Loading...
HomeMy WebLinkAboutContract 55971 CSC No.55971 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 IV Elevated Storage Tank and 36-inch Water Transmission Main. Article I Scope of Services The Scope of Services is set forth in Attachment A. Negotiated changes to this Agreement, if any, are included in Attachment C. Article II Compensation The ENGINEER's compensation shall be in the amount up to $1,370,265.00 as set forth in Attachment B. Payment shall be considered full compensation for all labor (including all benefits, overhead and markups), materials, supplies, and equipment necessary to complete the Services. Engineer shall provide monthly invoices to City. 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. Payments for services rendered shall be made in accordance with the Texas Prompt Payment Act (Texas Government Code Ch. 2251), Acceptance by Engineer of said payment shall release City from all claims or liabilities under this Agreement for anything related to, performed, or furnished in connection with the Services for which payment is made, including any act or omission of City in connection with such Services. Article III Term Time is of the essence. Unless otherwise terminated pursuant to Article Vl. 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 pursuant to the schedule, whichever occurs first. Unless specifically otherwise amended, the original term shall not exceed five years from the original effective date: City of Fart Worth,Texas Standard Agreement for Engineering Related design Services OFFICIAL RECORD Revised date:May 7,2021 Page 1 of 14 CITY SECRETARY FT. WORTH, TX Article IV Obligations of the Engineer 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 under the same or similar circumstances and professional license; and (2) as expeditiously as is prudent considering the ordinary professional skill and care of a competent engineer. C. Subsurface Investigations (1) The ENGINEER shall advise the CITY with regard to the necessity for subcontract work such as special surveys, tests, test borings, or other subsurface investigations in connection with design and engineering work to be performed hereunder. The ENGINEER shall also advise the CITY concerning the results of same. Such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise specified in Attachment A. (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. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:May 7,2021 Page 2 of 14 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 (`I) 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 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. City of Fort Worth,Texas Standard Agreement for Engineering Related Dessgn Services Revised©ate:May 7.2021 Page 3 of 14 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 of 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 no 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. City of Port Wortlr,Texas Standard Agreement for Engineering Related Design Services Revised Date:May 7,2021 Page 4 of 14 I. Business Equity Participation City has goals for the full and equitable participation of minority business and/or women business enterprises in City contracts greater than $100,000. In accordance with the City's Business Equity Ordinance (Ordinance No. 24535-11-2020 as codified in Chapter 20, Article X of the City's Code of Ordinances, as amended, and any relevant policy or guidance documents), the City has goals for the full and equitable participation of minority business and/or women business enterprises in City contracts greater than $100,000. Engineer acknowledges the MBE and WBE goals established for this contract and its execution of this Agreement is Engineer's written commitment to meet the prescribed MBE and WBE participation goals. Any misrepresentation of facts (other than a negligent misrepresentation)and/or the commission of fraud by the Engineer may result in the termination of this Agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. J. Right to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of five (5) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the ENGINEER involving transactions relating to this contract. ENGINEER agrees that the CITY shall have access during normal working hours to all necessary ENGINEER facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The CITY shall give ENGINEER reasonable advance notice of intended audits. (2) ENGINEER further agrees to include in all its subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shall, until the expiration of five (5) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subconsultant, involving transactions to the subcontract, and further, that the CITY shall have access during normal working hours to all subconsultant facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with subsection (3) hereof. CITY shall give subconsultant reasonable advance notice of intended audits. (3) ENGINEER and subconsultant agree to reproduce such documents as may be requested by the CITY. The CITY agrees to reimburse ENGINEER forthe cost of hard copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:May 7,2021 Page 5 of 14 K. INSURANCE Engineer shall not commence work under this Agreement until it has obtained all insurance required under Attachment 1= and City has approved such 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 properly 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 andlor current engineering practice standards which the ENGINEER should have been aware of at the time this Agreement was executed, the ENGINEER shall revise plans and specifications, as required, at its own cost and expense. However, if design changes are required due to the changes in the permitting authorities' published design criteria and/or practice standards criteria which are published after the date of this Agreement which the ENGINEER could not have been reasonably aware of, the ENGINEER shall notify the CITY of such changes and an adjustment in compensation will be made through an amendment to this AGREEMENT. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised RaW May 7,2021 Page 6 of 14 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 A. City-Furnished Data ENGINEER may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. B. Access to Facilities and Property The CITY will make its facilities accessible to the ENGINEER as required for the ENGINEER's performance of its services, The CITY will perform, at no cost to the ENGINEER, such tests of equipment, machinery, pipelines, and other components of the CITY's facilities as may be required in connection with the ENGINEER's services.The CITY will be responsible for all acts of the CITY's personnel. C. Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights-of-way, and access necessary for the ENGINEER's services or PROJECT construction. D. Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, and other documents, obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule prepared in accordance with Attachment D. E. Prompt Notice 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. City of Fart Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:May 7,2021 Page 7 of 14 E. 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 The CITY agrees to include in all construction contracts the provisions of Article IV.E. regarding the ENGINEER's Personnel at the construction site, and provisions providing for contractor indemnification of the CITY and the ENGINEER for contractor's negligence. H. Contractor Claims and Third-Party Beneficiaries (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain no direct action against the ENGINEER, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the CITY will be the beneficiary of any undertaking by the ENGINEER." (2) This AGREEMENT gives no rights or benefits to anyone other than the CITY and the ENGINEER and there are no third-party beneficiaries. (3) The CITY will include in each agreement it enters into with any other entity 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. City of Fort Worth,Texas Standard Agreement For Engineering Related design Services Revised pate:May 7,2021 Page 8 of 14 1. 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, J. Changes The CITY may make or approve changes within the general Scope of Services in this AGREEMENT, If such changes affect the ENGINEER's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT with appropriate CITY approval. Article VI General Legal Provisions 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 Majeure CITY and ENGINEER shall exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but shall not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control, including, but not limited to: acts of the public enemy, fires, strikes, lockouts, natural disasters, epidemics/pandemics, wars, riots, material or labor restrictions by any governmental authority and/or any other similar causes. City of Fort Worth,Texas Standard Agreement for Engineering Related Design Servloes Revised Date:May 7,2021 Page 9 of 14 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) If this AGREEMENT is terminated for the convenience of the City, the ENGINEER will be paid for termination expenses as follows: a.) Reasonable cost of reproduction or electronic storage of partial or complete studies, plans, specifications or other forms of ENGINEER'S work product; b.) The reasonable 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 projected termination expenses. The CITY'S approval shall 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. P. Indemnification 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 City of Fort Worth,Texas Standard Agreement for Engineering Related Design Services Revised pate:May 7,2021 Page 10 of 14 is entitled to recover its reasonable attorney's fees in proportion to the ENGINEER's liability. G. Assignment ENGINEER shall not assign all or any part of this AGREEMENT without the prior written consent of CITY. 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, Texas. L 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.l=., VI.B., VI.D., VI.F., VI.H., and VLI. 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. Contract Construction/No Waiver The parties acknowledge that each Party and, if it so chooses, its counsel, have reviewed and revised Agreement and that the normal rule of contract construction, to the effect that any ambiguities are to be resolved against the drafting party, must not be employed in the interpretation of Agreement or any amendments or exhibits hereto. The failure of CITY or ENGINEER to insist upon the performance of any term or provision of this Agreement City of Port Worth.Texas Standard Agreement for Engineering Related Design Services Revised Data:May 7,2021 Page 11 of 14 or to exercise any right granted herein shall not constitute a waiver of CITY's or ENGINEER's respective right to insist upon appropriate performance or to assert any such right on any future occasion. L. Immigration Nationality Act ENGINEER shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-J). Upon request by CITY, ENGINEER shall provide CITY with copies of all I-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 INDEMNIFY 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. M. Prohibition On Contracts With Companies Boycotting Israel ENGINEER acknowledges that in accordance with Chapter 2271 of the 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 term of the contract. City of Fort Worth,Texas Standard Agreement for Engineering Reiated Design Services Revised Dale:May 7,2021 Page 12 of 14 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 pall of this AGREEMENT: Attachment A- Scope of Services Attachment B T Compensation Attachment C -Amendments to Standard Agreement for Engineering Services Attachment D - Project Schedule Attachment E - Location Map Attachment E-.. Insurance Requirements City of tort Worth,Texas Standard Agreement for Engineering Related Design Services Revised Date:May 7,2021 Page 13 of 14 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 Kimley-Horn and Associates, Inc. batrc�B�Ali7a�F Dana Burghd off(Jdl 7,2021 1:20 CDT) - Dana Burghdoff Assistant City Manager Glenn A. Gary, RE Jul 7,2021 Senior Vice President Date: _ ^ Date: rJ — APPROVAL RECOMMENDED: CGLVI,4LGLgL 1`fal-dgl Christo pherH rder(Ju11,202117:16 CDT) BT Chris 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. Fan a Goderya, P.E. Project Manager APPROVED AS TO FORM AND LEGALITY Wax, Y- B Black(Ju17,202110:23 CDT)Doug Black Senior Assistant City Attorney d�44�n��� Form 1295 No. 2021-760690 ATTEST: .d a �� oFORr�oa0 a d c ��-. Ronald Gonzales 0�jp 0 0. M&C No.: 21-0482 Acting City Secretary 0 d O O O O O �o °�ooOpp00o a M&C Date: June 22, 2021 City of Fora Worth,Texas OFFICIAL RECORD Standard Agreement for Engineering Related Design Services Page 14 of 14 Revised Date:May 7,zozl CITY SECRETARY FT. WORTH, TX ATTACHMENT DESIGN SERVICES FOR WESTSME IV EST ANDTRANSMISSION MAIN CITY PROJECT NO.:103292 ATTACHMENT A Scope for Engineering Design Related Services for Water Improvements DESIGN SERVICES FOR WESTSIDE IV ELEVATED STORAGE TANK AND TRANSMISSION MAIN CITY PROJECT NO.. 103292 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. OBJECTIVES Design project consists of a 1.0 MG Elevated Storage Tank(EST) and 36-inch water transmission main. The EST site has not been determined but is planned to be located generally south and west of the intersection of Markum Ranch Road and Aledo Road on the Veale Ranch property. The transmission main design will commence at the proposed Westside IVN Pump Station located near the intersection of I-20 and Markum Ranch Road. The transmission main will terminate at the proposed WSIV EST and is assumed to be 15,000 to 18,000 linear feet of 36-inch main. It is assumed that the EST and Transmission Main will be bid separately as two separate construction contracts. WORK TO BE PERFORMED Task 1 Design Management Task 2A Westside IV Elevated Storage Tank(EST)Site Selection Task 213 Westside IV Transmission Main Alignment Study Task 2C Conceptual Design and Preliminary Design Report—Elevated Storage Tank Task 2D Conceptual Design--Transmission Main Task 3A. 60% Design—Elevated Storage Tank Task 3B. 60% Design—Transmission Main Task 4A Final Design--Elevated Storage Tank Task 4B Final Design—Transmission Main Task 5A Bid Phase Services--Elevated Storage Tank Task 513 Bid Phase Services—Transmission Main Task 6A Construction Phase Services—Elevated Storage Tank Task 6B Construction Phase Services—Transmission Main Task 7 ROW/Easement Services Task 8 Survey and Subsurface Utility Engineering Services Task 9 Permitting City of Fort Math,Texas AttachmentA PMd Release Date 07.23.2012 Page 1 of 31 ATTACHMENT DESIGN SERVICES FOR WESTSIUE IV EST ANDTRANSM66ION MAIN CITY PROJECT NO.:103292 TASK 1. DESIGN MANAGEMENT. ENGINEER shall make 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 • Confirm 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 kickofflchartering 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 design phase • 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 MfWBE 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 • 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 authorities to obtain approval of the designs, and make changes necessary to meet their requirements,as part of the design scope. city of Fort worth.Texas AftachmentA PMO Release Date 07.23.20i 2 Page 2 of 31 ATTACHMENT A DESIGN SERVICES FOR WESTSIDE IV EST ANDTRANSMISSION MAIN CITY PROJECT NO.:103292 • Personnel and Vehicle Identification: When conducting site visits to the project location,the ENGINEER or any of its sub-consultants shall carry readily visible information identifying the name of the company and the company representative. ASSUMPTIONS • Eighteen(18) MWBE reports will be prepared • Eighteen(18) meetings with city staff • Eighteen(18)monthly invoices • Eighteen(18)monthly water department progress reports will be prepared • Eighteen(18)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 TASK 2A WESTSIDE IV EST SITE SELECTION 2A.1 EST Site Selection 2A.1.1 Site Feasibility Evaluation It is ENGINEER's understanding that the City desires to purchase an approximately 1-acre site for a future EST to serve the Westside IV Pressure Plane as well as an access/transmission main easement to serve the EST site. ENGINEER will coordinate with Veale Ranch development representatives to coordinate a site location to meet the City's hydraulic needs to serve the pressure plane. As part of this task, subconsultants for the ENGINEER will perform boundary/topographic survey of the property, preliminary geotechnical investigation report, and an environmental site assessment. A. Boundary/Topographic Survey: ENGINEER's subconsultant will perform boundary survey on an approximately 960-acre parent tract of land and establish an approximately 1-acre tract of land for boundary and topographical survey. Research will include obtaining copies of City of Fort'Abrth,Texas AttachmentA PMQ Release pate:67,23.20112 Page 3 of 31 ATTACHMENT A DESIGN SERVICES FOR WESTSIOE IV EST ANI)TRANSMISSION MAIN CITY PROJECT NO.,10=2 deeds and plats for the parent tract of land and all adjoining properties and right-of-way. B. Preliminary Geotechnical Investigation: ENGINEER's subconsultant will perform up to two(2) preliminary soil borings at a depth of 60' each to determine preliminary site soil conditions and how they will affect the tank design. A preliminary letter report will be provided summarizing the findings. C. Environmental Assessment: ENGINEER's subconsultant will preparation of an environmental site review to determine possible impacts from past history of operations on the site. Services forthis task will include review of the available physical data sources(e.g. topographic maps, soil survey, geologic references,hydrogeology, etc.) and available historical records to evaluate previous operations at the site. This task will include reconnaissance of the site and surrounding area and interviews with persons familiar with the Site. This task will include contacting regulatory agencies to determine environmental status of the site and will also include research into past oil/gas practices at the facility. The summary of findings will be presented in an environmental site report. D. Static Hydraulic Evaluation: The Engineer will review the elevation of the site based upon available LiDAR to determine the feasibility of serving the intended water pressure plane. Tank height and length of water line required to serve the site will be reviewed and included in the summary of findings. The analysis will include an overflow elevation of 1065 feetwith a total tank height near 120 feet. Site Feasibility Report: Once survey,geotechnical, environmental, and hydraulic evaluation services are complete,the ENGINEER will review and compile the information for presentation to the CITY in a summary letter report. In addition, the ENGINEER will prepare a concept-level site plan layout for the site to outline tank location and site access. The site plan will be prepared on an 11"x17" size plan sheet and be included in a letter summary of findings describing the site and potential impacts. Opinion of Probable Construction Cost (OPCC): The ENGINEER will prepare a conceptual opinion of probable construction cost for the EST site. The ENGINEER has no control over the cost of labor, materials, equipment, or over the Contractor's methods of determining prices or over competitive bidding or market conditions. Opinions of probable costs provided herein are based on the information known to ENGINEER at this time and represent only the ENGINEER's judgment as a design professional familiar with the construction industry.The ENGINEER cannot and does not guarantee that proposals, bids,or actual construction costs will not vary from its opinions of probable costs. City of Fort Worth,Texas AttachmentA PMo Release Date 07.23.2012 Page 4 of$1 ATTACHMENT A DESIGN SERVICES FOR WESTSIDE IV EST AND TRANSMISSION MAIN CITY PROJECT NO,:103292 ASSUMPTIONS ® EST site size of approximately 1-acre Up to three (3) Site Alternatives will be evaluated Two(2) review meetings with City staff DELIVERABLES A. One(1) PDF copy and two (2) hard copies of the Site Feasibility Report with OPCC 2A.1.2Pro perty/Easement Appraisals The CITY understands that the ENGINEER is not licensed to provide real estate services. For the convenience of the CITY,the ENGINEER will subcontract with a firm referred to as the ENGINEER'S APPRAISER. The ENGINEER will receive no fee for these services. A. Parcel/Easement Instrument Preparation 1. The ENGINEER will survey and prepare legal descriptions and easement/right-of-way instruments on the parcels to be acquired. ENGINEER will prepare acquisition documents and submit to the CITYfor review.A copy of the documents will be provided to the ENGINEER's APPRAISER to use. Legal descriptions and acquisition documents will be prepared in accordance with the CITY's requirements for up to six(6) parcels: i. One(1) parcel for the EST ii. Three(3) parcels for the transmission main iii. Two(2) parcels for access to the EST site. Document preparation in excess of six(6) parcels will be Additional Services. B. Appraisals I. The ENGINEER's APPRAISER will provide appraisals for six(6) parcels. Appraisals will be approved by the CITY prior to negotiations with the property owners.The appraisals will be prepared by State Certified Appraisers in accordance with the Uniform Standards of Professional Appraisal Practice (USPAP). The appraisals will be suitable for use in condemnation proceedings,if necessary. C Ity of Fort Mrth,Texas AttachmentA PMO Release Cate 07.23.2012 Page 5 of 31 ATTACHMENT A DESIGN SERVICES FOR WESTSI©E IV EST ANOTRANWISSfON MAIN CITY PROJECT NO.:103292 C. Assumptions 1. Easement Acquisition services will be provided by the City. D. Deliverables 1. Six (6) parcel/easement instruments 2, Appraisal information for six(6) parcels 2A.1.3 Platting ENGINEER will attend a Preliminary Development Committee(PDC) meeting on behalf of the CITY to determine platting requirements. ENGINEER's subconsultant will prepare a boundary survey Plat for the EST site for submittal to the City of Fort Worth Planning Department and address comments received upon review by the CITY. The boundary survey shall also include the area of the site,the scaled location of the flood hazard area from FIRM,the area of the remainder of the parent tract of land,the name of the CITY of the parent tract, a legal description of 8.5"x 11"paper and any recorded easements and easements of record. ENGINEERwill prepare existing and proposed drainage calculations and drainage area map to satisfy Tarrant County and City's iSWM requirements. It is assumed that the EST site will be located within the ETJ of the City of Fort Worth. Should the site be located within Fort Worth City Limits, additional platting services such as grading permit and zoning services will be required to be performed as part of Additional Services. TASK 2B WESTSIDE IV TRANSMISSION MAIN ALIGNMENT STUDY 213.2 Alignment Study 213.2.1 Alignment Study and Report The ENGINEER will perform a routing and alignment study for the proposed water transmission main between the Westside IVN(Markum Ranch) Pump Station Site and the proposed Westside IV EST. The study will be based upon the information obtained fromthe existing data provided by the CITY and other Data Collection tasks. The ENGINEER will conduct a routing study for the alignment including up to three (3) possible routes. In the ENGINEER'S evaluation of the routes,the following project elements will be considered: • Probable construction cost • Environmental Impact and Permitting • Accessibility for maintenance City of Fort Mrth,Texas AttachmentA PMo Release©ate'07.23.2012 Page6of31 ATTACHMENT A DESIGN SERVICES rO R WESTSIOE IV CST ANOTRANSMISSION MAIN CITY PROJECT NO.:103292 • Easement/right-of-way requirements q • Routing impacts on corrosion protection systems • Geologic/topographic considerations • Utility conflicts • Constructability and Construction Type • Project schedule • Input obtained from Stakeholders The ENGINEER will prepare an alignment exhibit for each route. Theexhibitwill contain: the proposed and recommended alignments of the proposed water transmission main, approximate property boundaries, proposed easements, significant routing features along the proposed routes. The exhibit will be prepared with an aerial photograph, provided by the City as the base. The ENGINEER will schedule a constructability and routing visit with the CITY Project Manager to review the proposed alignment alternatives, The ENGINEER shall summarize the CITY's comments from the field visit and submit this information in writing to the CITY. Opinion of Probable Construction Cost--The ENGINEER will prepare a conceptual opinion of probable construction cost for the water transmission main, The ENGINEER has no control over the cost of labor, materials, equipment, or over the Contractor's methods of determining prices or over competitive bidding or market conditions.Opinions of probable costs provided herein are based on the information known to ENGINEER at this time and represent only the ENGINEER's judgment as a design professional familiar with the construction industry.The ENGINEER cannot and does not guarantee that proposals, bids,or actual construction costs will not vary from its opinions of probable costs. The ENGINEER will make initial contact key stakeholders along the alignments that are needed to provide easements or access to the project. ENGINEER will discuss the project and observe each stakeholder's willingnessto convey easements and/or access for the transmission main. ENGINEER will compile input gathered and document to the City in the Alignment Report. The ENGINEER will prepare a technical memorandum/report outlining impacts of the above considerations. The memorandum will include: • Summary • Evaluation Criteria • Alignment evaluation for each alignment • Potential for installation by"trenchless"methods • Recommendations based upon results of evaluation criteria,stakeholder input, and discussions with City Staff City of Fort North,Texas AtlachmentA PM Release Dats',07.23,2012 Page 7 of 31 ATTACHMENT DESIGN SERVICES FOR WESTSIDE IV EST ANDTRANSMISSION MAIN CITY PROJECT NO.,.103292 • Brief description of recommended transmission main material alternatives ASSUMPTIONS ® Up to three(3)Alternative Alignments will be evaluated • Two(2) review meetings with City staff • One(1)site review meeting with City staff DELIVERABLES A PDF copy and two(2) hard copies of Alignment Report TASK 2C. CONCEPTUAL.DESIGN(30 PERCENT) AND PRELIMINARY DESIGN REPORT-ELEVATED STORAGE TAM The Conceptual Design shall be submitted to CITY per the approved Project Schedule. The purpose of the conceptual design is for the ENGINEER to ■ Study the project, ■ Identify and develop alternatives that enhance the system, • Present(through the defined deliverables)these alternatives to the CITY • Recommend the alternatives that successfully addresses the design problem, and • Obtain the CITY's endorsement of this concept. ENGINEER will develop the conceptual design of the infrastructure as follows. 2C.1. Data Collection • In addition to data obtained from the CITY, ENGINEER will research proposed improvements in conjunction with any other planned future improvements that may influence the project. • The ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including but not limited to; utilities, agencies(TxDOT and railroads),City Master Plans, and property ownership as available from the Tax Assessor's office. • The data collection efforts will also include conducting special coordination meetings with affected property owners and businesses as necessary to develop sewer re-routing plans. • The ENGINEER shall visit the project site and obtain the meter numbers and sizes on all existing meters to be replaced on the project and shall identify existing sample stations and fire line locations. 2C.2. Geotechnical Investigations • Geotechnical Investigations will be performed as part of Task 2A. City of Fort Worth,Texas AltachmentA PMO Release t7atei 07.23.2DI2 Page 8 of 31 ATTACHMENTA DESIGN SERVICES FOR WESTSIDE IV EST ANDTRANSMISSION MAIN CITY PROJECT NO.:103292 2C.3. The conceptual design will be incorporated within a Preliminary Design Report consisting of a letter report summarizing recommendations of the following: • Graphic exhibits and written summary of site layout concepts considered, strengths and weaknesses of each, and the rationale for selecting the recommended site layout. • Summary of Site Alternatives to include: • Up to three(3) Site Alternatives will be evaluated. • Alternative Site Evaluation including: access, property acquisition impacts, grading,foundation requirements, required easements, platting impacts, and scheduling concerns. • An Opinion of Probable Construction Cost will be prepared for each alternative. • Documentation of key design decisions within a Preliminary Design Report related to.- Hydraulics, Electrical improvements, SCADA improvements,Tank requirements and appurtenances, and Site Improvements ASSUMPTIONS • Two(2) copies of the Conceptual Design Package (30%design)/Preliminary Design Report will be delivered. Drawings will be 11 x17 size fold outs bound in the report • ENGINEER shall not proceed with Preliminary Design activities without obtaining written approval by the CITY of the Conceptual Design Package. DELIVERABLES A. One(1) PDF Copy of the Conceptual Design Package TASK 2D. CONCEPTUAL DESIGN(30 PERCENT)—TRANSMISSION MAIN The Conceptual Design shall be submitted to CITY per the;approved Project Schedule. The purpose of the conceptual design is for the ENGINEER to ■ Study the project, • Identify and develop alternatives that enhance the system, ■ Present(through the defined deliverables)these alternatives to the CITY ■ Recommend the alternatives that successfully addresses the design problem, and ■ Obtain the CITY's endorsement of this concept. ENGINEER will develop the conceptual design of the infrastructure as follows. City of Fort Mrth,Texas AltaohmentA PMO Release Date:07.23.2012 Page 9 of 31 ATTACHMENT A DESIGN SERVICES FOR WESTSIOE IV EST ANDTRANSMISSION MAIN CITY PROJECT NO.:103292 2D,1. Data Collection • In addition to data obtained from the CITY, ENGINEER will research proposed improvements in conjunction with any other planned future improvements that may influence the project. • The ENGINEER will also identify and seek to obtain data for existing conditions that may impact the project including but not limited to; utilities,agencies(TxDOT and railroads), City Master Plans, and property ownership as available fromthe Tax Assessor's office. • The data collection efforts will also include conducting special coordination meetings with affected property owners and businesses as necessary to develop sewer re-routing plans. • The ENGINEER shall visit the project site and obtain the meter numbers and sizes on all existing meters to be replaced on the project and shall identify existing sample stations and fire line locations. 2D.2. Hydraulic Analysis The ENGINEER will coordinate with the CITY to obtain modeling and sizing recommendations for the transmission main. ENGINEER will incorporate CITY's recommendations into the Conceptual Design. 2D.3. The Conceptual Design Package shall include the following: • Graphic exhibits(aerial at a scale of 1" 50') including: • Location of valve vaults and ring connections to existing/proposed water mains in the Westside III Pressure Plane. • Identification of potential access routes and easement requirements. • Opinions of probable construction cost. ASSUMPTIONS • Two(2)copies of the conceptual design package (30%design)will be delivered and will consist of 11 x17 size aerial exhibits. • One(1)Conceptual Design review meeting with the City. • ENGINEER shall prepare the meeting notes of the Concept Review meeting and revise the report, if needed. • ENGINEER shall not proceed with Preliminary Design activities without obtaining written approval by the CITY of the Conceptual Design Package. DELIVERABLES A. One(1) PDF copy of the Conceptual Design Package City of Fort Worth,Texas AltachmenlA PMO Retease Date:07,23.2D12 Page 10 of 31 ATTACHMENT A DESIGN SERVICES FOR WESTSIDE IV EST AND TRANSMISSION MAIN CITY PROJECT NO..03292 TASK 3A. 60 PERCENT DESIGN - ELEVATED STORAGE TANK Sixty (60)-Percent plans and specifications shall be submitted to CITY per the approved Project Schedule. ENGINEER will develop the 60-percent design of the infrastructure as follows. 3A.1. Development of 60-Percent Design Drawings and Specifications shall include the following: i • 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 la nut sheetLs I with property owner information. • 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. • Plan Sheets will consist of: Site Plan, Paving Plan, Grading Plan, Drainage Plan, Yard Piping Plan, Piping Profiles,Tank Floor Plan View(Composite and Spheroid),Tank Elevation View(Composite and Spheroid),Tank Details, Erosion Control Plan, Electrical Site Plan, Electrical Floor Plan • Preliminary Specifications will consisting of a Table of Contents and any non-City standard technical specifications to be included in the project. 60-Percent Plans and Specifications will address the following: Hydraulics_ FAA • Tank Location • Height restriction • Tank Capacity/Size variance Piping Electrical • • SCADA • Control Valves • Operational Alarms • Yard Piping and Valves ` Security • Pressure Transducer • Safety Lighting City of Fort Mrth,Texas AttachmentA PMO Release Date 07.23.2012 Page 11 of 31 ATTACHMENT A DESIGN SERVICES FOR WESTSIBE IV EST ANDTRANSMISSION MAIN CITY PROJECT NO.:103292 • Interior Lighting a Hatches • Site Lighting a Use of Interior Space • Telecommunications • Mixing System Compatibility a Logo Tank Site • Foundation 6 Grading • Construction a Drainage (Spheroid and Composite) • Paving • Doors a Fencing 3A.2. Geotechnical Investigation • Soil investigations, including field and laboratory tests, borings, related engineering analysis and recommendations for determining soil conditions will be made. One(1)soil boring will be performed within the tank footprint at depths up to 60 feet. A Geotechnical Report will be prepared summarizing the insitu material characteristics and recommendations for construction of the elevated storage tank. 3A.3 Opinion of Probable Construction Cost • ENGINEER will prepare preliminary opinion of probable construction cost (OPCQ for the proposed elevated storage tank. i ASSUMPTIONS j EST will be designed as a 1.0 MG Composite Elevated Storage Tank, I 1 boring up to a depth of 60 feet each will be provided. 41 3 sets of 11"x17"size plans will be delivered for the Preliminary Design(60% design). in 'I Opinion of Probable Construction Cost • 2 sets of Preliminary specifications will be delivered forthe Preliminary Design (60%design). • The CITY's front end and technical specifications will be used. The ENGINEER shall supplement the technical specifications if needed. ENGINEER shall not proceed with Final Design activities without written approval by the CITY of the Preliminary Design plans. DELIVERABLES A. One(1) PDF copy and two (2) hard copy Sets of 60-Percent Design drawings and specifications B. Opinion of probable construction cost City of Fort V%brth,Texas AttachmentA PM Release Data 07,23.2012 Page 12 of 31 i ATTACHMENT A DESIGN SERVICES FOR WESTSIDE iV EST ANDTRANSMISSION MAIN CITY PROJECT NO„103292 TASK 313. 60 PERCENT DESIGN—TRANSMISSION MAIN Sixty(60) percent plans and specifications shall be submitted to CITY per the approved Project Schedule. These services will assume 15,000-18,000linear feet of water transmission main design ranging in diameter from 24"-36"to connectthe proposed Elevated Storage Tank to the WS IVN Pump Station. ENGINEER will develop the 60-percent design of the infrastructure as follows. 3B.1. Development of 60-Percent Design Drawings and Specifications shall include the following: • Cover Sheet • A Proiect 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);K,Y and Z Coordinates, in an identified coordinate system, and a referred bearing base. Z coordinate on City Datum only;descriptive location (i.e,set in the centerline of the inlet in the South curb line of North Side Drive at the East end of radius at the Southeast corner of North Side Drive and North Main Street). • Overall project easement layout sheet(s) with property owner information, '..,. • Overall_project 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. e Overall water and/or sanitary sewer abandonment sheet. • 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. O Bearings given on all proposed centerlines, or baselines. Y Station equations relating utilities to paving,when appropriate. a Plan 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, existing meter numbers and sizes that are to be replaced, existing sample locations,existing fire line locations, existing utilities and utility easements, and all pertinent information needed to construct the project. Legal description(Lot Nos., Block Nos., and Addition Names) along with property ownership shall be provided on the plan view. 313.2. Geotechnical Investigation • Soil investigations, including field and laboratory tests, borings, related engineering analysis and recommendations for determining soil conditions will be made. In addition to the above investigations, borings and appropriate field and City of Fort ftrth,Texas AttaahmentA PM O Release Date:07.23,2M Page 13 of 31 ATTACHMENT A DESIGN SERVICES FOR WESTSIDE IV EST AND TRANSMISSION MAIN CITY PROJECT NO. 103292 laboratory analysis will be made at reasonable intervals along the project alignment for the Contractor's use in determining soil conditions for preparing bids and a Trench Safety Plan. 313.3. Constructability Review Prior to the 60 percent review meeting with the CITY,the ENGINEER shall schedule and attend a project site visit with the CITY Project Manager and Construction personnel to walk the project. The ENGINEER shall summarize the CITY's comments from the field visit and submit this information to the CITY in writing. 3B.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 impactor 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 PDF files for each plan sheet of the approved preliminary plan set to the designated project folder in BIM360 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. 38.5. Cathodic Protection Study 4 Cathodic Protection Design—ENGINEER's subconsultant will provide Cathodic Protection Design Services for three(3)pipe material alternatives,ductile iron, steel, and bar-wrapped concrete steel cylinder pipe,along the water line alignment. Tasks will include Field Survey, Data Analysis and Lab Work, and Design Recommendations. A report will be prepared that documents test data, analysis, and an opinion of probable construction cost for cathodic protection and interference control systems. 313.6 Opinion of Probable Construction Cost ENGINEER will prepare preliminary opinion of probable construction cost (OPCC)for the proposed transmission main. ASSUMPTIONS 15,000 to 18,000 linear feet of 36"Transmission Main Design. 49 Nine(9)soil borings at an average bore depth of 25 feet each will be provided. • Three(3)pipe materials will be evaluated as part of the Cathodic Protection Study. Three(3)sets of 11"x17"size plans will be delivered for the Constructability Review. City of Fort Wbrth,Texas AttachmentA PIVIO Retease Data 07.23.2D12 Page 14 of 31 ATTACHMENT A DESIGN SERVICES FOR WESTSIDE IV EST AND TRANSMISSION MAIN CITY PROJECT NO,:103292 • Three(3)sets of 11"x17"size plans will be delivered for the 60%Design. • One(1)set of preliminary specifications will be delivered for the Preliminary Design (60%design). • One(1) Opinion of Probable Construction Cost • PDF files created from design CAD drawings will be uploaded to the designated projectfolderin BIM360. • The CITY's front end and technical specifications will be used. The ENGINEER shall supplement the technical specifications if needed. • ENGINEER shall not proceed with Final Design activities without written approval by the CITY of the 60-Percent Design plans. DELIVERABLES A. Cathodic Protection Design Recommendations Report(1 PDF and up to 3 hard copies) B. Geotechnical Report(1 PDF and 1 hard copy) C. Preliminary Design drawings and specifications D. Utility Clearance drawings E. Traffic Control Plan F. Opinion of probable construction cost G. Data Base listing names and addresses of residents and businesses affected by the project(if applicable). TASK 4A. FINAL DESIGN(90 PERCENT)AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT).—ELEVATED STORAGE TANK Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as follows: • Draft Final plans (90%)and specifications shall be submitted to CITY per the approved Project Schedule. • For projects that disturb an area greater than one(1)acre,the Contractor will be responsible forpreparing and submitting the Storm Water Pollution Prevention Plan (SWPPP) with appropriate regulatory agencies. The Engineerwill prepare the iSWM Construction Plan according to the current CITY iSWM Criteria Manual far Site Development and Construction which will be incorporated into the SWPPP by the contractor. • Following a 90% construction plan review meeting with the CITY,the ENGINEER shall submit Construction Documents(100%)to the CITY per the approved Project Schedule. City of fort Mrth,Texas AttachmentA PMO Release Data 07.23.2012 Page 15 of 31 ATTACHMENTA DESIGN SERVICES FOR WESTSIDE IV EST AND TRANSMISSION MAIN CITY PROJECT NO.:103292 Each plan sheet shall be stamped, dated, and signed by the ENGINEER registered in State of Texas. ® Regulatory Review: The ENGINEER will submit final plans to the following regulatory agencies for review: • Texas Commission on Environmental Quality(TCEQ) • Texas Department of Licensing and Registration (TDLR)—forADArequirements. ENGINEER will pay the review fee required for plan submittal, if required. • Building Permit: Since the EST site is anticipated to be within the ETJ of Fort Worth, no building permit services are anticipated. • Public Meeting: ENGINEER will prepare for and attend one(1) public meeting during the Design Phase of the project. • The ENGINEER shall submit a final design estimate of probable construction cost with both the 90%and 100%design packages.This estimate shall use ONLY standard CITY bid items. ASSUMPTIONS • EST electrical design will be based upon solar design with provisions to connect to electric power in the future. • Attendance at one design phase Public Meeting. ENGINEER will provide up to two (2) exhibits to be included in the virtual presentation forthe Public Meeting. • Bid Proposal Form will be prepared for Lump Sum type bidding • Three(3)sets of 11 x 17 size drawings and one(1)set of specifications will be delivered for each 90% Design package. • A PDF file for the 90%Design will be created from design CAD drawings and will be uploaded to the project folder in BIM360. • Three(3)sets of 11 x 17 size drawings and three(3)specifications will be delivered for the 100%Design package for each bid package. • A PDF file for the 100%Design will be created from design CAD drawings and will be uploaded to the project folderin BIM360. • Estimated Plan Sheets(39): • Cover Sheet Paving Plan • General Notes • Grading Plan • Overall Project Control • Yard Piping flan • Easement Layout Sheet • Piping Profiles • Water Layout Sheet + Erosion Control Plan • Site Plan/Dimensional Control • Existing Drainage Area Map City of Fort MAh,Texas AllachmenlA PMO Release Date 47.23.2012 Page 16 of 31 ATTACHMENTA DESIGN SERVICES FOR WESTSIDE IV EST ANDTRANSMISMIA MAIN CITY PROJECT NO.:103292 • Proposed Drainage Area Map • Electrical One Line Diagram • Tank Plan View Electrical Schedules i • Tank Elevation View Electrical Control Schematic • Tank Details • Electrical Tank Elevation and Details • Water Details (6 Sheets) • Electrical Floor Plan • Construction Details(3 Sheets) • Lighting Floor Plan • Electrical Legends/Abbreviations • Electrical Details(4 Sheets) • Solar Electric Site Plan DELIVERABLES A. Public Meeting exhibits and data base listing of names and addresses of residents and businesses affected by the project. B. 90%construction plans and specifications. C. 100%construction plans and specifications. D. Detailed estimates of probable construction costs including summaries of bid items and quantities using the CITY's standard bid items and format. TASK 4B. FINAL DESIGN(90 PERCENT)AND FINAL CONSTRUCTION DOCUMENTS (100 PERCENT)—TRANSMISSION MAIN Upon approval of the Preliminary plans, ENGINEER will prepare construction plans as follows: • Draft Final plans (9011/6) and specifications shall be submitted to CITY per the approved Project Schedule. • Cathodic Protection: Final Design will include Cathodic Protection Design Plans as prepared by ENGINEER's Cathodic Protection subconsultant. • Access Road: Final Design will include the design of a flexible base maintenance access road with the permanent water main easement. Access road will be designed to match existing contours and include low water crossings to minimize impact to the existing drainage patterns. • For projects that disturb an area greater than one (1) acre,the Contractor will be responsible for preparing and submitting the Storm Water Pollution Prevention Plan (SWPPP) with appropriate regulatory agencies. The Engineerwill prepare the iSWM Construction Plan according to the current CITY iSWM Criteria Manual for Site Development and Constructon which will be incorporated into the SWPPP by the contractor. • Traffic Control Plan City of Fort Vtrth,Texas AttachmentA PMO Release Date 07.23.2012 Page 17 of 31 ATTACHMENTA DESIGN SERVICES FOR WESTSIDE IV EST ANDTRANSMISSION MAIN CITY PROJECT NO.:103292 • Develop a traffic control plan utilizing standard traffic reroute configurations posted as "Typicals"on the CITY's BIM360 website. The typicals need not be sealed individually, if included in the sealed contract documents. • Develop supplemental traffic control drawings as needed for review and approval by the Traffic Division of the Transportation and Public Works Department. These drawings shall be sealed by a professional engineer registered in the State of Texas. ® Surge Analysis • Perform surge analysis to verify design for pipe pressure classifications,surge mitigation devices, air release valve locations and sizing. Tasks to include: • Collection of information on existing piping,operations, pump data, valve data, and significant minor pressure loss data for the existing 36-inch transmission main from the WTP to the Westland GST site. • Development of surge model for existing 36-inch transmission main and proposed 30 to 36-inch transmission main. Model will be created and calibrated to meet a steady state flow condition based upon assumed design parameters. • Transient model simulations to evaluate scenarios such as power failure, pump failure,and valve closure. Evaluation will include the need for surge anticipation devices and the sizingliocation of air release valves. • Recommendations will be summarized in design report. • Following a 90% construction plan review meeting with the CITY,the ENGINEER shall submit Construction Documents(100%)to the CITY per the approved Project Schedule. Each plan sheet shall 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 both the 90%and 100%design packages.This estimate shall use ONLY standard CITY bid items. ASSUMPTIONS • Access Road design is assumed to be of 9,000-10,000 linear feet in length and contained solely on the Veale Ranch property. i • Two (2) sets of 11"x17"size drawings and two(2) sets specificationswill be delivered for the 90%Design package. • Traffic Control"Typicals"will be utilized to the extent possible. It is assumed an additional two(2) project specifictraffic control sheets will be developed. • A PDF file for the 90%Design will be created from design CAD drawings and will be uploaded to the project folder in BIM360. • Three(3) sets of 11"x17"size drawings and three(3) sets of specifications will be delivered for the 100%Design package. City of Fort worth,Texas AttachmentA PM Release Data 07.2&2012 Page 18 of 31 ATTACHMENT A DESIGN SERVICES FOR WESTSI€3E IV EST ANDTRANSMISS1014 MAIN CITY PROJECT W:103292 • A PDF file for the 100%Design will be created from design CAD drawings and will be uploaded to the project folder in BIM360. • Estimated Construction Plan Sheets(63), • Cover Sheet • Water Layout Sheet • General Notes/Sequencing (2) • Plan and Profile Sheets(25) • Proposed Water Layout • Water Details (7) ® Existing Water Layout • Access Road (10) • Control Sheet • Erosion Control(10) • Easement Layout Sheet(2) • Traffic Control (2) DELIVERABLES A. 90%construction plans and specifications. (1 pdf and up to 3 hard copies) B. 100%construction plans and specifications. (1 pdf and up to 3 hard copies) C. Opinion of probable construction costs including summaries of bid items and quantities using the CITY's standard bid items and format. TASK 5A15B. BID PHASE SERVICES —EST 1 TRANSMISSION MAIN It is anticipated that the Elevated Storage Tank and Transmission Main projects will be bid separately in two construction contracts. Therefore,the following servicewill be performed for each of the two(2) separately bid projects. ENGINEER will support the bid phase of the project as follows. 5.1. Bid Support • The ENGINEER shall upload all plans and contract documents for access to potential bidders. • Contract documents shall be uploaded in PDF files. • Unit Price Proposal documents are to be created utilizing CI=W Bidtools only and combined in a specified spreadsheet workbook,Bid Proposal Worksheet Template, and will be populated and configured so that all pages are complete and the Summary Worksheet(s) in the workbook detail and automatically summarize the totals from the inserted Unit Price Proposal document worksheets. • Plan Sets are to be uploaded to BIM360 in PDF format. The .pdf will consist of one file of the entire plan set. • The ENGINEER shall have contract documents (11 x17)available for sale. City of Fort Mrth,Texas AtlachmentA PMQ Release Date 07,23.2012 Page 19 of 31 ATTACHMENT D£SIGN SERVICES FOR INESTSIDE IV EST AND TRANSMISSION MAIN CITY PROJECT NO.:103292 ® 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 SIM360 folder titled Request for Information. TheENGINEERwill 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 BIM360 and mail addendato all plan holders. • Prepare Agenda, conduct, and 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. • 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 BIM360. • Incorporate all addenda into the contract documents and issue conformed sets. ASSUMPTIONS s Each of the two projects will be bid only once and awarded to one contractor. • Two(2)Addenda will be issued • 1 set of digital construction documents will be made available on the City's Website for plan holders and/or given to plan viewing rooms.(for each project) • For the EST,6 sets of 11x17 size plans and 2 specifications(conformed, if applicable)will be delivered to the CITY. PDF copy will be provided. • For the Transmission Main,6 sets of 11 x 17 size plans and 4 specifications (conformed,if applicable)will be delivered to the CITY. PDF copy will be provided. • PDF files will be uploaded to BIM360. DELIVERABLES A. Addenda B. Bid tabulations C. Recommendation of award D. Construction documents(conformed,if applicable) City of Fort Worth,Texas AttachmentA PIAO Release Data 07.23,2012 Page 20 of 31 ATTACHMENT DESIGN SERVICES FOR WESTSIDE IV EST ANDTRANSMISSION MAIN CITY PROJECT NO.:103292 TASK 6AIB. CONSTRUCTION PHASE SERVICES. -ELEVATED STORAGE TANK AND TRANSMISSION MAIN ENGINEER will support the construction phase of the project as follows. 6.1 Construction Support • The ENGINEER shall attend the preconstruction conference. • After the pre-construction conference,the ENGINEER shall provide project exhibits and attend public meeting to help explain the proposed project to residents.The CITY shall select a suitable location and mail the invitation letters to the affected customers. • Visits to Site and Observation of Construction. ENGINEER will provide on-site construction observation services during the construction phase. ENGINEER will make visits at intervals as directed by the CITY in order to observe the progress of the Work. Such visits and observations by Consultant 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, Consultant will evaluate whether Contractor's work is generally proceeding in accordance with the Contract Documents, and ENGINEER will keep Client 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 Client 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, norforany 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 any Contractor nor assumes responsibility for any Contractor's failure to furnish and perform its work in accordance with the Contract Documents. • Clarifications and Interpretations. ENGINEER will respond to reasonable and appropriate Contractor requests for information and issue necessary clarifications and interpretations of the Contract Documents to Client as appropriate to the orderly completion of Contractor's work. Any orders authorizing variations from the Contract Documents will be made by Client. • Change Orders. ENGINEER may recommend Change Orders to Client, and will review and make recommendations related to Change Orders submitted or proposed by the Contractor. City of Fort 1AbTth,Texas AttachmentA PM Release Date:07,23.2012 Page 21 of 31 ATTACHMENT A DESIGN SERVICES FOR WESTSIDE IV EST AND TRANSMISSION MAIN CITY PROJECT NO.:103292 • Shop Drawings and Samples. ENGINEER will review and approve or take other appropriate action in respect to Shop Drawings and Samples and other data which Contractor is required to submit, but only for conformance with the information given in the Contract Documents. Such review and 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. • Substitutes and°or equal." Evaluate and determine the acceptability of substitute or"or-equal"materials and equipment proposed by Contractor in accordance with the Contract Documents, but subject to the provisions of applicable standards of state or local government entities. • Inspections and Tests. ENGINEER may require special inspections or tests of Contractor's work as ENGINEER deems appropriate,and may receive and review certificates of inspections within ENGINEER's area of responsibility or of tests and approvals required by laws and regulations or the Contract Documents. ENGINEER's review of such certificates will be for the purpose of determining that the results certified indicate compliance with the Contract Documents and will not constitute an independent evaluation that the content or procedures of such inspections,tests,or approvals comply with the requirements of the Contract Documents. ENGINEER shall be entitled to rely on the results of such tests and the facts being certified. • Disagreements between Client and Contractor. ENGINEER will, if requested by Client, render written decision on all claims of Client and Contractor relating to the acceptability of Contractor's work or the interpretation of the requirements of the Contract Documents pertaining to the progress of Contractor's work. In rendering such decisions, ENGINEER shall be fair and not show partiality to Client or Contractor and shall not be liable in connection with any decision rendered in good faith in such capacity. • Applications for Payment. Based on its observations and on review of applications for payment and accompanying supporting documentation, ENGINEER will determine the amounts that ENGINEER recommends Contractor be paid. Such recommendations of payment will be in writing and will constitute ENGINEER's representation to Client, based on such observations and review, that, to the best of ENGINEER's knowledge, information and belief, Contractor's work has progressed to the point indicated and that such work-in-progress is generally in accordance with the Contract Documents subject to any qualifications stated in the recommendation. In the case of unit price work, ENGINEER's recommendations of payment will include determinations of quantitiesand classifications of Contractor's work, based on observations and measurements of quantities provided with pay requests. By recommending any payment, ENGINEER shall not thereby be deemed to have representedthat its observations to check Contractor's work have been exhaustive,extended to every aspect of Contractor's work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to ENGINEER in this Agreement. It will also not impose responsibility on ENGINEER to make any examination to ascertain how or for what purposes Contractor has used the moneys paid on account of the Contract Price, nor to determine that title to any City of Fort 4Ahrth,Texas AttachrnentA PMO Release Datec 07.23.2012 Page 22 of 31 ATTACHMENT A USIGN SERVICES FOR WESTSIOE IV EST AND TRANSMISSION MAIN CITY PROJECT NO.:103292 E portion of the work in progress, materials,or equipment has passed to Client free and clear of any liens,claims, security interests, or encumbrances, nor that there may not be other matters at issue between Client and Contractor that might affect the amount that should be paid. • Substantial Completion. ENGINEER will, promptly after notice from Contractor that it considers the entire Work ready for its intended use,in company with Client and Contractor, conduct a site visit to determine if the Work is substantially complete. Work will be considered substantially complete following satisfactory completion of all items with the exception of those identified on a final punch list. If after considering any objections of Client, ENGINEER considers the Work substantially complete, ENGINEER will notify Client and Contractor. • Final Notice of Acceptability of the Work. ENGINEER will conduct afinal site visit to determine if the completed Work of Contractor is generally in accordance with I the Contract Documents and the final punch list so that EMNGINEER may 3 recommend, in writing,final payment to Contractor. Accompanying the recommendation for final payment, ENGINEER shall also provide a notice that the Work is generally in accordance with the Contract Documents to the best of ENGINEER's knowledge,information, and belief based on the extent of its services and based upon information provided to ENGINEER upon which it is entitled to rely. • Limitation of Responsibilities. 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. • The ENGINEER shall attend the"Final" project walk through and assist with preparation of final punch list 6.2 Coating and Welding Inspection • ENG1NEER's subconsuitantwill perform coating and welding inspection for the purposed of quality assurance testing during construction of the EST. 6.3 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 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: City of Fort Worth,Texas AttachmentA P6/O Release Date 07,23.2012 Page 23 of 31 ATTACHMENT A DESIGN SERVICES FOR WESTSIDE IV EST AND TRANSMISSION MAIN CITY PROJECT NO.:103292 6 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. a The ENGINEER shall submit a set of sealed Final Drawings, modified and stamped as Record Drawings, on mylar for record storage. The ENGINEER may keep copies of the information provided by the CITY fortheir files, but all original red-lined drawings shall be returned to the CITY with the mylars. PDF files shall be uploaded to the project's Record Drawings folder in BIM360. ASSUMPTIONS • Two(2) Public Meeting exhibits and data base listing of names and addresses of residents and businesses affected by the project a Five(5) RFI's are assumed for the EST. • Five(5)RFI's are assumed for the Transmission Main. One(1)Change Order is assumed for the EST. • One(1)Change Order is assumed for the Transmission Main. a 75 Shop Drawings reviews are assumed for the EST • 45 Shop Drawings reviews are assumed for the Transmission Main '.. ® 18 Progress Meeting/Site Observation Visits are assumed for the EST. '... A 9 Progress Meeting/Site Observation Visits are assumed for the Transmission '.,. Main. ® 15 Application for Payment Requests are assumed for the EST. o One PDF copy of full size(11"x17") record drawing plans will be delivered to the CITY for each project. DELIVERABLES A. Public meeting exhibits B. Response to Contractor's Request for information C. Review of Change Orders D. Review of shop drawings E. Final Punch List items F. Record Drawings on PDF City of Fort wputh,Texas Attachment A PMO Release Dale;07,23.2012 Page 24 of 31 ATTACHMENT A DESIGN SERVICES FOR WESTSIDE IV EST ANQTRANSMISSION MAIN CITY PROJECT NO.!103292 TASK 7. ROWIEASEMENT SERVICES. ENGINEER will support and perform activities related to ROW and land as outlined below, per scoping direction and guidance fromthe CITY's Project Manager, 7.1. 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. 7.2. Rig ht-of-WaylEasement Preparation and Submittal. • The ENGINEER shall prepare documents to be used to obtain right-of-way and permanent andlor temporary easements required to constructthe 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 BIM360 site. 7.3, Temporary Right of Entry Preparation and Submittal • Prior to construction,the ENGINEER shall prepare and submit Temporary Right of Entry documents for landowners to CITY PM for real property acquisition. It is assumed that letters will only be required forlandowners adjacent to temporary construction easements or who are directly affected by the projectand no easement is required to enter their property. ENGINEER will prepare exhibits, as needed,for coordination with landowners outlining access to the properties. Exhibits will be prepared using aerial imagery and include dimensions and areas of impact, if requested by the CITY. • The documentation shall be provided in conformance with the checklists and templates available on the CITY's BIM360 site. i • Appraisals will be provided as described in Task 2. ASSUMPTIONS • Up to six(6) Easements (permanent and temporary construction) or right-of-way documents will be prepared. • Up to two(2)Temporary right-of-entry documents will be prepared. • Up to five(5) aerial exhibits will be prepared for coordination with landowners. • 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 City of Fort Vtbrth,Texas AtlaChmentA PMO Release Date;07.23.2012 Page 25 of 31 ATTACHMENT A DESIGN SERVICES FOR WESTSIRE IV EST AND TRANSMISSION MAIN CITY PROJECT NO.,103292 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. • CITY will provide Easement Acquisition (negotiation)services DELIVERABLES A. Easement exhibits and metes and bounds provided on CITY forms. B. Temporary Right of Entry Letters C. Exhibits for coordination with landowners. TASK8. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES. ENGINEER will provide survey support as follows. 8.1, Design Survey • ENGINEER will performfield surveys to collect horizontal and vertical elevations and other information needed by ENGINEER in design and preparation of plans far the project. 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,trees 6-in and larger(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: I — 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 48901, PK Nail, 518" 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.L's, Manholes, Valves,etc., in the same coordinate system, as the Control. — No less than two horizontal benchmarks, per line or location. City of Fort Mrih,Texas AttachmentA PM Release OWE 07.23.2D12 Page 26 of 31 ATTACHMENT A DESIGN SERVICES FOR WESTSIDE IV EST ANOTRANSMISSION MAIN CITY PROJECT NO.,03292 — Bearings given on all proposed centerlines, or baselines. — Station equations relating utilities to paving,when appropriate. 8.2. Temporary Right of Entry Preparation and Submittal • Temporary Right of Entry will be provided by the ENGINEER as described in Task 7. 8.3. Subsurface Utility Engineering(SUE): • The SUE shall be performed in accordance with Cl/ASCE 38-02. • Four different levels of SUE are identified. The following is a description of each level of SUE used on this project. 1. Level D—Collect level D as part of this scope of services, 2. Level C a.) Field locate and obtain horizontal position of visible utility surface features for all of the utility systems described within Level D. 3, Level B a.) Indicate by marking with paint, the presence and approximate horizontal location of subsurface utilities using geophysical prospecting techniques, including electromagnetic, sonic, and acoustical techniques. b.)Approximately 12 days of direct buried utilities are identified for Level B location. 4. Level A 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: 1) Excavate twenty 20 test holes to expose the utility to be measured in such a manner that ensures 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 ENGINEER will notify the CITY. 2)Obtain x,y and Z information at each test hole. ASSUMPTIONS • Topographic survey will extend 50-ft on either side of selected alignment. • Topographic survey at intersections will include no more than 200-ft in each direction. • Level A Subsurface Utility Engineering will be performed for up to four(4) locations. • Up to three(3) days(8-hour each day) of Level B Subsurface Utility Engineering will be performed. City of Fort'Abrth,Texas AttachmentA PMO Release Data 07.23.2012 page 27 of 31 ATTACHMENT A DESIGN SERVICES FOR WESTSIDE IV EST ANDTRANSMISSION MAIN CITY PROJECT NO.:103292 DELIVERABLES A. Copies of field survey data and notes signed and sealed by a licensed surveyor. B. Drawing of the project layout with dimensions and coordinate list. TASK 9. PERMITTING 9.1 Railroad Permitting A. ENGINEER will prepare and coordinate submittal of one(1)railroad crossing permit applications for crossing of the Union Pacific Railroad, south of and parallel to Aledo Road B. ENGINEER will pay UPRR Application and review fee. City will pay permit/license fees. C. ENGINEER will Include executed permit in contract documents forbidding. 9.2 United States Army Corps of Engineers(USACE) Permitting • The ENGINEER understands that the proposed water line has the potential to cross waters of the U.S. If permanent impact at each separate crossing to waters of the U.S. fit the conditions of Nationwide Permit 12(Utility Lines)and do not trigger notification to the Corps, the task outlined below is applicable. If any triggers for notification to the United States Army Corps of Engineers(USACE)are met,then it will be necessary to prepare a preconstruction notification as additional services. This may be the case if: • The permit General or Regional Conditions can't be met; • Specific triggers for notification to USACE are met within the permit; • The impacts thresholds for the Nationwide Permit program are exceeded (greater than 0.10-acres and are less than 0.50-acres at each separate, single and complete crossing). • USACE NWP 12 (Utility Lines)Descriptive Memo ENGINEER will provide the following professional services underthis task to submit to the OWNER adescriptive memo regarding the use of NWP 12 Utility Lines under no notification scenario. This scope is based on the understanding that the proposed utility line and permanent impacts to waters of the U.S.are less than 0.10-acre at each separate, single and complete proposed crossing,and will not include impacts to forested wetlands and will not be placed in jurisdictional areas for more than 500-ft. ENGINEER will prepare a memo discussing USACE Section 404 Permitting under a 'no notification'scenariothat will include a description of selected General Conditions as well as a suggested list of BMPs required for compliance with TCEQ water quality certification. This memo can be used to document the thought process for using this permitting scenario and to provide the selected contractor with information relating to permit compliance. Though no coordination with the USACE is proposed,the activity City of Fori Mrth,Texas AttachmenlA PM Release pate 07.23.2M2 Page 28 of 31 ATTACHMENT A DESIGN SERVICES FOR WESTStDE 1V EST AND TRANSMISSION MAIN CITY PROJECT NO.:103292 will be authorized under Federal permit. All terms and conditions of the permit must be met by the CITY The memo will include, at a minimum,the following information: • Brief project description,including site sketches, as it relates to proposed impacts to waters of the U.S.; • Site visit photographs to document existing/preconstruction conditions; • A copy of the NWP 12 permit language with General Conditions; • State Water Quality Certifications and Conditions; • NWP Regional Conditions for Texas; • Cultural Resources information from readily available databases; and • Threatened and Endangered Species information from readily available databases 9.3 Texas Antiquities Permit A. Since the proposed projectwill exceed a disturbance of 5 acres or 5,000 cubic yards of excavation, ENGINEER's subconsultant will perform services to obtain a Texas Antiquities Permit(TAP) in accordance with the Texas Historical Commission(THC) requirements. The purpose of the services is to identify cultural resources in the project area and make recommendations about their historical significance with regard to eligibility for listing on the National Registerof Historic Places and designation as a Texas State Antiquities Landmark. 9.4 Texas General Land Office(GLO)Determination A. Since the proposed project may be conducive to open trench excavation within a creek area, ENGINEER will perform services associated with determining the projects eligibility for requiring an easement for construction by the GLO. Services include assembly of information and coordination with GLO in accordance with GLO requirements for a determination on the need for an easement to construct the transmission main. Should conditions require a GLO easement,then it will be necessary to prepare the easement and associated submittal items as additional services. 9.5 Tarrant County Permitting A. ENGINEER will prepare and coordinate submittal of one(1)utility crossing permit applications for crossing of Aledo Road in accordance with County requirements. B. ENGINEER will file permit on behalf of CITY. C. ENGINEER will include executed permit in contract documents for bidding. City of Fort Worth,Texas AttachmentA PMo Release pate 07,23,2012 Page 29 of 31 ATTACHMENT A RESIGN SERVICES FOR WESTSIDE 1V EST ANO TRANSMISSION MAIN CITY PROJECT NO..1©3292 9.6 Gas/Petroleum Line Permitting A. ENGINEER will coordinate with up to four(4)gas/petroleum entities for crossing permit applications B. ENGINEER will file permit on behalf of the CITY. C. ENGINEER will include executed permit(s) in contract documents for bidding. 9.7 Urban Forestry Permit A. ENGINEER will coordinate with CITY Development Department discuss permitting requirements forthe project. B. ENGINEER will prepare Urban Forestry Permit for submittal to CITY's Development Department. C. ENGINEER will include executed permit(s) in contract documents for bidding. 9.8 Floodplain Permit A. ENGINEER will coordinate with CITY Floodplain Management Department discuss permitting requirements for the project. B. ENGINEER will prepare Floodplain Permit for submittal to CITY's Database. C. ENGINEER will include executed permit(s) in contract documents for bidding. ASSUMPTIONS • One(1)site visit by ENGINEER's qualified scientistto gather information for the memo. • Permitting services assume 300 hours of services. Any permitting services in excess of this amount can be authorized using the Additional Services budget included in the contract, or as separate additional services. Deliverables A. Plans and specifications for submittal of TxDOT Permit B. Jurisdictional Determination Memo C. Nationwide 12 Descriptive Memo D. Archaeological Survey Report City of Fort Worth,Texas AttachmentA PMO Release Dale:07,23.2012 Pane 30 of 31 ATTACHMENT A DESIGN SERVICES FOR WESTSIDC IV EST AND TRANSMISSION MAIN CITY PROJECT NO.103292 ADDITIONAL_SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existing Scope of Services — CITY and ENGINEER agreethat 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 includethe following: • Services associated with the negotiation/acquisition of easements or property. • Services associated with USACE Nationwide Permit 12 Pre-Construction Notification including wetlands mitigation, if required. • Services associated with preparation of an Individual Permit with the USACE. • Services associated with preparation and acquisition of a GL_O Easement • Services related to assistance during property condemnation. • Services related to acquiring a grading permit or building permit for construction. • Design services related to off-site drainage improvements, • 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. • 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 Survey Construction Staking • 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 C ITY, not already included in the scope of services. city of Fort Worth,Texas AttachmentA PM Release Date 07.23.2012 Page 31 of 31 ATTACHMENT I3 COMPENSATION Design Services for Westside IV EST and Transmission Main City Project No. 103292 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 performing the PROJECT multiplied by the appropriate Labor Category Rate for the ENGINEER's team member performing the work. Labor Category Rate 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. LaborCategory 2021 Rate $!hour Analyst $115-$185 Professional $165-$215 Senior Professional 1 $185-$260 Senior Professional 11 $250-$275 Senior Technical Support $120-$200 3 up port Staff $85-$125 Technical Support $75-$105 H. 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. ATTACHMENT B COMPENSATION iii. Subcontract Expenses. Subcontract expenses and outside services shall be reimbursed at cost to ENGINEER plus a markup often percent(10%). iv. Budgets. ENGINEER will make reasonable efforts to complete the work within the budget and will keep the City informed of progress toward that end so that the budget or work effort can be adjusted if found necessary. 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 11 - Method of Payment. II. 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 officerof the ENGINEER. C. ENGINEER shall prepare and submit invoices in the format and including content as presented in Exhibit B-1. D. Payment of invoices will be subject to certification by the City that such work has been performed. I{!. 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. Summary of Total Project Fees Firm Primary Responsibility Fee Amount % Prime Consultant Kimley-Horn and Design, Bidding, and $11061,056 77.4 Associates, Inc. Construction Phase Services Proposed M/WBE Sub-Consultants MLM Realty Advisors Appraisals $21,500 1.6 The Rios Group Subsurface Utility Engineering $16,475 1.2 Gorrondona& Survey/Easements $76,641 5.6 Associates JQ Infrastructure, LLC Structural Engineering $35,615 2,6 Non-MBEISSE Consultants V&A Consultants Cathodic Protection $36,633 2.7 McCreary&Associates Electrical Engineering $23,500 1.7 Braun Intertec Environmental Assessment $3,000 0.2 CMJ, Inc. Geotechnical Investigation $16,845 1.2 Flow Science Surge Analysis $15,500 1.1 Steel Inspectors of Coating/Welding Inspection $20,000 1.5 Texas Yazel, Peebles, & Survey $24,000 1.8 Assoc. AR Consultants Archaeological Investigation $19,500 1.4 TOTAL J1JZ0 665 100% Project Number&Name Total Fee MBEISBE Fee MBEISBE Westside IV EST and Transmission $ 1,370,265.00 $ 150.231 11.0% Main City BE Goal =10% Consultant Committed Goal = 10% Fehlb"B-t Professional Services Invoice Peeledhleaegel: I Fefd.Gsderys Summary Project: lWestside IV EST and Transmission Main City Prolect N: 103252 City Sec Number: I I9uppllarlmlmvllans: FIII In green cells Including InVnice Number,Parnand To pales end thelncluded:watkshuls, Compa ny No Me:Y,,M.Y-Hun and Assuiate"Inc. When yodr I—Ico Is aerepleto,rave and close,eta"Bvuiew and Add yaw Involve to the Consellant lbider Wthln Paolecl3 rawer. Suppliers PM: Jeni[sr7alem.RE email: lentlr.talWnl@,klitdeyhern- Suppeer Invoice 71: Office Adirm55 Cot Cherry Street,Unit 11.Soile 1300.Fon Wxw,Teras711066 Payment Request M Tetaphana: 1e1713ssesn Service Date:From 7MIMI Fax: 10171 315 4 07 0 Service Date:To 7tttrzms Invoice onto: WIVNI21 Remit Address:P a_Boxa5156o,avias,c%75395-1640 Agreement 4T0 Agreement Amendment Amountlo Completed Percent ($1Invaicad Current Remaining Sheet Flo and Work Type Description Amount Amount Date Amount Spent Previously Involca Balartdo Work IrVpe] lwaw $1.370.M5. 51.370.265.0 51.370,205.0 Work type 2 Wo,k e1 1Vork7 ed 6V.'kTyP.5 Work type e Totals This Invoice SIA70.765.c2 $7.3707d5.00 Si.370.235.00 Overall Percentage Spent: i i I �I II� 'I i Professional SeTVICOS Invoice Project Alanaerr: Fadda Godr ya Project: Westside IV EST and Transmission Main City project#: 103292 Work Type Doss: Water $QPPllrrinstrucllnns: FIO: City See Number: ral In grren eepls Including F—ril Campaete and Invoiced Peavluusiy Quanides Purchase Order: Men yeua Involce is complete,saee and close,start euusavr and Add your Invoke to thn Caebulletlt bidet lMlhle Plalftm bider. Name: aMeyIlan and Asariaas.mc_ SuppAersPW JnnllnTat.,Re. email: nmcam Supplier Invoice#: a�uer TWA P.E. Office Address salChelrr sleeel unit at.suite 130q I'm warm,Teaslsase Payment Request 0: Telephone: (all)n56511 Service Dale:from 71W021 Fax: (517)315.5070 Service Oate:7o MW021 Invoice Data: 71a1r1021 Remit Address:P.o.ear 951560,oslfw.TX 75775-ta40 Pay Items Agreement LTD Agreement Amendment Amendment Amountto Completed Percent (S)lnvoleed Current Remaining Description Amount Number Amount Hate Amount sent Pfavlous;y Invoice Balance 70-Qesl n 55,370,26_s.l)() 17D 11101 51.570.M.U0 Totals This Unit: 51.370165.t10 51.]7o165 ea 51.370.2d5W Overall Percentage Spent: ME Mom �r• rrrr■wn ■�� �wrr�rwrrr��rrr€��:�rirrrrrrr�Mm m�w�.�t�;a� mu Sao Tr+nsnvzd.n Alaln••FIn,10ef1 3 9I 21d 4Fs a 4o I65T,156 31 3E36 fa S1,C0o1 515500 fm,m 4,1 kcuiG Pead OnYn 1G Lim 15 dp F9 125100 ba 525,1d0 41.F C¢yerlltln]CRrn.l a 39M Ea 1930 4.1.2 6hNA4'nrsla.vEnffM S Sa 4 54,20 f0 44,IN 1J3 Mint L. M 6 3 12 52.5111 1?5k7 4.1.4 FISnaM Pla1[a SH3tF 75 I Ifi 50 I "1"125 $294 $- 137375 okla 31RIif 1 5 2i 4a 55 }6 ! $13275 4,IB CaIHdV:PIM.cibn PUN 5 10 Sffd 5 1560a 41'I 1rv0chkz613uyn 1q 20 lC SB,a SO 5055E3 41.0 T1.160 CRNI.IPI•I1S ] 5 10 bJ,4]0 F "Am 4.I.9 roi CeNr¢I Plans 10 ] 5 21 S54P5 40 55465 4.h 19 d ecifi¢atP'is 2 ><l 53 T3 21 mno 101 f32.356 CAM P' C'k-' n6 6 10 2a Sit Im E0a 3M eAnf h siwd ]73,w 4A.1Z Q.,IERVQPCG m 20 SSa2a So- 55,an xid6tldy Pit h'Sils 42 Fsa 3 5 14.950 30 54.Ulu 4.3 F5fi1 45>ON3 PUrt{aed6 cikaibrm I 5 SC 2d 6SA75 S75C ST sr-sm 9.4 Pl.eel q.ciaisnt s 51-10a 51.500 45 F45d CwN4 INPISC 1 2 5 SIA76 f $1,475 6AA LS1-9ld Ph- 46 0 12 s11,115 30 30 3a Mc 3160 411.16$ 51 6ms A- 5.f1 -1 I CAy62e iltuamdam a 33f to f310 511 Plan R¢51th Salter 1 2 2 11,3fa 30 55310 5,F]a PM!M1Rlrttl P4R A1400It Rn1. 3 5 6 T_$5 SA 32.655 5.f.3 A56nerOV.i1'an-1l3W4 Ad W- 5 15 5 4 SS.475 10 59.075 5.15 Te4W_le D'dvalvi REcanwl tSASvarA a 3 4 4 S2,5Fi6 S75C 57 3?310 52 CanldOaance lhca 2 0 23 2 36405 to S6405 _ 6a Fl it LIf611fElOh i•Gln•Bld Phu. 0 IN 32 d6 12 MAO {0 3a So $745 STJa 323.260 5.1 R11 Su d- 5.1.1 Ub.d6a[ 'WSbC fill 7 131 S0 $310 iWs[Cn 6ac1 nclm.nls aad31R16+11 5.1.2 P.HOWGS UiI 2 4 2 Si 19 Sa 5.IS2 Pw}AIlpPd Yr.-8tl G0nldnma 3 5 5 SZA55 ST.655 i.14 4 It 19 25 515 T.hW.I.QId.a R.w NAnrard 3 3 9 4 S2, $75a 57 �mS3?10 52 1.1 a191a 1 O.Idimh 2 9 20 2 S58 55g50 0.0A E3T- 1111211 Phavv 5111,1 1 s3 240 316 0 60 3136140 ]4 520.C60 IC 5210 330460 0166,550 81 Canlb1.c13an5 N I6 15 15.715 PlrywiGAlkN ewNarRaLO 1,1.1 CanlEl.rOa 5 5 52,4 S L2.400 8.1.2 ➢r.zw EvhbTS Wt ] 5 IS .6 _ 54BiFi AfaNhfy FrogwssNw.Fngr(lil aa5da 91.3 R1d!lbIRA WIh pA A1lM RE VlSl Rev�O 20 72 72 $32]W 320,W311'eld IC551 Ih't[96n SYa.000 552]a0 1.1.4 G 14dlq{NINar ralsliarJflFl 5 I 5 25 75 310.o5d 350950 61.5 H e[8ders 2 I d A 54.316 So 54,315 9.1b 5q on 6YWWaM LO I751 At 7[ 166 75 $56 m SV 955.304 01.T swsln,l¢I>=11 I Z B 4 S"w 5?063 SIb6aHu 1H1 Ik w wv 6.ta YSWH bLUN 12 16 15 E4715 SO fB 745 62 ae[Old Dk WA.aaa 12535aNa 2 5 6 ]6,a55 5250 5230 $1.143 T7dhln8S310 1414.CalxUO[ Phafe 9Ad ieM..s 4 3A 13s 2S1 0 62 10115 10 34 to 5250 376a 111.340 61 CzeuSu[4nS a 32 12 $462a 5U FapaIVAU306 Pr1..2.Wt 6.I.t Cenlerer�aI 6 52409 E0 $2.4 6-1.2 Z a..61aA1f 1P„Mer.!<k5 5 5 ! 1a 35,2w fo ;5,203 Ld rlhy Prm...IA.In2PStt Vn1(9) 6.19 aM ilglea 9 1z 513a30 so 513.d6C SSA4 Hfl6i14Ylfilr6R1 tlztyrs4l Fl I ! 26 23 SIa,51i0 34 310.050 &.16 CH a grd_vs I 4 b 8 $4.315-- SC $d 315 6-1A Shop Ura 11.0-nd tw 051 3 15 45 90 26 331.700 So 531 70a 6.1.7 5¢bel4vg¢nf/ 1 2 5 2 3?6s 5C 1}.BO$ E13 IW3M W R4'Poe%n UA 6 !0 f0 55,3I0 10 S5.10 5.7 Rafaldgr¢ sins 6W.1(25 Fnt.!s 2 5 2a 5 1,m 3250 32,5p 3714; 7A ROVlFuemx.d atrHces 4 24 34 1! a 2 3246s1 11.000 to to 10 &SMD 1336.5 7.t RWIRszealrh 5 f0 ®, slow f MOW Eeume c<Pzla6wrl !a•Vta3z 723 P.rin.mrd SIFT a 3I 2 5 10 53110 19.5300 nV-Easgnwms s9, i12l70 £AS4m4nl IxPd+A14•V NIaI.Vr'klkh 7,ID P.rma.gA 111R. w 1 4 S4 $3.210 f 210 TsmlaUR 14.En0TCa0rdiu0.,112 7,3 C¢ny1.M.) 10 20 2 ".926 025 T-P ROE Aw kAbA br Fwpwly 7.3 4atxla 2 5 m 34,7 IA720 7.4 C.,4.mvmwy 5vilh R.alin e 1 4 4a S200 f 52.69a !.a Sy-sue 0 21 11 116 O 0 320 65 1n,496 $24000 so S9 9BA16 1116 i40 0.1a EYR ngwa 5elt-GA 5Q6A'1 cr 2 101 5 $3,405 $'_9M CAI-Tt 5 O1 1591M 6.1 k aSw! ak1,-d31q'PA d,000LF 25 ] 0S Mm YPA-ToP. 521655 1.2 SUC w qqE 64a Task ! 3 SUE aM C¢gMnafan(9 L.val A 1ca160s1 1.3 3d. Lxav7d ! b 43 53635 916475 IHa S1E 516,17 320,IEA 1.0 pRrmlllln 0 42 103 162 0 4 SbT i40 $3 i11760 Sol 316t 1f/.600 $77142 R.1 toss 5 10 w O.Aft 57 IrM 97 .2 SAGE-[i0h 3lOATxdWn 20 20 Ea 4 $19¢]0 0 51B 4.J SRC n1ha P.ImA 3 +N V,?Omd 315,750 AI[5<aob SIB7S0 5211 Glq P'-sertnWL'en(m¢r.dla AdS0anx1 5.4 5PM[43A7'4VlAnJ 1 S $.5 Tamtl C.0 Crva• 1 5 20 aM bAiaa SC Mam �6aHPaf101aJ9 3ifMil'Ig( ttR3 rwvlAta 2.6 AddCOpil S. 3 1 15 55 56 15.3U5 Uryars.re Nfy P.rmd6M1 OtNnmvae !¢ 4.1 OddOcrul4nlrrs So F01130 F1rod;r.'aS1 ralml(rtllbll ma,rtal. ""`"�""""' 9A E lzcmSa R0C5 to So Eq to ;o 10A Amullone 34rN[at 4 30 42 103 0 0 S130aS }33-04f 14.1 QO 6fN IN i 42 1a] 333,W5 0 333,m5 p { 1 0 1104 ]6 0 75 I,2. b 1 3271 iF5i.9T! C 34A00 1315-590 1,i39,3/4 S dEr Un.4KtaE faoo-3 1007. Pao acl ilmmL aawerllnv Fwla v 4 OA aGl 417 19. IgOFi TO L.W,laHr 51 a24133 T¢LI Ea to $31520 (Al Tbl F.t 51370.ws 1.Igk758E snhwnsgk.re 515a,231 (al SUvt1 F.. -S6aoio ffeOdADTJ3dE afAMOVYUW01 515gy78 m TeUl Faf-.wva F.. 51.79a.755 I0% 6yp tf 13» 53a471 �Wilkl f."Ico%.1 C) S6WEI.e ION OfC 7AOTJSeE Pedkl edad 114% 1L290155.a0 ��_ S0.[W�� TM+1 Pro ed Ceal 113 O,If3 Drsrd IA4 1Yela1 Ea Cq Sgn % 3I S3J7 Ttm t0,017 PIRSrrfP! Ea% 9] 774151-m SoaO I eshnS D 1 J] L SPOL2rVa 3aA0 Swt 763L1oaa SO.W 5W.41 3137a TO6.D9 f0.6P 51370,2660q CAy 01Tnd Ykdh.T¢x.1 AlhslvntM R�ttveia!E1krt Supp'emeN TfpYe!Water eM SeBer Repla[eme.A F1AY}IR CMcfal Rekasv WIe�0,032012 CPN 103292-Exhibit B-3 Kimley-Born and Associates, Inc, Opinion of Probable Construction Cost Glieni, City of Fort Worth Date: 6/212021 Project: Westside IV EST and Water Transmission Main Prepared By: CPI KHA No.- 0610183xx Checked By: ,1RT Title: Summa Project Description Total 36"Transmission Main $12,500,000 Westside IV 1.0MG EST $4,050,000 Grand Total $16,660,000 Basis for Cost Projection: ❑� conceptual Design © Preliminary Design ❑ Final Design This total does not reflect engineering or technical services or land costs. The Engineer has no control over the cost of labor,materials,equipment,or over the Contractor's methods of determining prices or over competitive bidding or market conditions.Opinions of probable costs provided herein are based on the information known to Engineer at this time and represent only the Engineer's judgment as a design professional familiar with the construction industry.The Engineer cannot and does not guarantee that proposals,bids,or actual construction costs will not vary from its opinions of probable costs. 4VtwAIerOlTrojec1031T)_FTVJYDataW rW_MarkeangLFort_Worth%2a2i_FWWD-2021A1WSIV EST and WLlPPP10PCC_Scoping_WS4V EST and Transmission M1ain_2021-06-MAS Kimfey-Horn and Associates,lnc, Opinion of Probable Construction Cost ECllenC Cftyof Fortworth Date: 61112021 ject: Westslde IV EST and Water Transmission Main Preparad By: CPIA No.:0810183xx Checked B : A Title: Conceptual Alignment•36"Transmission Main Line No. Description Specification Unit Quantity Unit Price Cost 3311 10,3311 13, 1 3311,17841 36"Water Pipe LF 17,000. MUD $6,205,000 831114 2 3305.2009 36"Water Carrier Pie 33 05 24 LF 1,000 $300.00 $300,000 3 3305.1109 54"Casfng.BX OthorThan Open Cut...' 33 05 22 LF 1.000 $1,690.00 $1,600,000 4 3312.5000 36"AW WA Butterfly Valve,w/Vault 33 12 21 EA 5 $75,000.00 $375,000 5 3312,0110 Connection to Existing 36"Water Main 33 12 25 EA 1 15000,00 $15,000 8 3312.1005 6"Combination Air Valve Assembly for Water 3312 30 EA 8 $2W100.00 $200,000 ? 3312.6003 e"elow Off Valve " 331260 EA 5 $20.000.00 $100,000 8 13505.0109 Trench Safety 33 05 10 LF 17,000 $5.00 $85,000 9 3305-0103 Exploratory Excavation of Eadslin Utilities. 33 05 30 EA 12 $3,000.90 $36,000 10 3292-0300 Seeding,Mech Drilling 329213 SY 11,333 $15.00 $170,000 11 3110.0101 Site Clearing 31 10 00 LS 1 $50000,00 $50,000 12 3304.0002 Cathodic Protection 33 04 12 LS 1 $50,000.00 $50,000 13 3125,0101 SWPPP e 1 acre 31 25 00 LS 1 $30,000.00 $30,000 14 0171.0101 Construction Staking 01 7123 LS 1 $25,000.00 $25,000 15 0171.0102 As-Built Survey 01 71 23 LS 1 $30,000.00 $30,000 16 3305.0110 Utility Markets 33 05 26 LS 1 $10,000.00 $10,000 17 3471.0001 Traffic Control 34 71 13 MA 8 $3.000.00 $24,000 18 9999A000 Con ruct€en Allowance 99 99 99 LS 1 $250,000.00 $250,000 Subtotal: $9,555,000 0 No Design Coating. %+1- 30 $2,945,000 ❑ Preliminary oestgn Total $12,600,000 ❑ Final Des3gn I This total does not reflect engineering or technical services, The Engineer has no controt over the cost of labor,materials,equipment,or over the Contractors methods of determining prices or over competitive bidding of market conditions.Opinions of probable costs provided herein are based on the information known to Engineer at this time and represent only the Engineer's judgment as a design professional familiar with the construction industry.The Engineer cannot and does not guarantee that proposals,bids,or actual construction costs will not vary from its opinions of probable costs. 1t11wnlar011Projeal03Vr? F1VADate FT'W_Maikeling4Fad_WOMU021_FVMD-242tA1WSIV EST and WUPPP%OPCC_Ssaping WS-1V EST and Transmission rdaln_2021-05-1)2Als Kimley-Horn and Associates, Inc. Opinion of Probable Construction Cost Client: Fort Worth Date: 6/2/2021 Project: Westside IV Elevated Storage Tank and Transmission Main Prepared By: KLW KHA No.: 0610183xx Checked B : JRT Tttte: Westside IV 1.0 MG Elevated Storage Tank Line No. Description Quantity Unit Unit Price Cost 1 1.0 M. Composite Elevated Water Storage Tank 1 ' LS $2,500,000,00 $2;500,000 2 Site Grading 1 LS $10,000.00 $10,000 3 Electrical.(Solar)and SCADA 1 L5 $235,000.00 $235,000 4 mobiiizationl Bonds 1 LS $60,000.00 $60,000 Subtotal: $2,805,000 20 $565,000 1 MG Tank Total: $3,370,000 5 36"DI Water Line 235 LF $500.60 $117,500 6 12"Water Pipe 100 LF $200.00 $20,000 7 6"Water Pipe 60 LF $100.00 $6,000 8 4"PVC Drain Pipe 75 LF $50.00 $3,750 9 18"Perforated Pipe 1 LS $500,00 $500 10 6"Gate Valve wl Box 1 EA $2,000,00 $2,000 11 12"Gate Valve 1 EA $12,000.00 $12,000 12 36"Butterfly Valve w1 Vault 2 EA $75,000.00 $150,000 13 Fire Hydrant 1 EA $4,500,00 $4,500 14 4"Double Cleanout 2 EA $1,000.00 $2,000 15 4"P-Trap 1 EA $1,000.D0 $l,DOD 16 Ductile Iron Water Fittings w1 Restraint 6 TON $5,000.OD $27,500 17 Connection to Proposed 36"Water Main 1 EA $20,000,00 $20,000 18 Trench Safety 395 LF $5.00 $1,975 Subtotal: �F$368:725 Contin %,+1. 30 $111275 Yard PlpIng Total: $480,000 19 6"Concrete Driveway 300 SY $200,00 $60,000 20 7`Concrete Sidewalk 10 SY $75,00 $750 21. ' 3`Concrete Sidewalk i 30 SY $76,00 $2,21a 22 6'Chain Link Fence 810 LF $50.04 $40,500 23 12"Concrete Mow Strip 810 LF $10,00 $8,100 24 24'Cantilever Sliding Gate 1 EA $10,000.00 $10,000 25 1 Erosion Control 1 LS $30,000.00 $30,000 Subtotal: $151,563 Canting. °/n,+M 30 $48,438 Site Improvements Total: $2D0,00D Basis for Cost Projection: IlTotal $4,050,000 (] No Design ❑ Preliminary ❑ Final Design This total does not reflect engineering or technical services. The Engineer has no control over the cost of labor,materials,equipment,or over the Contractor's methods of determining prices or over competitive bidding or market conditions.Opinions of probable costs provided herein are based on the information known to Engineer at this time and represent only the Engineer's judgment as a design professional familiar with the construction industry. The Engineer cannot and does not guarantee that proposals,bids,or actual construction costs will not vary from its opinions of probable costs. ATTACHMENT"C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for Westside IV Elevated Storage Tank and Transmission Main City Project No. 103292 NO CHANGES i City of Fort Warth,Texas Attachment C PMO Release Date 05.18.2010 Page i of 1 i i o w t' �i m vn a o m m , m in n w d r n s 1� b D a caq In Sm w zn O d�+ D D c o: p 3 a a cai ;lh1 a. p �, m m m m y:I ro w 3 t`q„ c- c o ro o o ff m m �'O 2 m',m H m— a- 3 n aI'? In n d p R � �a w in m � J n rt � 1" *+ n: ro F7 w � �� � � 2C cn:as w �+ 2 2 �.•• `'{-g J 1° a gig RL so D ro R N2im �R w i m _ p 3 F W OI F N A M F W:O\ O\ P W A-F U W W l-� F Ol N N N W F F Y+ OI W W p Q q. 4 4 Q 0- a .N K K'K N Kvai K ti �'K { K'K d N N..0'k'K K.�.� K kN N U N • 1/ � 3 .Z „ � r c'e n:rµo m1.� :D m rc �, m m m�+ m n:rn m m m ra m m rn m i m•m m-m m w ro m m W vW N��+.,,= � F,O O'O'M LW+ �'l❑ ID'lq 1p.lq m � � �i mj,[�� V � � \ t_+ � ..�� F W W Ln t, R Uzi. o \ i W-W'F�tnwrn F'W N N G ry O.O O O q O',O tl'.p O O O-q O O ❑ O'8 b ❑ ❑ p ❑ 0.0 p b O p O N FIN N � 1iN� � �.�`� n\i: FN`. 7 7 e1 i zz v m 4 � C � v µ n ■■ .Z . J N � a N 3 p A I I 3 a � a F I� � I R 5� D G � O a O� pp11 OO�� at N N v1 In In U� lh N lh A A A A A A A A A p � d� [n L W N � O �O m Y d ll� Aa W N � O �➢ W J Qi l/� A W N � O N � J 6� � WHO !L[L��.�I�I�I�IR����I�����������I■�S����� air "• �' z � a a 3 3 3 m a Y � a m r� •.� of � p i r � r c z � C � � � 3 w v a a. o .`� R Ro R� o• m a a n •' d C a 3 w Q X ? Ra Ra m 0 iy a m 2 2 n n n w g +a^a a is m n c = 3 �• v' •2 3 o a' ro m 'n v �, 3 n 4r� Q 0 � t _ 4D a A Q m aaG G e. < ae N e -ce -e w w m: -c ra w N •e ti 4-, Z.N o. 3 � N 3 F 1 � '� ro.ro m m m m to A A c m.c c c ry m m ro ro ro ro a a n a a n A A w � ro � !.= m ` -._'N ��./ ��++, = A W `.�`' Y � o�o o a fl o-u, rn rn m vi.in e`, ono n•? `.� W N hJ N N N N N N N NI� N N N. o o ro a o 0 o c c c i➢-C•C a o o o o o'a o o ro m m m m m c c c m �yyQp:Nc l_J F�p �1y `] �.1 T Gl ai-In ln In Y,en In A W A W W W W W W C IO 00 V m In ry G jC 33[ t r mm CI � � Z d _ O w c � N c � N ? Z c � w _ 3 a = I a 2 9 3 1 n I. li I� II ATT/\Cl,LlML_` NT LE Westside IV EST and Water Transmission Main Legend FORT NORTH IH-20 'f } Proposed Markuin Ranch I Pump Station (by others) IS 4 R t. Ale do Raad PROPOSED WATER TRANSMISSION MAIN PROPOSED WS IV 9.GMG EST SITE star G r •h'es,C „ Air U' r t"R, IF •n 1 r1' W rC•r nily City of For' Worth, Texas Mayor and CouncilCommunication DATE: Tuesday, June 22, 2021 REFERENCE NO.: **M&C 21-0482 LOG NAME: 60WSIV EST AND TRANSMISSION MAIN-KHA SUBJECT: (CD 3) Authorize Execution of an Engineering Agreement with Kimley-Horn and Associates, Inc. in the Amount of$1,370,265.00 for Design of the Westside IV Elevated Storage Tank and 36-inch Water Transmission Main, Provide for Project Costs for a Total Project Amount of$1,831,291.00, Adopt Attached Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt, and Adopt Attached Appropriation Ordinance . . ......... .... ... . . .... .. 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$1,370,265,00 for the Westside IV Elevated Storage Tank and Water Transmission Main, 2. Adopt the attached resolution expressing official intent to reimburse expenditures with proceeds from future debt for the Westside IV Elevated Storage Tank and Water Transmission Main; and 3. Adopt the attached appropriation ordinance adjusting appropriations in the Water and Sewer Commercial Paper Fund by increasing appropriations in the amount of$1,831,291.00 in the Westside IV Elevated Storage Tank and Water Transmission Main project(City Project No. 103292) and decreasing appropriations in the Unspecified project(City Project No. UNSPEC) by the same amount. DISCUSSION: This Mayor and Council Communication is to authorize the preparation of plans and specifications and appropriate additional funding for the construction of Westside IV Elevated Storage Tank(EST) and 36- inch Water Transmission Main. Growth within west Fort Worth and its Extra Territorial Jurisdiction 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 pressure planes. This EST will provide additional storage capacity in the Westside IV Pressure Plane while 36-inch Water Transmission will pump/provide the needed water to the tank. The proposed scope of services include site selection and feasibility studies, field surveys, property appraisals and platting for EST site, design for the transmission main, design survey, environmental permitting, easement preparation, subsurface utility engineering, geotechnical investigation, coordination and permitting with various agencies. Klmley-Horn and Associates, Inc. proposes to provide all the necessary design and construction administration services for a fee of$1,370,265.00. Staff considers the proposed fee to be fair and reasonable for the scope of services proposed. In addition to the contract amount, $461,026.00 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. Appropriations for the Westside IV Elevated Storage Tank and 36-inch Water Transmission Main project are as depicted below: Existing Additional Fund Appropriations Appropriati©ns Project Total W&5 Commercial $0 000 $1,831,291.00 $1,831,291.00 (Paper Fund 560201 Project Total $0.00 $1,831,291. 0]$1,831,291.00 *Numbers rounded for presentation. This project is anticipated to be included in a future revenue bond issue for the Water&Sewer Fund. Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the callable Commercial Paper Program (CP) will be used to provide interim financing for this project until debt is issued. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached Reimbursement Resolution. Under federal law, debt must be issued within approximately three years in order for these expenses to be reimbursable. Adoption of the attached resolution does not obligate the City to sell bonds, but preserves the ability to reimburse itself from tax-exempt bond proceeds. Business Equity: Kimley-Horn and Associates, Inc. is in compliance with the City's Business Equity Ordinance by committing to '10 percent Business Equity participation on this project. The City's Business Equity goal on this project is 10 percent. The project is located in COUNCIL DISTRICT 3. FISCAL INFORMATION I CERTIFICATION: The Director of Finance certifies that funds are currently available in the UNSPEC project within the W&S Commercial Paper Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the W&S Commercial Paper Fund for the WSIV Elevated WST &Trans Main project to support the approval of the above recommendations and execution of the engineering agreement. Prior to an expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS (FIDs): TO ��� partment Accoun Project Program Activity Budget Reference # Amount _ID ID I - - - — Year (Chartfield 2) _ -71 FROM Fund Department ccoun Project Program ctivity Budget Reference# lAmoun ID ID Year I._ (Chartfield 2) CERTIFICATIONS: Submitted for City Manager's Office by: Dana Burghdoff (8018) Originating Department Head: Chris Harder (5020) Additional Information Contact: Farida Goderya (8214) ATTACHMENTS 1. 103292 We-stside IV EST and WaterMain COMPLIANCE MEMO.pdf (CFW Internal) 2. 60WSIV EST AND TRANSMISSION MAIN-KHA..FID Table (WCF 06.08.21).xlsx (CFW Internal) 3. 60WSIV EST AND TRANSMISSION MAIN-KHA Form 1295,pdf (CFW Internal) 4. 60WSIV EST AND TRANSMISSION MAIN-KHA funds avaiiability.docx (CFW Internal) 5. 60WSIV EST AND TRANSMISSION MAIN-KHA Reimb Resolution.docx (Public) 6. 60WSIV EST AND TRANSMISSION MAIN-KHA 56020_A021(r3).docx (Public) 7. KHA SAM.pdf (CFW Internal) 8. M & C MAP.pdf (Public) N N o Sp W Q� cSn SN t� RO W W° W° lis to L1L V, W Cn 0 0 Ln Ln m m M m m m m m m m P O O CD q O 0 0 O 0 m m N N N N N N N O d o o O n 0 0 0 O 0 q 1 0 0 0 O 0 d d d 0 0 p o `L m m m m m m m m m m 0 0 cn rn Cl0 0 0 0 0 o CD O o O O t7 0 4 d n d O p O A A A A A A A A A A w w w w w w w w w w A Aw w 0 6 0 CD 00 O p O 0 0 7.. In Ln Ln Ln W to to (A In Ln w W w V V W r w w r L-+ w r A r w r W A F+ j O o CIO d 0 O O 0 w Ln w 0 0 w r N H J., T Ln O Ln I-, r Q 4 0 0 0 O 0 O © o CDr 0 r 1-1 y _ '+1 r r r r r r r r r r+ G O O 0 O p n 0 0 0 0 w W W W W W w W w w w z i Ili N to N N N N NJN N w N Ln G LO W LD LO LO LD LO LD LD LD O T ro N N N N N N N N N N N n 0 0 0 0 0 0 n o m d o c O O 0 0 0 0 O 0 o q O r A AP A W w w WO m 4� 41 C) O O 0 0 Cl 0 0 11 LD tD ll1 LD lD LO LD W w w N N m LO LD w LO LD LO LO LD w O CDLP LO LO w LD LO LO LO w w N N w w LD w w W LO LO W w r r • i/r N M N 0o w? c r Vn La A V il Vn I/n w w w m r Ln U, O Ln p O Ln N h r J V O O cD Co O N p Ln jV jv r M 0 0 0 0 O m g N LD LO m LD 0 0 0 0 O in O r t- r 0 0 0 O 0 0 0 0 0 q ' n o a o o 0 0 o n • o0 0 o c Ln U tr °1 m 0 � LLL � n n 0 3 a