ■ Struc_type Material construction ■ GPS Yes or No Data to be included in the shape files shall be taken from GPS, record drawings, field data collected during manhole and smoke testing,and closed circuit television inspection. GIS SUBMITTALS WADE shall submit ArcView shape files for sewer segments and nodes to the City for review on a periodic basis. The first submittal shall consist of a small portion of the system not exceeding five (5) percent of the total study area. The City shall review the first submittal for completeness and conformity to City standards for GIS development which pertain to this project. Upon approval of the initial submittal by the City, WADE shall proceed with preparation of ArcView shape files for the remaining study area. It is anticipated that submittals will be made at the conclusion of mapping for each sub-basin (total of 9 sub-basins) within the Study Area. Each submittal shall be cumulative and contain all records from previous submittals. PART 2—SEWER CLEANING AND CCTV INSPECTION PURPOSE The purpose of Part 2 of this amendment is to incorporate contractor services into the SSES project in order to complete the cleaning and television inspection of the remainder of the ade & Associates, Inc. insulting Engineers • • Page 3 of 4 Mr.Chris Harder,P.E. December 12,2002 small-diameter sanitary sewer lines located in the Main 286 & CDSL-32T Drainage Basins that were previously anticipated to be completed by the City of Fort Worth. SEWER CLEANING The intent of sewer cleaning is to clear all sewer segments within the study area of any dirt, rocks, grease, sand or any other material, so as to facilitate a clear and unobstructed view during video inspection of the pipe for structural analysis. There is approximately 173,205 linear feet of sanitary sewer, ranging in size from 6-inches to 15-inches, in this scope of work. Of that amount, 30,589 linear feet have been previously cleaned by City of Fort Worth crews, but require additional cleaning based on identification of excessive debris in the lines during field inspection. All of the identified sanitary sewer lines require comprehensive cleaning, which is the complete removal of debris by standard hydraulic or mechanical methods, as field conditions warrant. "Step cleaning" will be required for 23,468 linear feet of the 173,205 linear feet targeted for cleaning. Step cleaning is required on sewer lines that are less than four(4) foot in depth (as measured by manhole depth) and may be required on other critical sewer lines as directed. During step cleaning, sewer jet operating pressures must be maintained above 500 p.s.i. and may not exceed 900 p.s.i. Approximately 17,035 linear feet of the 30,589 linear feet previously cleaned by the City are anticipated to require step cleaning. The remaining 6,433 linear feet of step cleaning is applied to the remainder of the identified sanitary sewer lines in this scope of work. Residents in the area will be notified by door hanger prior to the initiation of cleaning activities in compliance with resident notification requirements of the City of Fort Worth. In addition, the contractor will provide daily notices to the City (Field Operations and Water Engineering) and WADE by fax before 7:00 am These notices will provide the working location(s) for that day. Debris will be disposed of at the Cold Springs Processing Facility, and will be paid for by the City of Fort Worth. The Contractor will record the debris removed on standard City of Fort Worth cleaning forms. The contractor is responsible for the transportation of the debris to this facility, and will turn in copies of the trip tickets to the City and WADE, at a minimum, once per week. CLOSED CIRCUIT TELEVISION INSPECTION(CCTV) The intent of CCTV is to reveal and document sewer line conditions and to verify cleaning results. The equipment and methods used shall comply with the standard practices and procedures that have been set forth on previous contracts with the City of Fort Worth. All CCTV inspection information will be collected digitally, and shall be ODBC compliant and compatible with WinCan version 7.16. Pictures, video and reports will be.deliverable in either hard copy, CD-Rom,removable hard drive or DVD Data disk. Residents in the area will be notified by door hanger prior to the initiation of CCTV activities in compliance with resident notification requirements of the City of Fort Worth. In addition, the contractor will provide daily notices to the City (Field Operations and Water Nade & Associates, Inc. :onsulting Engineers • Page 4 of 4 Mr.Chris Harder,P.E. December 12,2002 Engineering) and WADE by fax before 7:00 am. These notices will provide the working location(s)for that day. SCHEDULE Upon the execution of this contract amendment, WADE will immediately direct the contractor to proceed with cleaning and CCTV activities in the study area. It is anticipated that the cleaning and CCTV operations will be substantially complete within 120 calendar days from the written notice to proceed. CCTV reviews and rehabilitation recommendations shall be substantially completed within 45 calendar days from the conclusion of the cleaning and CCTV operations. SUBMITTALS Once WADE has concluded the evaluation of the CCTV inspection records and developed rehabilitation recommendations, all of the digital files and reports will be submitted to the City. SUNBIARY The incorporation of Amendment No. 1, in the amount of $298,915.00, into the existing Main 286 and CDSL-32T Drainage Basins SSES contract increases the total contract value to $1,297,796.00. The corresponding fee breakdown for Contract Amendment No. 1 is attached. Since the bulk of this amendment involves specialized services, we are proposing to contract the cleaning and CCTV inspection services to DFW Infrastructure, Inc., a certified Disadvantaged Business Enterprise through the NCTRCA. We have attached a letter that addresses the increase in M/WBE participation associated with the contract amendment to the project above the existing twenty-three (23%) percent goal for this project. Please find attached, a table that identifies 173,205 linear feet of small diameter sewer lines in the Main 286 and CDSL-32T Drainage Basins to be cleaned and televised under this amendment., The corresponding sewer basemap highlighting these line segments is also attached. If you have any questions or need any additional information regarding this amendment request,please do not hesitate to contact me or Chris Brooks at(817)451-2820. A,anHe ciate c., P. ATTACHMENTS CC: Peter Fu,P.E.,FW Water Department of Engineering Mark Wade,P.E.,Wade &Associates, Inc. Vade & Associates, Inc. :onsulting Engineers PROPOSED AMENDMENT NO. 1 FEE BREAKDOWN Amendment No. 1 COST DETAIL Project No.P171-070171140030 Main 286 and CDST32-T Drainage Basins Wade&Associates,Inc. Sanitary Sewer System Evaluation and Improvements Consulting Engineers DATE: December 12,2002 Fort worth,Tx UNIT PRICE WORK HOURLY RATE WORK Total Cost WORK TASK DESCRIPTION Estimated Hours Estimate Units Unit cost Quantity Amount PR/PD PM PE SE SrOT OT SrFT FT Clerical OA Amount[11 ($) s f $143.Oalhr $114.00/hr $9e.00Ax S72.00ft $71.00/hr $57.00/hr $a6.00Av $5&001ty $41.00Ax $".00ft PART 2-Sewer Cleaning&CCTV Subcontract Services 1 Small-Diameter Sewer Clean/CCTV ist Inspection) a. CCTV 6'•15' LF 1 0.761 142,6161 108,388 0 0 0 0 0 0 0 0 0 0 0 108,388 b. Line Cleaning6'-8' LF 0.63 107,864 67,954 0 0 0 0 0 0 0 0 0 0 0 D 0 0 0 67,954 c. Line Cleaning10'-15' LF 0.68 28,319 19,251 0 0 0 0 0 0 0 0 0 0 19,257 d. Ste Cleaning6'-15' LF 1.21 6,433 7,784 0 0 0 0 0 0 0 0 0 0 0 7,794 2 Small-Diameter Sewer Ciean/CCTV re-ins action a. CCTV 6,15- LF 0.76 30,589 23,240 0 0 0 0 0 0 0 0 0 0 23,248 b. Line Cleaning6'-8' LF 0.63 11,602 7,435 0 0 0 0 0 0 0 0 0 0 7,435 c. Una Cleaning10'-15' LF 0.68 1,752 1,191 0 0 0 0 0 0 0 0 0 0 1,191 d. Ste CleaningV-15' LF 1.21 17,035 20,612 0 0 0 0 0 0 0 0 0 0 20,612 87 255. 0 Subtotal 255,870 PART 2-Sewer Cleaning&CCTV Management of Supplemental Small-dia.CCTV&Cleaning 1 Adminstration/M nt of Contractor 4 18 12 0 0 0 200 0 12 0 19,681 19,681 2.. CCTV toe review/recommendations re-ins ected sewers Line Se $72.00 86 6,336 0 6 0 0 0 0 10 D 0 0 1,761 8,087 6,336 Subtotal 21432 27,768 PART 1-GIS Baaamap Ing of Main 2SWCDSL32T Drainage Areas 1 System Definition 0 8 0 0 30 50 0 0 1 0 0 .6,401 6,481 2.. Data Input 0 8 0 0 40 50 0 0 0 0 7,261 7,262 3, GIS Submittals 0 2 0 0 10 8 0 0 0 0 1,533 1,533 Subtotal 1 s,277 15,277 TOTAL ALL PARTS $298,915 Original Contract Amount: $998,881 Revised Total Contract Amount: $1,297,796 CADocuments and SettingsUn286\a mend ment\latesftRIFamendl-fee 1 19/1A/�nn� r J 1 City of Fort Worth, Texas 4velgor And 4:0uncif Communication DATE REFERENCE NUMBER LOG NAME PAGE 1/28/03 **C-19448 60SEWER 1 of 2 SUBJECT APPROPRIATION ORDINANCE AND AMENDMENT NO. 1 TO THE ENGINEERING AGREEMENT WITH WADE & ASSOCIATES, INC. FOR THE MAIN 286 AND CDSL32T DRAINAGE AREAS SANITARY SEWER EVALUATION STUDY AND IMPROVEMENTS RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of $298,915 from the Water and Sewer Operating Fund to the Sewer Capital Project Fund; and 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Sewer Capital Project Fund in the amount of$298,915 from available funds; and 3. Authorize the City Manager to execute Amendment No. 1 with Wade & Associates, Inc. for the Main 286 and CDSL32T Drainage Areas'Sanitary Sewer Evaluation Study and Improvements, thereby increasing the amount of the agreement by $298,915, from $998,881 to $1,297,796. DISCUSSION: On June 4, 2002 (M&C C-19111), the City Council authorized the City Manager to execute an engineering agreement with Wade & Associates, Inc. for the Sanitary Sewer Main 286 and CDSL32T Drainage Areas Sanitary Sewer Study and Improvements. Mains 286 and CDSL32T are two adjoining drainage basins located in southwest Fort Worth within the Clear Fork drainage basin, and are generally bound on the north by the Clear Fork of the Trinity River, on the east by Hulen Street, on the west by the City of Benbrook, and on the south by Benbrook Lake. After comprehensive field investigation, Wade & Associates, Inc. recommends that additional small diameter pipe cleaning and closed circuit television (CCTV) inspection be performed within the Main 286 and CDSL32T drainage areas in order to identify defects that might be contributing to sanitary sewer overflows and backup problems in the area. Under Amendment No. 1, the engineer will perform approximately 170,000 linear feet of pipe cleaning and CCTV. Furthermore, as part of the City's plan to develop the geographic information system (GIS) mapping, the engineer will update the current sanitary sewer base maps based on global positioning satellite (GPS) survey data and field verification of the entire study area to reflect changes in the wastewater collection system. The GIS mapping will include the most current and accurate data collected to date by the City and Wade & Associates, Inc. This project is located in COUNCIL DISTRICTS 3 and 6. Wade & Associates, Inc. is in compliance with the City's M/WBE Ordinance by committing to an additional 79% M/W.BE participation on this Amendment No. 1. The City's goal on this amendment is 30%. City of Fort Worth, Texas 41jagor And Council Communication DATE REFERENCE NUMBER LOG NAME PAGE 1/28/03 **C-19448 I 60SEWER 2 of 2 SUBJECT APPROPRIATION.ORDINANCE AND AMENDMENT NO. 1 TO THE ENGINEERING AGREEMENT WITH WADE & ASSOCIATES, INC. FOR THE MAIN 286 AND CDSL32T DRAINAGE AREAS SANITARY SEWER EVALUATION STUDY AND IMPROVEMENTS FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that upon approval of recommendation No. 1 and adoption of the attached appropriation ordinance, funds will be available in the current capital budget, as appropriated, of the Sewer Capital Projects Fund. MOA Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY Office by: (to) 1)P171 472045 070171140030 $298,915.00 Marc Ott 8476 2) P171 531200 070171140030 $298,915.00 Originating Department Head: Dale Fisseler 8207 (from) APPROVED 1/28/03 3)P171 531200 070171140030 $298,915.00 ORD.#15421 Additional Information Contact: 1)PE45 538070 0709020 $298,915.00 Dale Fisseler 8207