Loading...
HomeMy WebLinkAboutContract 55295 CSC No.55295 CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING RELATED PROFESSIONAL SERVICES This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality ("CITY"), and Kimley-Horn and Associates, Inc., authorized to do business in Texas, ("ENGINEER"), for a PROJECT generally described as: Westside III Ground Storage Tank and Westside 1V and V Pump Station Project. Article I Scope of Services The Scope of Services is set forth in Attachment A. Article II Compensation and Term of Agreement A. The ENGINEER's compensation shall be in the amount up to $1,242,804.00 as set forth in Attachment B. B. Unless otherwise terminated pursuant to Article VI. D. herein, this Agreement shall be for a term beginning upon the effective date, as described below, and shall continue until the expiration of the funds or completion of the subject matter contemplated herein, whichever occurs first. Article III Terms of Payment Payments to the ENGINEER will be made as follows: A. Invoice and Payment (1) The Engineer shall provide the City sufficient documentation, including but not limited to meeting the requirements set forth in Attachment D to this AGREEMENT, to reasonably substantiate the invoices, (2) The ENGINEER will issue monthly invoices for all work performed under this AGREEMENT. Invoices are due and payable within 30 days of receipt. OFFICIAL RECORD City of Fort worth,Texas CITY SECRETARY Standard Agreement for Engineering Related Design Services Revised Date:i1.17,17 FT.WORTH,TX Page 1 of 17 (3) Upon completion of services enumerated in Article I, the final payment of any balance will be due within 30 days of receipt of the final invoice. (4) In the event of a disputed or contested billing, only that portion so contested will be withheld from payment, and the undisputed portion will be paid. The CITY will exercise reasonableness in contesting any bill or portion thereof. No interest will accrue on any contested portion of the billing until mutually resolved. (5) If the CITY fails to make payment in full to ENGINEER for billings contested in good faith within 60 days of the amount due, the ENGINEER may, after giving 7 days' written notice to CITY, suspend services under this }AGREEMENT until paid in full. In the event of suspension of services, the ENGINEER shall have no liability to CITY for delays or damages caused the CITY because of such suspension of services. Article IV Obligations of the Engineer Amendments to Article IV, if any, are included in Attachment C. A. General The ENGINEER will serve as the CITY's professional engineering representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto. B. Standard of Care The ENGINEER shall perform its services: (1) with the professional skill and care ordinarily provided by competent engineers practicing in the same or similar locality and under the same or similar circumstances and professional license; and (2) as expeditiously as is prudent considering the ordinary professional skill and care of a competent engineer. C. Subsurface Investigations (1) The ENGINEER shall advise the CITY with regard to the necessity for subcontract work such as special surveys, tests, test borings, or other subsurface investigations in connection with design and engineering City of Fort Worth,Texas Standard Agreement for Engineering Related design ServiCes Revised Date:11.17.17 Page 2 cf 17 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 mylar sheets and electronic files in .pdf format, or as otherwise approved by CITY, which shall become the property of the CITY. CITY may use such drawings in any manner it desires; provided, however, that the ENGINEER shall not be liable for the use of such drawings for any project other than the PROJECT described herein. E. Engineer's Personnel at Construction Site (1) The presence or duties of the ENGINEER's personnel at a construction site, whether as on-site representatives or otherwise, do not make the ENGINEER or its personnel in any way responsible for those duties that belong to the CITY and/or the CITY's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The ENGINEER and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. (2) Except to the extent of specific site visits expressly detailed and set forth in Attachment A, the ENGINEER or its personnel shall have no obligation or responsibility to visit the construction site to become familiar with the progress or quality of the completed work on the PROJECT or to determine, in general, if the work on the PROJECT is being performed in a manner Cily of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revis4d date:11.17.17 Page 3 of 17 indicating that the PROJECT, when completed, will be in accordance with the Contract Documents, nor shall anything in the Contract Documents or this 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 the ENGINEER makes on-site observation(s) of a deviation from the Contract Documents, the ENGINEER shall inform the CITY. (3) When professional certification of performance or characteristics of materials, systems or equipment is reasonably required to perform the services set forth in the Scope of Services, the ENGINEER shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required in the Contract Documents. F. Opinions of Probable Cost, Financial Considerations, and Schedules (1) The ENGINEER shall provide opinions of probable costs based on the current available information at the time of preparation, in accordance with Attachment A. (2) In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, the ENGINEER has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, the ENGINEER makes no warranty that the CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from the ENGINEER's opinions, analyses, projections, or estimates. G. Construction Progress Payments Recommendations by the ENGINEER to the CITY for periodic construction progress payments to the construction contractor will be based on the PNGINEPR'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 City of Fort Worth,Texas Standard Agreement for Engineering Related Design ServicLs RevEsed Date:11,17.17 Page 4 of 17 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 Business and Small Business Enterprise (MBE)(5BE) Participation In accord with the City of Fort Worth Business Diversity goals (Chapter 20, Article X of the City's Code of Ordinances a/k/a Ordinance No. 20020-12- 2011, as amended), the City has goals for the participation of minority business enterprises and/or small business enterprises in City contracts. Engineer acknowledges the MBE and SBE goals established for this contract and its accepted written commitment to MBE and SBE participation. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Engineer may result in the termination of this Agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. J, Bight to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of five (5) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the ENGINEER involving transactions relating to this contract. ENGINEER agrees that the CITY shall have access during normal working hours to all necessary ENGINEER facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The CITY shall give ENGINEER reasonable advance notice of intended audits. (2) ENGINEER further agrees to include in all its subconsuitant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shall, until the expiration of five (5) years after final payment under the subcontract, have access to and the right to examine and photocopy any City of Forl WQrth,Texas Standard Agreement for Engineering Related Design Services Revised Dale:11,17-17 Page 5 of 17 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. INSURANCE (1) ENGINEER'S INSURANCE a. Commercial General Liability — the ENGINEER shall maintain commercial general liability (CGL) and, if necessary, commercial umbrella insurance with a limit of not less than $1,000,000.00 per each occurrence with a $2,000,000.00 aggregate. If such Commercial General Liability insurance contains a general aggregate limit, it shall apply separately to this PROJECT or location. i. The CITY shall be included as an additional insured with all rights of defense under the CGL, using ISO additional insured endorsement or a substitute providing equivalent coverage, and under the commercial umbrella, if any. This insurance shall apply as primary insurance with respect to any other insurance or self- insurance programs afforded to the CITY. The Commercial General Liability insurance policy shall have no exclusions or endorsements that would alter or nullify: premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained within the policy, unless the CITY specifically approves such exclusions in writing. ii. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the commercial general liability or commercial umbrella liability insurance maintained in accordance with this agreement. b. Business Auto -- the ENGINEER shall maintain business auto liability and, if necessary, commercial umbrella liability insurance with a limit of not less than $1,000,000 each accident. Such insurance shall cover City of Fort Worth.Texas Standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 6 of 17 liability arising out of "any auto", including owned, hired, and non-owned autos, when said vehicle is used in the course of the PROJECT. If the engineer owns no vehicles, coverage for hired or non-owned is acceptable. i, ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the business auto liability or commercial umbrella liability insurance obtained by ENGINEER pursuant to this agreement or under any applicable auto physical damage coverage. c. Workers' Compensation — ENGINEER shall maintain workers compensation and employers liability insurance and, if necessary, commercial umbrella liability insurance with a limit of not less than $100,000,00 each accident for bodily injury by accident or $100,000.00 each employee for bodily injury by disease, with $500,000.00 policy limit. i. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by workers compensation and employer's liability or commercial umbrella insurance obtained by ENGINEER pursuant to this agreement. d. Professional Liability — ENGINEER shall maintain professional liability, a claims-made policy, with a minimum of 1,000,000.00 per claim and aggregate. The policy shall contain a retroactive date prior to the date of the contract or the first date of services to be performed, whichever is earlier. Coverage shall be maintained for a period of 5 years following the completion of the contract. An annual certificate of insurance specifically referencing this project shall be submitted to the CITY for each year following completion of the contract. (2) GENERAL INSURANCE REQUIREMENTS a. Certificates of insurance evidencing that the ENGINEER has obtained all required insurance shall be attached to this AGREEMENT prior to its execution, b. Applicable policies shall be endorsed to name the CITY an Additional Insured thereon, subject to any defense provided by the policy, as its interests may appear. The term CITY shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. City of Fart Worth,Texas Standard Agreement for Engineering Related Design Servicas Revised Date:11.17.17 Page 7 of 17 c. Certificate(s) of insurance shall document that insurance coverage specified in this agreement are provided under applicable policies documented thereon. d. Any failure on part of the CITY to attach the required insurance documentation hereto shall not constitute a waiver of the insurance requirements. e. A minimum of thirty (30) days notice of cancellation or material change in coverage shall be provided to the CITY. A ten (1 0) days notice shall be acceptable in the event of non-payment of premium. Notice shall be sent to the respective Department Director (by name), City of Fort Worth, 200 Texas, Fort Worth, Texas 76102. f. Insurers for all policies must be authorized to do business in the State of Texas and have a minimum rating of A:V or greater, in the current A.M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. g. Any deductible or self insured retention in excess of $25,000.00 that would change or alter the requirements herein is subject to approval by the CITY in writing, if coverage is not provided on a first-dollar basis. The CITY, at it sole discretion, may consent to alternative coverage maintained through insurance pools or risk retention groups. Dedicated financial resources or letters of credit may also be acceptable to the CITY. h. Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. i. The CITY shall be entitled, upon its request and without incurring expense, to review the ENGINEER's insurance policies including endorsements thereto and, at the CITY's discretion; the ENGINEER may be required to provide proof of insurance premium payments. j. Lines of coverage, other than Professional Liability, underwritten on a claims-made basis, shall contain a retroactive date coincident with or prior to the date of the contractual agreement. The certificate of insurance shall state both the retroactive date and that the coverage is claims-made. k. Coverages, whether written on an occurrence or claims-made basis, shall be maintained without interruption nor restrictive modification or changes from date of commencement of the PROJECT until final payment and termination of any coverage required to be maintained after City of Fort worth.Texas Standard Agreement for Engineering Relalod Design Services Revised Date: 11.17.17 Page 8 of 17 i final payments. I. The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement. m. Sub consultants and subcontractors to/of the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably equivalent insurance coverage as required for the ENGINEER. When sub consultants/subcontractors maintain insurance coverage, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. L. Independent Consultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. The doctrine of respondeat superior shall not apply. M. Disclosure The ENGINEER acknowledges to the CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interest, direct or indirect, in property abutting the proposed PROJECT and business relationships with abutting property cities. The ENGINEER further acknowledges that it will make disclosure in writing of any conflicts of interest that develop subsequent to the signing of this contract and prior to final payment under the contract. N. Asbestos or Hazardous Substances (1) If asbestos or hazardous substances in any form are encountered or suspected, the ENGINEER will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. (2) If asbestos or other hazardous substances are suspected, the CITY may request the ENGINEER to assist in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. O. Permitting Authorities - Design Changes If permitting authorities require design changes so as to comply with published design criteria and/or current engineering practice standards which the ENGINEER should have been aware of at the time this Agreement was executed, the ENGINEER shall revise plans and specifications, as required, at its own cost and expense. However, if design City of Fort Worth,Texas Standard Agreement for Engineering Related Pes#gn Services Revised Date.11.17.17 Page 9 of 17 changes are required due to the changes in the permitting authorities' published design criteria andlor 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. P. Schedule ENGINEER shall manage the PROJECT in accordance with the schedule developed per Attachment D to this AGREEMENT. Article V Obligations of the City Amendments to Article V, if any, are included in Attachment C. A. City-Furnished Data ENGINEER may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. B. Access to Facilities and Property The CITY will make its facilities accessible to the ENGINEER as required for the ENGINEER's performance of its services. The CITY will perform, at no cost to the ENGINEER, such tests of equipment, machinery, pipelines, and other components of the CITY's facilities as may be required in connection with the ENGINEER's services. The CITY will be responsible for all acts of the CITY's personnel. C. Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights- of-way, and access necessary for the ENGINEER's services or PROJECT construction. D. Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of City of Fart Worth,Texas Standard Agreement for engineering Related Design Servizes Revised Date:11.17.17 Page 10 of 117 an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule prepared in accordance with Attachment D. E. Prompt Notice The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. F. Asbestos or Hazardous Substances Release. (1) CITY acknowledges ENGINEER will perform part of the work at CITY's facilities that may contain hazardous materials, including asbestos containing materials, or conditions, and that ENGINEER had no prior role in the generation, treatment, storage, or disposition of such materials. In consideration of the associated risks that may give rise to claims by third parties or employees of City, City hereby releases ENGINEER from any damage or liability related to the presence of such materials. (2) The release required above shall not apply in the event the discharge, release or escape of hazardous substances, contaminants, or asbestos is a result of ENGINEER's negligence or if ENGINEER brings such hazardous substance, contaminant or asbestos onto the project. G. Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the provisions of Article IV.E. regarding the ENGINEER's Personnel at Construction Site, and provisions providing for contractor indemnification of the CITY and the ENGINEER for contractor's negligence. H. Contractor Claims and Third-Party Beneficiaries (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain no direct action against the ENGINEER, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the CITY will be the beneficiary City of Fort Worth.Texas Standard Agreement for Engineering Related Design 5erviees Revised Date;11.17.17 Page 11 of 17 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 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 may secure Builders Risk/Installation insurance 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. City of Fort Wmh.Texas Standard Agreement for Engineering Related Design Services Revised Cate:11,17.17 Page 12 of 17 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 CITY shall own the final designs, drawings, specifications and documents. C. Force Majoure The ENGINEER is not responsible for damages or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the control of the ENGINEER that prevent ENGINEER's performance of its obligations hereunder. D. Termination (1) This AGREEMENT may be terminated a,) by the City for its convenience upon 30 days' written notice to ENGINEER. b.) by either the CITY or the ENGINEER for cause if either party fails substantially to perform through no fault of the other and the nonperforming party does not commence correction of such nonperformance within 5 days' written notice or thereafter fails to diligently complete the correction. (2) It 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; City of Fort Wodh,Texas Standard Agreemert for Engineering Related Design Services Revised Dale;11.17,17 Page 13 of 17 b.) Gut-of-pocket expenses for purchasing electronic data files and other data storage supplies or services; c.) The time requirements for the ENGINEER'S personnel to document the work underway at the time of the CITY'S termination for convenience so that the work effort is suitable for long time storage. (3) Prior to proceeding with termination services, the ENGINEER will submit to the CITY an itemized statement of all termination expenses. The CITY'S approval will be obtained in writing prior to proceeding with 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 PRGJECT's schedule, commitment and cost of the ENGINEER's personnel and subcontractors, and ENGINEER's compensation will be made. F. Indemnification In accordance with Texas Local Government Code Section 271.904, the ENGINEER shall indemnify or hold harmless the CITY against liability for any damage committed by the ENGINEER or ENGINEER's agent, consultant under contract, or another entity over which the ENGINEER exercises control to the extent that the damage is caused by or resulting from an act of negligence, intentional tort, intellectual property infringement, or failure to pay a subcontractor or supplier. CITY is entitled to recover its reasonable attorney's fees in proportion to the ENGINEER's liability. G. Assignment Neither party shall assign all or any part of this AGREEMENT without the prior written consent of the other party. H. 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, Cilyof Fart MO.Texas Standard Agreement for Engineering Belated Design Services Revised Date:11.17.17 Page 14 4f 17 Texas. I. 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.Q., VI.F., VI.H,, and VI.I, shall survive termination of this AGREEMENT for any cause. J. 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. K. Immigration Nationality Act ENGINEER shall verify the identity and employment eligibility of its employees who perform worst under this Agreement, including completing the Employment Eligibility Verification Form (1-9). Upon request by CITY, ENGINEER shall provide CITY with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. ENGINEER shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any ENGINEER employee who is not legally eligible to perform such services. ENGINEER SHALL IN13EMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY ENGINEER, ENGINEER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. CITY, upon written notice to ENGINEER, shall have the right to immediately terminate this Agreement for violations of this provision by ENGINEER. L. Prohibition On Contracts With Companies Boycotting Israel ENGINEER acknowledges that in accordance with Chapter 2270 of the City of Fort Worih,Texas Standard Agreement for Engineering Related Design Services Revised DaW 11.17.17 Page 15 of 17 Texas Government Code, CITY is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, ENGINEER certifies that ENGINEER'S signature provides written verification to the CITY that ENGINEER: (1) does not boycott Israel; and (2) will not boycott Israel during the terra of the contract. This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, which supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. This AGREEMENT may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A - Scope of Services Attachment B - Compensation Attachment C -Amendments to Standard Agreement for Engineering Services Attachment D - Project Schedule Attachment E - Location Map City❑f Fort Worth,Texas standard Agreement for Engineering Related Design Services Revised Date:11.17.17 Page 16❑f 17 Duly executed by each party's designated representative to be effective on the date subscribed by the City's designated Assistant City Manager. BY: BY: CITY OF FORT WORTH ENGINEER aa"A&J�f Kimley-Horn and Associates, Inc. Dana Burghdoff(FVb10,20 08:57CST) Dana Burghdoff Glenn A. Gary, P.E. Assistant City Manager Senior Vice President Date: Feb 10,2021 Date:APPROQR EQMENDED: Christopher H rder(Feb5,202113:48CST) By: Cris Harder, P, E., Director Water Department Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. d 21412021 Farida Godery ,P.E. Senior Project Manager APPROVED AS TO FORM AND LEGALITY DBlaak(Feb 8,202118:44 CS-0 By. _ Doug Black, Sr Assistant City Attorney go�4nnn� ATTEST: p�F FORrad Form 1295 No. 2020-699195 o° ~o °o�.40 M&C No.: 21-0058 P.Mary J. Kayser ° ° ° °=A City Secretary $a °°°°°°,°°°° 1 M&C xDate: January-12, 2021 OFFICIAL RECORD City of Fort Worth,Texas CITY SECRETARY Standard Agreement for Engineering Related Design Services Revlsed Date:11.17,17 FT.WORTH,TX Page 17 of 17 ATTACHMENT A DESIGN SERMM FOR W8415 PUMP STATION ANU WSS GROUND STORAGE TANK CITY PROJECT NO.:103010 ATTACHMENT A Scope for Engineering Design Related Services for Water Improvements DESIGN SERVICES FOR WS4l5 PUMP STATION AND WS3 GROUND STORAGE TANK CITY PROJECT NO.. 103010 The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. WORK TO BE PERFORMED PROJECT DESCRIPTION: The ENGINEER will assist the City in the preparation of Construction Documents fora proposed 15 - 20 million gallon per day(MGD) Westside 4 Pressure Plane Pump Station, 5 — 10 MGD Westside 5 Pressure Plane Pump Station, and a 2.5 Million Gallon (MG) Westside 3 Ground Storage Tank (GST). The proposed site has previously been purchased and platted by the City. Task 1. Design Management Task 2. Pressure Plane Study and Pump Station Hydraulic Analysis Task 3. Preliminary Design Report (30%) Task 4. preliminary Design (60%) Task 5, Final Design (90%) Task G. Construction Contract Documents (100%) Task 7. Bid Phase Services Task 8. Construction Phase Services Task 9. Record Drawings Preparation Task 10. ROW/Easement Services Task 11, Survey and Subsurface Utility Engineering Services City of Fart Worth,Texas AUachment A Modified pecembar 14.2020 Page 1 of 24 ATTACHMENT A DESIGN SEWCES FOR WS0 PUMA STATION AND W83 GROUND STORAGE TANK CITY PROJECT NO. 103010 TASK 1. DESIGN MANAGEMENT. ENGINEER shall ensure efficient and effective use of ENGINEER's and CITY's time and resources. ENGINEER shall; ■ manage change, ■ communicate effectively, • coordinate internally and externally as needed, and ■ proactively address issues with the CITY's Project Manager and others as necessary to make progress on the work. 1.1. Managing the Team • Lead, manage and direct design team activities • Ensure quality control is practiced in performance of the work • Communicate internally among team members • Task and allocate team resources 1.2. Communications and Reporting • Attend a pre-design project kickoff/chartering meeting with CITY staff to confirm and clarify scope, understand CITY objectives, and ensure economical and functional designs that meet CITY requirements • Conduct review meetings with the CITY at the end of each project task and as required by CITY (up to twelve). • Prepare invoices and submit monthly in the format requested by the CITY. • Prepare and submit monthly progress reports in the format provided by the Water Department. Prepare and submit baseline Project Schedule initially, and Project Schedule updates with a schedule narrative monthly, as required in Attachment D to this Standard Agreement and according to the City of Fort Worth's Schedule Guidance Document. • Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at the end of the project • Coordinate with other agencies and entities as necessary for the design of the proposed infrastructure, and provide and obtain information needed to prepare the design • Prepare Subconsultant agreements and coordinate with Subconsultants throughout the design, bidding, award and construction. • With respect to coordination with permitting authorities, ENGINEER shall communicate with permitting authorities such that their regulatory requirements are appropriately reflected in the designs. ENGINEER shall work with regulatory City of Fort Worlh,Tars Attachment A Modified December 14.2020 Page 2 of 24 ATTACNMFNT A DESIGN SERVICES FOR YY5415 PUMP STATION AND W63 GROUND STORAGE TANK CITY PROJECT NO.:103010 authorities to obtain approval of the designs, and make changes necessary to meet their requirements, as part of the design scope. • Prepare for and attend public meetings (up to two). Personnel and Vehicle Identification: When conducting site visits to the project location, the ENGINEER or any of its sub-consultants shall carry readily visible information identifying the name of the company and the company representative. 1.3, Data Collection • Receive and organize existing City record drawings, GIS shapefiles, and information related to ongoing projects for water, sanitary sewer and storm sewer pipelines and facilities at or near the proposed site_ • Receive current water system model from City, including future demand scenarios. ASSUMPTIONS a 24 MWBE reports will be prepared (design and construction) • 12 meetings with city staff • 2 public meetings • 12 monthly water department progress reports will be prepared • 12 monthly project schedule updates will be prepared DELIVERABLES A. Meeting summaries with action items B. Monthly invoices C. Monthly progress reports D. Baseline design schedule E. Monthly schedule updates with schedule narrative describing any current or anticipated schedule changes F. Monthly MIWBE Report Form and Final Summary Payment Report Form City of Fort Worih,Texas Auachment A ModlIlsd Decemhor 14.2020 Page 3 of 24 ATTACHMENT DESIGN SERVICES FOR WS415 PUMP STATION AND WSJ GROUND STORAGF TANK CITY PR4JFCT NO,'10300 TASK 2. PRESSURE PLANE STUDY AND PUMP STATION HYDRAULIC ANALYSIS. The Pressure Plane Analysis and Pump Station Hydraulic Analysis shall be submitted to CITY per the approved Project Schedule. ENGINEER will provide the following analysis: 2.1. Pressure Plane Delineation and Future Demand • Delineate Westside 4 and Westside 5 Pressure Plane Boundaries • Review demand projections based on the land use plan. • Evaluate existing and future land uses in accordance with City design criteria to project firm pumping capacity of proposed pump station. • Recommend revised demand projections (if any) for max day, peak hour, average day, and minimum flow scenarios. 22, Hydraulic Analysis (WS4 and WS5) • Receive current water system model from City, including future demand scenarios. ■ Select split-case pumps in accordance with hydraulic conditions (head and flow) in accordance with demand projections. Firm capacity is assumed to be achieved with three pumps for WS4 and two pumps for WS5, with one additional backup pump for each pressure plane. • Update existing City water system model based on pump selections. • Develop suction header sizing and schematic layout. • Develop discharge header sizing and schematic layout. • Size pump control or check valves. • Develop pump station piping schematic. • Analyze and size upstream hydraulic controls and meter. • Size discharge flow meter. 2.3. Technical Memorandum • Provide technical memorandum documenting results of model evaluation and hydraulic analysis. • Finalize technical memorandum based on City comments. City of Fort Worth,Texas Attachment A Mcdlfind Decernber 14,2024 Pager 4 of 24 ATTACHMENT DESIGN SERVICES FOR WS4i5 PUMP STATION ANC WS3 GROUND VORAOt TANK CITY PROJECT NO.:103010 ASSUMPTIONS • 5 hard copies and one digital copy of the technical memorandum will be delivered. • ENGINEER shall prepare the meeting minutes of the technical memorandum review meeting and revise the report, if needed. ENGINEER shall not proceed with Preliminary Design Report activities without obtaining written approval by the CITY of the technical memorandum. DELIVERABLES A. Technical Memorandum City of tort Worth.Texas Attachment A Modified Oecemdar 14.2020 Page 5 of 24 ATTACHMENT A DESIGN SERVICES FOR W8415 PUMP STATION AND WS3 GROUND STORAGE TANK CITY PROJECT NO,I 103010 TASK 3. PRELIMINARY DESIGN REPORT (30 PERCENT). Preliminary Design Report shall be submitted to CITY per the approved Project Schedule. ENGINEER will develop the preliminary design report as follows. 3.1, Preliminary Design Report • The following items will be evaluated and included in the Preliminary Engineering Report: o Preliminary site plan and pump station layout. o Preliminary pump station building schematic plan and section exhibits. o Yard Piping— sizing for initial as well as future capacity, o Flow metering. o Pumps—Split case pump selection, and associated building layout. Schematics. o Pump control valves— including sizing, type of valves and additional characteristics. o SCADA System o Pump motor control center and starter options (VFD's and/or soft starters). o Ground Storage Tank Evaluation. o Electrical service options. o Electrical Gearing Requirements--VFD's are assumed. o Generator—evaluate generator size and enclosure requirements. o City architectural requirements and City design preferences_ o Geotechnical and structural requirements. o Site lighting requirements, o Building lighting requirements. o Building ventilation and HVAC requirements. o Building plumbing requirements. o Building insulation requirements. o Noise Control requirements. o City landscaping requirements. o City fencing requirements. o City storm drainage detention requirements. 41 Chlorine boosting is assumed not to be included as part of this scope of services. • Revisions to Preliminary Design Report based on City comments. City of Feri Worth,Texas Attachment A Moddied December 14,2020 Page 6 of 24 ATTACHMENT A DESIGN SERVICES FOR W5415 PUMP STATION AND VV53 GROUND STORAGE TANK CITY PROJECT NO.:103010 ASSUMPTIONS 5 hard copies and one digitial copy of the Preliminary Design Report and will be delivered. « ENGINEER shall not proceed with Preliminary Design activities without written approval by the CITY of the Preliminary Design plans, DELIVERABLES A, Preliminary Design report City of Fort Worth,Texas Attachment A Modijad December 14,2020 Paga 7 of 24 ATTACHMRNTA DESIGN SERVICES FOR WS415 PUMP STATION AM)WS3 GROUND STORAGE TANK CITY PROJECT MO,;103010 TASK 4. PRELIMINARY DESIGN (60 PERCENT). Preliminary Design Package shall be submitted to CITY per the approved Project Schedule. ENGINEER will develop the preliminary design of the infrastructure as follows. 4.1, Development of Preliminary Design Drawings shall include the following; • Cover Sheet • A Project Control Sheet, showing all Control Points, used or set while gathering data. Generally on a scale of not less than 1:400. The following information shall be indicated for each Control Point: Identified (existing City Monument#8901, PK Nail, 5/8" Iron Rod); X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum only; descriptive location (i.e. set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). • Overall prolect easement layout sheets with property owner information. ip Overall project water layout sheets. The water layout sheet shall identify the proposed water main improvement)existing water mains in the vicinity and all water appurtenances along with pressure plane boundaries, water tanks, pump stations, valves, and fire hydrants. • Coordinates on all P.C.'s, P.T.'s. P.I.'s, manholes, valves, mainline fittings, etc., in the same coordinate system as the Control Points. • Bench marks per 1,000 ft of plan/profile sheet—two or more. Bearings given on all proposed centerlines, or baselines. • Station equations relating utilities to paving, when appropriate. • Bump Station Site Plan • Yard Piping plan and profile sheets_which show the proposed supply, suction and discharge piping on the site. • Paving Plan showing proposed paving of the pump station site, • Pump Station Building Plan and Sections showing plan and section views of proposed pump station building and associated pump, piping, and associated appurtenances. • Ground Storage Tank Plan.. and Sections showing plan and section views of proposed ground storage tank. • Electrical Sheets showing the electrical site plan and control schematics. City of Fart Worth,Texas Attachment A Modified Oeaembef 14,2020 Page 0 of 24 ATTACHMENT A DESIGN SERVICES FOR W5415 PUMP STATION AND W53 GROUNri STORAGE TANK CITY PROJECT NO.;103010 4.2. Project Manual • Preparation of specifications and construction contract documents: • Specifications will include technical specifications for materials and installation of the proposed facilities. The Contract Documents will be based upon the City's standard construction contract documents for public work construction. • The ENGINEER will modify existing City Contract Documents and General Requirements to accommodate a lurnp sum bid project. The ENGINEER will modify existing City bid documents to accommodate a competitive sealed proposal (CSP) for the procurement of this project. • The ENGINEER will prepare special technical specifications for items either not covered by the City of Fort Worth's Standards, or where the City of Fort Worth's Standards need to be modified to meet the requirements of the project. 4.3. Geotechnical Investigation • Perform a geotechnical analysis of the site utilizing a qualified geotechnical laboratory to determine subsurface conditions and make recommendations regarding design parameters. The analysis shall include the following: c> Subsurface exploration including up to four(4) sample bores drilled to between 35 and 40 feet depending upon depth to unweathered shale or limestone. o Laboratory tests for classification purposes and strength characteristics. o Engineering services that address the following: • Soil and groundwater conditions ■ Comments on general excavatability of soils and shale or limestone encountered ■ Recommendations for pump station, transformer and generator pads, and vault foundation types, depth, allowable loading and backfill requirements ■ Foundation construction requirements Recommended lateral pressures for the design of below grade walls ■ Evaluation of the subgrade soils ■ Recommendations for yard piping installation, including bedding and backfill Recommendations for earthwork. • A geotechnical report will be furnished by the geotechnical engineer to present the results of the field and laboratory data as well as analyses and recommendations. Three (3) Copies of the report will be provided by the geotechnical engineer, with one (1) copy going to the City. The data contained in the geotechnical report will be made available to contractors during the bidding process for informational purposes. City of Fort Worth,Texas Attachment A Modified peceMhor 14,2020 page 9 of 24 ATTACHMENT A DFSIGN SERVICES FOR WSQ$PUMP STATION AND WS3 GROUND STORAGE TANK CITY PROACT Na!10010 4.4. Utility Clearance • The ENGINEER will consult with the CITY's Transportation and Public Works Department, Water Department, and other CITY departments, public utilities, private utilities, private utilities and government agencies to determine the approximate location of above and underground utilities, and other facilities (current and future) that have an impact or influence on the project. ENGINEER will design CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible consider potential future utilities in designs. * The ENGINEER shall upload individual DWF files for each plan sheet of the approved preliminary plan set to the designated project folder in BIM 360 for forwarding to all utility companies which have facilities within the limits of the project. The DWF files should be created directly from the CAD files as opposed to PDF files. ASSUMPTIONS * 4 borings at an average bore depth of_35 feet each will be provided. • Full-size drawings will be intended to be drafted on 1 VxIT' sheets. • 5 11x17 hard copies and one digital copy of the Preliminary Design Drawings will be delivered. 5 hard copies and one digital copy of the Preliminary Design Technical Specifications will be delivered. • The CITY's existing front-end specifications will be modified by the ENGINEER to accommodate a lump sum type project, and to allow for submission of a Competitive Sealed Proposals (CSP). • The CITY's front end and technical specifications will be used. The ENGINEER shall supplement the technical specifications as needed. • DWF files created from design CAD drawings will be uploaded to the designated project folder in BI M 360, • One digital set of drawings will be delivered for Utility Clearance. • ENGINEER shall not proceed with Final Design activities without written approval by the CITY of the Preliminary Design plans. (DELIVERABLES D. Preliminary Design drawings (60%) C. Preliminary Technical Specifications D. Utility Clearance drawings E. Opinion of probable construction cost City of Fart worth,Texao Attachment A Modified December 14,2020 Page 10 of 24 ATTACHMENT A DESIGN SERVICES FOR WS0 PUMP STATION AND W53 GROUND STORAGE TANK CITY PROJECT NO.:103010 TASK 5. FINAL DESIGN (90 PERCENT"). Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as follows: 5.1. Final Drawings • Draft Final drawings (90%) and specifications shall be submitted to CITY per the approved Project Schedule. o Drawings will incorporate all City comments from the Preliminary Design Package o Drawings will be prepared in accordance with City Construction Standards 5.2. Final Project Manual • Draft final (90%) specifications and construction contract documents: c Documents will incorporate all City comments from the Preliminary Design Package • Preparation of construction contract and bidding documents: n The ENGINEER will modify existing City Contract Documents and General Requirements to accommodate a lump sum bid project. o The ENGINEER will modify existing City bid documents to accommodate a competitive sealed proposal (CSP) for the procurement of this project if required by City. 5.3 The ENGINEER shall submit a final design opinion of probable construction cost with the 90% design package. 5.4. Submit plans to appropriate regulatory agencies: City, TCEQ, and TDLR for review. 5.5_ The City will be responsible for administration of Zoning changes (if required) and Obtaining building permit (if required), The ENGINEER will prepare exhibits as directed by City. ASSUMPTIONS • The CITY's front end and technical specifications shall be modified to allow for a competitive sealed proposal_ The ENGINEER shall supplement the technical specifications if needed. • 4 site visits will be conducted during the final design phase. • 5 11x17 hard copies and one digital copy of the Final Design Drawings will be delivered. • 5 hard copies and one digital copy of the Final Design Project Manual will be delivered. • Estimated Final Sheet List (approximately 95 sheets): a Cover i o Sheet Index, General Notes, Project Specific Notes o Construction Sequencing Sheet City of Fort worth,Texas Attachment A Modified December 14,2020 Page f i of 24 ATTACHMENT A DESIGN SERVICES FOR W5415 PUMP SYAYION AND WS3 GROUND STORAGE TANK CITY PROJECT N4,;103010 c,) Dimensional Control Sheet o Civil Plans ■ Paving and Dimensional Control ■ Tree Removal and Demolition Plan ■ Yard Piping ■ Site Grading ■ Pump Station Mechanical Plan ■ Pump Station Sections Ground Storage Tank Plan ■ Ground Storage Tank Sections ■ Supply Meter Vault Plan and Section ■ Discharge Meter Vault Plan and Section ■ Flow Control Valve Vault Plan and Section • Water line Profiles ■ Water Details ■ On-Site Sanitary Sewage Facility Plan and Details (for pump seal, chlorine analyzer, and utility sink drainage) ■ Drainage Details ■ Fence and Gate details ■ Landscaping and Screening Plan Landscaping Details • Irrigation Plans ■ City Standard Details ■ Erosion Control Plan Erosion Control Details ■ Drainage Area Map ■ Drainage Area Calculation Sheet o Architectural Sheets • Floorplan Exterior Elevations Roof Plan ■ Schedules and Details ■ Sections ■ Plan and Section Details o Structural Sheets ■ Notes and Details ■ Pump Station Structural Plan Typical Concrete and Masonry Details ■ Section Details ■ Section Details and Elevations City of Fort Worth,Texas Attachment A Modified December 14,2020 Page 12 of 24 ATTACHMENT QWGN SERVICES FOR W8415 PUMP STATION AND WS36ROUMD STORAGE TANK CITY PROJECT NO.:103010 ■ Roof Plan and Elevations ■ Foundation and Details Wall Section and Details ■ Underground Vault Sections and Details a Electrical Sheets • Electrical Site Plain ■ One Line Diagram ■ Control Schematics • Schedules • Instrumentation Block Diagram ■ Floor Plan ■ Lighting Floor and Cable Tray plan • Electrical Wiring Plan • HVAC Electrical Plan SCADA System Diagram SCADA Panel ■ Electrical Details Electrical Vault Details Generator Electrical Plan o Mechanical • Mechanical HVAC Plan and Details • Mechanical HVAC Schedule and Details n Plumbing ■ plumbing Plan • Plumbing Schedule and Details DELIVERABLES • Final Design drawings (90%) • Final Design project manual (90%) IP Opinion of probable construction cost City of Fart Worth,Texas Attachment A Modified December 14.2020 Pago 13 of 24 ATTACHMENT A MIGN SERVICES FOR W5415 PUMP STATION AND W33 GROUND STORAGE TANK CITY PROJECT NO 403010 TASK 6. CONSTRUCTION DOCUMENT PREPARATION. Upon approval of the Final Design plans, ENGINEER will prepare construction documents as follows: 6.1. Construction Document Preparation: Address and incorporate City comments from the 90% Final Design review_ • Draft Final plans (100%) and specifications shall be submitted to CITY per the approved Project Schedule. • Following a 90% construction plan review meeting with the CITY, the ENGINEER shall commence with preparation of the Construction Documents, and provide the package to the CITY per the approved Project Schedule, Each plan sheet shalt be stamped, dated, and signed by the ENGINEER registered in State of Texas. • The ENGINEER shall submit a final design opinion of probable construction cost with the Construction Documents design package. DELIVERABLES A. Signed and Sealed Bid Documents . a. 5 sets of 11 x17 size drawings and 5 Project Manuals will be delivered for the Construction Document package. b. Design Drawings will be uploaded to BIM 360 (-pdf) c. Project Manual will be uploaded to BIM 360 (pdf) B. Detailed opinions of probable construction costs including summaries of bid items and quantities using the CITY's standard bid items and format. C. Original cover mylar for the signatures of authorized CITY officials. City of Fort Wcrth,'rezas Attachment A Modified December 14,2020 Page 14 of 24 ATTACHMENT A DESIGN SERVICES FOR WS415 PUMP STATION AND W53 GROUND STORAGE TANK CITY PROJECT NO. ID3010 TASK 7. BID PHASE SERVICES, ENGINFE=R will support:the bid phase of the project as follows, 7.1. Bid Support • The ENGINEER shall upload all plans and contract documents onto BIM 360 for access to potential bidders. • Contract documents shall be uploaded in a .xIs file. • Unit Price Proposal documents are to be created utilizing CFW Bidtools only and combined in a specified spreadsheet workbook, Bid Proposal Worksheet Template, and will be populated and configured so that all pages are complete and the Summary Worksheets) in the workbook detail and automatically summarize the totals from the inserted Unit Price Proposal document worksheets. • Plan Sets are to be uploaded BIM 360 in two formats, .pdf and .dwf files. The .pdf will consist of one file of the entire plan sett. The .dwf will consist of individual files, one for each plan sheet, and will be numbered and named in a manner similar to that of the plan set index. • The ENGINEER shall sell contract documents and maintain a plan holders list on BIM 360 from documents sold and from Contractor's uploaded Plan Holder Registrations in BIM 360. • The ENGINEER will develop and implement procedures for receiving and answering bidders'questions and requests for additional information. The procedures shall include a log of all significant bidders questions and requests and the response thereto. The log shall be housed and maintained in the project's BIM 360 folder titled Request for Information. The ENGINEER will provide technical interpretation of the contract bid documents and will prepare proposed responses to all bidders questions and requests, in the form of addenda. The ENGINEER shall upload all approved addenda onto BIM 360 and mail addenda to all plan holders. • Attend the prebid conference in support of the CITY. • Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. • When substitution prior to award of contracts is allowed in the contract documents, the ENGINEER will advise the CITY as to the acceptability of alternate materials and equipment proposed by bidders. • Attend the bid opening in support of the CITY. • Tabulate and review all bids received for the construction project, assist the CITY in evaluating bids, and recommend award of the contract. A copy of the Bid Tabulation and the CFW Data Spreadsheet created utilizing CFW Bidtools only are to be uploaded into the project's Bid Results folder on BI M 360. • Incorporate all addenda into the contract documents and issue conformed sets. City of Fort Worth,Texas Attachment A Modified December 14,2020 Pape 15 of 24 ATTACHMENT DESIGN SERVICES FOR WS415 PUMP STATION AND WS3 GROUND STORAGE TANK CITY PROJECT NO,:103010 ASSUMPTIONS • The project will be bid only once and awarded to one contractor. • 1 set of construction documents will be sold to and made available on BIM 360 for plan holders and/or given to plan viewing rooms. • 5 sets of 11x17 size drawings and 5 project manuals (conformed, if applicable) will be delivered to the CITY. • PDF files will be uploaded to BIM 360. DELIVERABLES A. Addenda B. Bid tabulations C. CEW Data Spreadsheet D. Recommendation of award E. Construction documents (conformed, if applicable) City of Fort Worth,Texas Attachment A Modified Oeeernbar 14,2020 Page 16 of 24 ATTACHMENT A DESIGN SERVICES FOR W8415 BUMP STATION AND WS3 GROUND STORAGL TANK CITY PROJECT Nf3. 103414 TASK 8. CONSTRUCTION PHASE SERVICES. ENGINEER will support the construction phase of the project as follows, 8.1 Construction Support + The ENGINEER shall assist the City with project communications and documentation as required by tasks below on the City's BIM 360 site, including meeting notes, site observation notes, shop drawing submittals and responses, RFIs and RFI responses. The ENGINEER shall attend the preconstruction conference. After the pre-construction conference, the ENGINEER shall provide project exhibits and attend public meeting to help explain the proposed project to residents. The CITY shall select a suitable location and mail the invitation letters to the affected customers, Prepare and distribute Meeting Notes. On-site Observation • Make up to eighteen (18) site visits at intervals as directed by CITY in order to observe the progress of the work. ■ Such visits and observations by ENGINEER are not intended to be exhaustive or to extend to every aspect of Contractor's work in progress. Observations are to be limited to spot checking, selective measurement, and similar methods of general observation of the Work based on ENGINEER'S exercise of professional judgment. Based on information obtained during such visits and such observations, ENGINEER will evaluate whether Contractor's work is generally proceeding in accordance with the Contract Documents, and ENGINEER will keep CITY informed of the general progress of the Work. • The purpose of ENGINEER'S site visits will be to enable ENGINEER to better carry out the duties and responsibilities specifically assigned in this Agreement to ENGINEER, and to provide CITY a greater degree of confidence that the completed Work will conform in general to the Contract Documents. ENGINEER shall not, during such visits or as a result of such observations of Contractor's work in progress, supervise, direct, or have control over Contractor's work, nor shall ENGINEER have authority over or responsibility for the means, methods, techniques, equipment choice and usage, sequences, schedules, or procedures of construction selected by Contractor, for safety precautions and programs incident to Contractor's work, nor for any failure of Contractor to comply with laws and regulations applicable to Contractor's furnishing and performing the Work. Accordingly, ENGINEER neither guarantees the performance of city of Fort Worth,Texas Attachment A Modified December 14,2D2D Page 17 of 24 ATTACHMENT A DESIGN SERVICE$FOR W8415 PUMP STATION AND W$3 GROUND STORAGE TANK CITY PROJECT NO. 103D10 any Contractor nor assumes responsibility for any Contractor's failure to furnish and perform its work in accordance with the Contract Documents. • Progress Meetings • Attend monthly progress meetings (up to 18). • Shop drawing, samples and other submittals Review • Review up to eighty (80) shop drawings, samples and other submittals submitted by the contractor for general conformance with the design concepts and general compliance with the requirements of the contract for construction. • Such review, approvals or other action will not extend to means, methods, techniques, equipment choice and usage, sequences, schedules, or procedures of construction or to related safety precautions and programs and shall not relieve the Contractor from its responsibility for performance in accordance with the contract for construction, nor is such review a guarantee that the work covered by the shop drawings, samples and submittals is free of errors, inconsistencies or omissions. • Log all shop drawings, samples and other submittals. • Substitutions + Evaluate and determine the acceptability of up to ten (10) substitute or "or-equal" materials proposed by Contractor in accordance with the Contract Documents, but subject to the provisions of applicable standards of the state or the CITY. • Request for information (RFI): • Provide necessary interpretations and clarifications of contract documents, and make recommendations as to the acceptability of the work for up to twenty-five (25) RFI's. FNGINEFR will respond to reasonable and appropriate Contractor requests for information and issue necessary clarifications and interpretations of the Contract Documents to CITY as appropriate to the orderly completion of Contractor's work. Any orders authorizing variations from the Contract Documents will be made by CITY. • Change Orders • provide support for Change Orders as requested by the CITY. Change Order support may include review and recommendations to the CITY for the execution of change orders. • Final PROJECT Walk Through City of Fort Worth,Texas Attachment A Modified December 14,2020 Page 18 of 24 ATTACHMENT A DESIGN SERVICES FOR WSC PUMP STATION AND WSS GR%ND STORAGE TANK CITY PROJECT NO.:103010 • Attend the "Final" PROJECT Part walk through and assist with preparation of final punch list. Attend one (1) final site visit to determine if the completed Work of Contractor is generally in accordance with the Contract Documents. • ENGINEER shall not be responsible for the acts or omissions of any Contractor, or of any of their subcontractors, suppliers, or of any other individual or entity performing or furnishing the Work. ENGINEER shall not have the authority or responsibility to stop the work of any Contractor, ASSUMPTIONS • 25 RFI's are assumed. • 2 Change Orders are assumed IDELIUERABLES A. Public meeting exhibits B. Response to Contractor's Request for Information C. Review of Change Orders D. Shop Drawings Responses E. Final Punch List items City of Fort Worlh,Tom Attachment A Modified December 14,2020 Page 19 of 24 ATTACHMENT A DESIGN$ERWCES FOR Ws4�s PUMP STATION AW WS3 GROUND STORAGE TANK CITY PROJECT NO.:103010 TASK 9. RECORD DRAWINGS. ENGINEER will provide the following for record drawings and project closeout: 9.1 Record Drawings • The ENGINEER shall prepare Record Drawings from information provided by the CITY depicting any changes made to the Final Drawings during construction. The following information shall be provided by the CITY: o As-Built Survey a Red-Line Markups from Contractor o Red-Line Markups from City Inspector o Copies of Approved Change Orders a Approved Substitutions • The ENGINEER shall modify the Final Drawings electronically and shall place a stamp on the plans indicating that they represent Record Drawings of the project as constructed. The stamp shall be signed and dated by the ENGINEER and shall be placed on each plan sheet, whether there are any revisions on the sheet or not. Each sheet shall clearly indicate all changes which apply to that sheet by clouding and numbering, or other suitable means. • The following disclaimer shall be included with the Record Drawing stamp: o These Record Drawings were prepared using information provided by others and represent the as constructed conditions to the extent that documented changes were provided for recording. The ENGINEER assumes no liability for undocumented changes and certifies only that the documented changes are accurately depicted on these drawings. ASSUMPTIONS DELIVERABLES A. PDF Record Drawings files will be uploaded to BIM 360. City of Fort Worth,Texas Attachment A Modtfiod DmTber 14.2020 Fagg 20 of 24 ATTACHMENT DESIGN SERVICES FOR W54l6 HUMP STATION AND WS3 GROUND STORAGE TANK CITY PROJECT NO.:103010 TASK 10. ROWIEASEMENT SERVICES. ENGINEER will support and perform activities related to ROW and land as outlined below, per scoping direction and guidance from the CITY's Project Manager. 10.1. Right-of-Way Research * The ENGINEER shall determine rights-of-way, easements needs for construction of the project. Required temporary and permanent easements will be identified based on available information and recommendations will be made for approval by the CITY. 10,2, Right-of-Way/Easement Preparation and Submittal. • The ENGINEER shall prepare documents to be used to obtain right-of-way and permanent and/or temporary easements required to construct the improvements. • The ENGINEER shall submit the right-of-way and/or easement documents to CITY PM for real property acquisition • The documentation shall be provided in conformance with the checklists and templates available on the CITY's BIM 360 site. 10.3. Temporary Right of Entry Preparation and Submittal • prior to construction, the ENGINEER shall prepare and submit Temporary Right of Entry documents for landowners to CITY PM for real property acquisition. It is assumed that letters will only be required for land owners adjacent to temporary construction easements or who are directly affected by the project and no easement is required to enter their property. lb The documentation shall be provided in conformance with the checklists and templates available on the CITY's BIM 360 site. ASSUMPTIONS • 4 Easements or right-of-way documents will be necessary. 2 Temporary right-of-entry documents will be necessary. • Right-of-Way research and mapping includes review of property/right-of-way records based on current internet based Tarrant Appraisal District (TAD) information available at the start of the project and available on-ground property information (i.e. iron rods, fences, stakes, etc.). It does not include effort for chain of title research, parent track research, additional research for easements not included in the TAD, right-of-way takings, easement vacations and abandonments, right-of-way vacations, and street closures. DELIVERABLES A. Easement exhibits and meets and bounds provided on CITY forms. B. Temporary Right of Entry Letters City of Fort Worth.Texas Attachment A Modified December 14,2020 Page 21 of 24 ATTACHMENT DESIGN 5EWCES FOR W$415 PUMP STATION AND WS3 GROUND STORAGF TANK CITY PROJECT NO.:103010 TASK 11. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES. ENGINEER will provide survey support as follows, 11.1. Design Survey ENGINEER will perform field surveys for off-site topographic information to collect horizontal and vertical elevations and other information needed by ENGINEER in design and preparation of plans for the project_ Information gathered during the survey shall include topographic data, elevations of all sanitary and adjacent storm sewers, rimlinvert elevations, location of buried utilities, structures, trees (measure caliper, identify overall canopy, and have qualified arborist identify species of trees), and other features relevant to the final plan sheets. Existing drainage at intersections will be verified by field surveys. Spot elevations will be shown on intersection layouts with cross slope to fit intersecting grade lines. • The minimum survey information to be provided on the plans shall include the following: A Project Control Sheet, showing ALL Control Points, used or set while gathering data. Generally on a scale of not less than 1,400: The following information about each Control Point; a. Identified (Existing. CITY Monument#8901, PK Nail, 5I8" Iron Rod) b. X, Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on CITY Datum only. C. descriptive Location (Ex. Set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). - Coordinates on all P.C,'s, P,T,'s, P.I.'s, Manholes, Valves, etc., in the same coordinate system, as the Control. - No less than two horizontal bench marks, per line or location. - Bearings given on all proposed centerlines, or baselines. - Station equations relating utilities to paving, when appropriate. 11.2 Subsurface Utility Engineering (SUE): • The SUE shall be performed in accordance with CIIASCE 38-02. * Four different levels of SUE are identified. The following is a description of each level of SIDE used on this project. * Level D o Level C City of Fort Worth,Texas Attachment A Modified December 14,2020 Page 22 of 24 ATTACHMENT A DESIGN SERVICES FOR WS415 PUTAP STATION AND W83 GROUND STORAGE TANK CITY PROJECT NO.:103DIO • Field locate and obtain horizontal position of visible utility surface features for all of the utility systems described within Level D. a Level B • Indicate by marking with paint, the presence and approximate horizontal location of subsurface utilities using geophysical prospecting techniques, including electromagnetic, sonic, and acoustical techniques. * Approximately 500 feet of a variety of existing utilities is identified for Level B location. o Level A « Location (Test Hole) Services: Locating the horizontal and vertical position of the utility by excavating a test hole using vacuum excavation techniques and equipment. In performing locating (test hole) services ENGINEER will: o Excavate up to 5 test holes to expose the utility to be measured in such a manner that insures the safety of the excavation and the integrity of the utility to be measured. Excavations will be performed using specially developed vacuum excavation equipment that is non- destructive to existing facilities. If contaminated soils are discovered during the excavation process, the LNGINEER will notify the CITY. a Obtain x,y and Z information at each test hole. ASSUMPTIONS • Topographic survey at intersections will include no more than 100 ft. in each direction. DELIVERABLES A. Test Hole Summary Sheet. City of Fort worth,Texas Attachment A Modifled December 14,20211 Page 23 of 24 ATTACHMENT A DESIGN SERVICES FOR WS415 PUMP STATION AND W33 GROUND STORAGE TANK CITY PROJECT NO.:103010 ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existina Scope of Services CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above. However, ENGINEER can provide these services, if needed, upon the CITY's written request. Any additional amounts paid to the ENGINEER as a result of any material change to the Scope of the Project shall be agreed upon in writing by both parties before the services are performed. These additional services include the following: • Negotiation of easements or property acquisition including temporary right-of-entries. o Services related to development of the CITY's project financing and/or budget. Services related to disputes over pre-qualification, bid protests, bid rejection and re- bidding of the contract for construction. • Construction management and inspection services + Performance of materials testing or specialty testing services. • Services necessary due to the default of the Contractor. • Services related to damages caused by fire, flood, earthquake or other acts of God. • Services related to warranty claims, enforcement and inspection after final completion. • Services related to submitting for permits (ie.TxDOT, railroad, etc...} • Services related to Survey Construction Staking • Services related to acquiring real property including but not limited to easements, right- of-way, and/or temporary right-of-entries. • Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. + Performance of miscellaneous and supplemental services related to the project as requested by the CITY. 011V of Fort worth.Texas Attachment A Modified December 14.2020 Pege 24 of 24 ATTACHMENT B COMPENSATION Design Services for WS415 PUMP STATION AND WS3 GROUND STORAGE TANK City Project No. 103010 Time and Materials with Rate Schedule Project I. Compensation A. The ENGINEER shall be compensated for personnel time, non-labor expenses, and subcontract expenses in performing services enumerated in Attachment A as follows: i. Personnel Time. Personnel time shall be compensated based upon hours worked directly in per-forming the PROJECT multiplied by the appropriate Labor Category Rate for the ENGINEER's team member performing the work. Labor Category as presented in the rate schedule table below is the rate for each labor category performing the work and includes all direct salaries, overhead, and profit. Labor Category Rate $/hour Analyst $115 - $185 Professional $165 - $215 Senior Professional 1 $185 - $260 Senior Professional 11 $250 -$275 Senior Technical Support $120 - $200 Support Staff $85 - $125 Technical Support $75 - $105 ii. Non-Labor Expenses. Non-labor expenses shall be reimbursed as Direct Expenses at invoice or internal office cost. 4.6% will be added to each invoice to cover certain other internal office cost expenses as to these tasks, such as in-house duplicating, local mileage, telephone calls, facsimiles, postage, and word processing. Direct Expenses (non-labor) include, but are not limited to, mileage, travel and lodging expenses, mail, supplies, printing and reproduction services, other direct expenses associated with delivery of the work; plus applicable sales, use, value added, business transfer, gross receipts, or other similar taxes. Direct reimbursable expenses such as express delivery services, fees, travel, and other direct expenses will be billed at 1.10 times the cost. iii. Subcontract Expenses. Subcontract expenses and outside services shall be reimbursed at cost to ENGINLLR plus a markup of ten percent (10%). iv. Budgets. ENGINEER will make reasonable efforts to complete the work within the budget indicated in Exhibit B-1, and will keep the City informed of progress toward that end so that the budget or work effort can be adjusted if found necessary. ATTACHMENT B COMPENSATION ENGINEER is not obligated to incur costs beyond the indicated budgets, as may be adjusted, nor is the City obligated to pay ENGINEER beyond these limits. If ENGINEER projects, in the course of providing the necessary services, that the PROJECT cost presented in Article 2 of this Agreement will be exceeded, whether by change in scope of the project, increased costs or other conditions, the ENGINEER shall immediately report such fact to the City and, if so instructed by the City, shall suspend all work hereunder. When any budget has been increased, ENGINEER's excess costs expended prior to such increase will be allowable to the same extent as if such costs had been incurred after the approved increase. B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. I[. Method of payment A, The ENGINEER shall be paid by the City based upon an invoice created on the basis of statements prepared from the books and records of account of the ENGINEER, based on the actual hours and costs expended by the ENGINEER in performing the work. B. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. C. ENGINEER shall prepare and submit invoices in the format and Including content as presented in Exhibit B-2. D. Payment of invoices will be subject to certification by the City that such worm has been performed. III. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Water Department monthly progress reports and schedules in the format required by the City. ATTACHMENT B COMPENSATION IV. Surnmary of Total Project Fees Firm j Primary Responsibility Total Fee Prime Consultant Kimley-Horn and Associates, Civil Design, Structural Design, Bidding $008,164 73.0% Inc. and Construction Phase Services Proposed SBE Sub-Consultants Gupta &Associates, Inc, Electrical Engineering $273,140 22.0% CMJ Engineering, Inc. Geotechnical Engineering $14,500 1.1% Nan-SBE Consultants Dennehy Architects, Inc. Architectural Design Services $25,000 2.0% Accessology Tao, LLC TDLR Inspection Services $2,000 0.2% Yazel, Peebles and Associates, Survey Services $10,000 0.8% Inc. The Rios Group, Inc. Subsurface Utility Engineering $10,000 0.8% TOTAL $1,242,804 100% Project Number& Name Total Fee MBEISIBE Fee MBE/SBE % WS4/5 Pump Station and WS3 Ground Storage Tank $1 242,804 $287,640 23.1% City SBE Goal = 10% Consultant Committed Goal = 23.1 % N n a O b O IG b O P P P O F ry @ M M_ R �G �➢ tO N V P LO 3 P d N w a ���ga of c cq N M L Y M MM N P d N N r! C N o n Q x V VI U O N a W w y i w a ul 6 b b O O N P W en e9 O d d O NW N W w N H N [V h C Q Lu Q u o u m Ei o m x uJm [n0 W m F D a o 0 o N 2 0 Fa mIn Nm F N F � d ti C m U+ N N M G M O N N P N bb ° ❑ M � w W a 2 7 a b O b O P P P a a b b O N !Il g � N M O � V irP1 H W � ✓� i4L l toLo {Q F O b O b O P O P 6 a b � J ❑ M � iA H N � NM ~ V! � � M m Z _ m o a w LU u7 ❑ '+� •��' W pp ppff W C O f a w S O� M d a eo a a a o o a o Nv d o u� d d P a C N N � 2 m N C u d N E O y V+ E ]. ❑ � O� m N N m n rn oLoa E _ fL o T N N a �0N y [] 0 R M d as -viva o a a a w ° m ° ; @ «. & A k § / 2 � ) � ) § $ ) &/ 70 ) ) 2 )\ � f t J < b LU 2 2< ` o -i § � k ¢ / f \ ! « I cC C § ¢ f o 2 & 0 IS ° ° u a ® o < 0 k , m 2f = .. § Aco �0 U- } \ c ƒ r = f J � � { EE 2 ■ m � � � i I k a � $ e { j & § R � 2 / kww * m � & {7u ; + \ o� co / fvEEa0 z / OL IL/ \ 3 0>0. m f2) } E Ix 0 \� �) ! | 0 ] ! £ !� o < 0 2 o , & 3 \ L L \ ■ � k� = [ � !) x } \ 2 (\ƒ & f i! a {\ e mme o m z .a 7 �|� �� |g % \9 ] e - !«. \ 2 2 - - 0 {k)) / �cr/ k E% § £ 2 / (L/ $ 0LO t ! ! ,-- 0 n w� ; ) aR kk t\ ! z� a lZ � # 2 -,000 z 3f/irr/ / § ` n w k } \ \ \ \ 00 [ \ § § § \ § ( ) }� 9 � § 2 XI7 a9 � Ln ) f f | } ° - } w , § - kk § 2 ( - !f - k\ � . � � jL \2# ;a3 v, , = ; g .A § IT - k� /2 !�»3 �Zaal2 a2 ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for 1NS415 PUMP STATION AND WS3 GROUND STORAGE TANK City Project No. 103010 No modifications to the Standard Agreement are necessary for this project. I I City of Fart Worth,Texas Attachment C PMO Release Date,05.10,2010 Page I of I 0 LU X N a a F V LU 7 ryry � 8 a Y Z a N O M � NCL z h r N u li li IL li li li w LL LL LL W W LL LL 4 Y. ❑ IC r z WliX M W W ❑ ' a n IF ST QQ77 ryq+ � •N P � c� � N x el a �c' �i '� # � 2L � � � � y � �(£7{' •� 6 u u w 0 c N m .Y R ¢ N df r a` a' z r ❑ ii $ � c� � s ❑ c7 i3 — f i� ¢ m m' ii _� ❑ .- ry w Y m § A -j :3 f3 � \ k L) LU § rl z } « e � uj k ! ! # Q kla2 - e � ® a z D 0 § 0 Coe; z - r | @ a e m « k � , . a � k / $ $ ) [ ` G � � a � � / if ) / ) ! J ) ` ` ! � w � B B % k j \ 2 ƒ ! f ! « « t ! « ! ! f / . - . . , , , � ; ■ , ) k ( @ , R R R k ■ ■ ; ; , « ; ; , , , ■ G ; ; ; a ; Ms -- m \ I■ £a ATTACHMENT E WS4/5 PUMP STATION AND WS3 GROUND STORAGE TANK PROPOSED SITE ��'� „ �`,� ` f ����• J IF # IH :'.30 l ', CAW iBO.YV • . ILT �`�t� t� �, ,t��E I'ia��•;`L�Sr,�"'&�4��Y�y�}`"� �'-�;i;;;++1 ? 4 ��I�,��}��i • ;yL r c + y I yygyr yyN, . i�Ie.�yi^1(fA Ni 1j/ r� l.:i y4r 1j 0.•, y titi Y r� p j{ U.9 A CiiY r a tir z L" J� 4 �R�z41 P s '� I e n e rk. A^ fm .•>r 4 +. •ram',',:' ,• _��R�({/,I, A ,:�• Z ��'fqq � i -!•! �'�45.t �" ffylti, • �'+ e ''' � L� '".r +'i " { 5, „rroK 4 ��� �� I , 'n F �( 11 �"n di. t�'I' i �5: , j3 i ♦ h�+•Mr ' ,.,i. � ek^ � � ,� '�,+�•� .�."w �'!ii ri� 2',}^ K, �� 7 �� +•, 4 w�y°''K, 1 h��4 r 1 'yaO+,� l '.r,yh;t � '.Q l: '�.lr ,.1� .r� , .vr,•-,'�"1r� �,�1 :A.I� ��F.:leiti� •C:.�'4�+i� r✓n'',c q A.k� '�t`y^.- y��F,�" t�'s. .r„�'h��" . �: rt , : 'y„� +s•rs M+ 'W'.�, •-v'•'i•� r-e '� ..' , „�•',...'' s .er�'i�.�:. f r }"f f r �.--.5„J' .r i�r�^�4r� �/�' fi✓' ��=1n� �.b Ap+l l'.+ i��' w, <M'�;L .r ,�, a ,r � yp� i � � •�"' i; ;i �` �'�,q 'n w i S` 4 Sti}"3 y Q� +� .Ai�+�r��,� 1+� i};y}���+r�r�,+ i �,; , �,,r, r � , ��,•r'.y ;}�,,,• � 7 ,.ti '1'.i,_i;.° �•'.Vti��i. f•,'%^,f��,.:� ter»- � . ki t� .i s!r' .lshlr` t !�}, ` ,,f� '^rti;', w��)�`'^,�ti•,•':1���, � � r ,i.. �.,1 � V •'i i+ { .r � � V Pj ki� V 1�sy ��yF 11 r , r�� . '4N o It PROPOSED WS4/5 PUMP STATION AND WS3 GROUND STORAGE TANK ,•;i; r� f J _I A r r3 ALE'DO F?D, ION ;,. City of Fart Worth, Texas Mayor and Council Communication DATE; 01/12/21 M&C FILE NUMBER: M&C 21-0059 LOG NAME: 6OWSIIIGSTAN❑W81VWSBPS-KHA SUBJECT (CD 3)Authorize Execution of an Engineering Agreement with Kimley-Horn and Associates,Inc.in the Amount of$1,242,804.00 for the Design of the Westside III Ground Storage Tank and Westside 1V and V Pump Station,Provide for Project Costs for a Total of$1,556,929.00,and Adopt Appropriation Ordinances RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of an engineering agreement with Kimley-Horn and Associates,Inc.in the amount of$1,242,804.00 for the Westside III Ground Storage Tank and Westside IV and V Pump Station; 2, Adopt the attached appropriation ordinance increasing receipts and appropriations in the Water Impact Fee Fund in the amount of $1,556,929.00 from available funds for the purpose of transferring funds from the Water/Wastewater Wholesale Impact Fees and WaterlWastewater Retail Impact Fee projects(City Project Nos.B20004 and B20005)to the Westside III Ground Storage Tank and Westside IV and V Pump Station Project(City Project No. 103010);and 3. Adopt the attached appropriation ordinance increasing receipts and appropriations in the Water Impact Fee Fund in the amount of $1,556,929.00,transferred from within the Water Impact Fee Fund,to the Westside III Ground Storage Tank and Westside IV and V Pump Station project(City Project No. 103010). DISCUSSION: This Mayor and Council Communication is to authorize the preparation of plans and specifications for the construction of Westside III Ground Storage Tank and Westside IV and Westside V Pump Station. Growth within west Fort Worth and its Extra Territorial Jurisdiction(ETJ)requires continuous improvements to the water distribution system in order to provide and maintain reliable water service to existing and proposed developments within the Westside III, IV,and V pressure planes.The ground storage tank will provide additional storage capacity in the Westside III pressure plane while the pump stations will provide additional pumping capacity. Kimley-Horn and Associates, Inc.proposes to provide all the necessary design and construction administration services for a fee of $1,242,804,00,Staff considers the proposed fee to be fair and reasonable for the scope of services proposed. In additions to the contract amount,$314,125.00 is required for project management,real property acquisitions,and utility coordination.This project will have no impact on the Water Department Operating budget when complete. Fund Existing Additional Project Total" Appropriations Appropriations Water Impact Fee- $0.00 $1,556,029.00$1,556,929.00 Fund 56003 _ Project Total $0.00 $1,556,929.Oo$1,556,t329.00 "Numbers rounded for presentatlon, MANBE OFFICE: Kimley-Horn and Associates, Inc.is in compliance with the City's BIDE Ordinance by committing to 23 percent SBE participation on this project.The Clty's SBE goal on this project is 10 percent. The project Is located in COUNCIL DISTRICT 3. FISCAL INFORM tQN/CERTIFIC,ATI.O. The Director of Finance certifies that funds are available in the WN1M1 Wholesale Impact Fees and WANW Retail Impact Fees projects within the Water Impact Fee Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinances,funds will be available in the Water Impact Fee Fund for the WS III GST&WS IVA/Pump Sta.project to support the approval of the above recommendations and execution of an engineering agreement.Priorto an expenditure being incurred,the Water Department has the responsibility to verify the availability of funds. Submitted for City Manager's Office try; Dana Burghdoff 8018 Originating Business unit Head: Chris Harder 5424 Additional Information Contact: Farida Gode ya 8214 g 5a LU " 3LL LLI ? g 'cV