Loading...
HomeMy WebLinkAboutContract 58146 CSC No. 58146 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 HDR Engineering, Inc., authorized to do business in Texas, ("ENGINEER"), for a PROJECT generally described as: Eastside 11 36-Inch Prestressed Concrete Cylinder Pipe Water Main Condition Assessment and Critical Replacement Identification — Project No. 103294. 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 11 Compensation The ENGINEER's compensation shall be in the amount up to. $900,846.00 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 VI. ❑, 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 City of Fort Worth,Texas [Ea slsida it 36'PCCP'Water Main Assessment and Replacement) Standard Agreement far Engineering RaIated Design Services [1032041 Revised Dale Novem bet 23,2021 OFFICIAL RECORD Page}of 15 CITY SECRETARY FT.WORTH, TX original effective date. 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 (l) The ENGINEER shall advise the CITY with regard to the necessity for subcontract work such as special surveys, tests, lest 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 sails, 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 occurthat could affect the total PROJECT cost and/or execution. These conditions and costlexecution effects are not the responsibility of the ENGINEER. City at Fort Worth.Texag [Eastside II 36'PCCP Water Main Assessmgnt and Reptarement] Standard Agreement for Engineering Related Design Services [1 032N] Revised Date;November 23.2021 Page 2 of Is D. Preparation of Engineering Drawings The ENGINEER will provide to the CITY the original drawings of all plans in ink on reproducible mylar sheets and electronic files in .pdf format, or as otherwise approved by CITY, which shall become the property of the CITY. CITY may use such drawings in any manner it desires; provided, however, that the ENGINEER shall not be liable for the use of such drawings for any project other than the PROJECT described herein. E. Engineer's Personnel at Construction Site (1) The presence or duties of the ENGINEER'S personnel at a construction site, whether as on-site representatives or otherwise, do not make the ENGINEER or its personnel in any way responsible for those duties that belong to the CITY and/or the CITY's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and; completing all portions of the construction work in accordance with the contract documents and any health or safety precautions required by such construction work. The ENGINEER and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. (2) Except to the extent of specific site visits expressly detailed and set forth in Attachment A, the ENGINEER or its personnel shall have no obligation or responsibility to visit the construction site to become familiar with the progress or quality cf 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. ( ) 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. Lily of Fort Worth.Texas 1Ea5tside II 36'PCCP Water Main A;nensment and Replacement] Standard Agreement for Engineering Related Design Services [1Q32941 Revised Dale.Nuvamber23,2021 Page 3 of 15 F. Opinions of Probable Cast, Financial Considerations, and Schedules (1) The ENGINEER shalt 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 cast, 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 ape rationaI factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, the ENGINEER makes no warranty that the CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from the ENGINEER's opinions, analyses, projections, or estimates. G. Construction Progress Payments Recommendations by the ENGINEER to the CITY for periodic construction progress payments to the construction contractor will be based on the ENGINEER's knowledge, information, and belief from selective sampling and observation that the work has progressed to the paint 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 componerits, or exact manner in which the PROJECTwas finally constructed. The ENGINEER is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. GKy of Fart Werth."texas JEastside II 36'PCCP Wafer Main Assessmenl and Replay amenl] Standard Agreement Oar Engineering Releied Design 5ervioes [103294] Revised Date.November 23.2021 Page 4 of 15 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 No. 25155-10-2021 (replacing Ordinance No_ 24534-11-2020, 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 VIBE 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 riot 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 facillties, 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 for the cast of hard copies at the rate published in the Texas Administrative Code in City of cart Wooh.Texas lFaMside 1136'PCCP VVnirr Main Assessment and Raplacemenlj Standard Agreement for£ngkwen rg Related Design 5ervioes [1032941 Revise4 babe: Novernher 23,2d21 Page 5 Of 16 effect as of the time copying is performed. K. INSURANCE Engineer shall not commence work under this Agreement until it has obtained all insurance required under Attachment F 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 raespondeat superior,shall not apply. M. Disclosure The ENGINEER acknowledges to the CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interest, direct or indirect, in property abutting the proposed PROJECT and business relationships with abutting property cities. The ENGINEER further acknowledges that it will make disclosure in writing of any conflicts of interest that develop subsequent to the signing of this contract and prior to final payment under the contract. N. Asbestos or Hazardous Substances (1) 1f asbestos or hazardous substances in any form are encountered or suspected, the ENGINEER will stop its own worts 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 FNGINEER to assist in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. Q. Permitting Authorities - Design Changes If permitting authorities require design changes so as to comply with published design criteria and/or current engineering practice standards which the ENGINEER should have been aware of at the time this Agreement was executed, the ENGINEER shall revise plans and specifications, as required, at its own cost and expense. However, if design changes are required due to the changes in the permitting authorities' published design criteria and/or practice standards criteria which are published after the date of this Agreement which the ENGINEER could not have been reasonably aware of, the ENGINEER shall notify the CITY of such changes and an adjustment in compensation grill be made through an amendment to this AGREEMENT. Lily of Fort Onrlh.Texas IEaslside II 36'PC GP Water Main Assessment and Replacement] Slandard Agreement Far Engineering Related Design Services [103234) Revised Dale.November 25,2021 Page 6 or 15 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 cast 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 bias; 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; ❑btain 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 Fan Wirth,Texas [Fastside!l 36'PCCP Wnler Mai n Assessment and Replacement] Standard Agreement for Enginsering Related Design 5ervioes [103294] Revised Date: November 23,2021 Page 7 of 15 F. Asbestos or Hazardous Substances Release. (1) CITY acknowledges ENGINEER will perform part of the work at CITY's facilities that may contain hazardous materials, including asbestos containing materials, or conditions, and that ENGINEER had no prior role in the generation, treatment, storage, or disposition of such materials. In consideration of the associated risks that may give rise to claims by third parties or employees of City, City hereby releases ENGINEER from any damage or liability related to the presence of such materials. (2) The release required above shall not apply in the event the discharge, release or escape of hazardous substances, contaminants, or asbestos is a result of ENGINEER'S negligence or if ENGINEER brings such hazardous substance, contaminant or asbestos onto the project. G. Contractor Indemnification 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 contractGes 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 ENGINFFR 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. Cily of Fart Worth,Taus [ astaide I I W'PCCP Water Mai n Assessment and Replacement] StardardAgnmmantfnrFnginnering Related Design$ervirns [103P94] Reuised Date; Ngvember 23,2021 Page a of is I. 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 majoure or other causes beyond their reasonable control, including, but not limited to: acts of the public enemy, fires, strikes, lookouts, natural disasters, epidemics/pandemics, wars, riots, material or labor restrictions by any governmental authority and/or any other similar causes. City of Fart Wodh,Texas [Easiside ff 36`PCCP Waler Mal n Assessm-nt and Raptacemeaq Standard Agreement forEngfneerirtig Related Design Services 11932941 Revised Pate;November 23,2021 Page 9 of 15 D. Termination (1) This AGREEMENT may be terminated a,) by the City for its convenience upon 30 days' written notice to ENGINEER. l ) 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 nonperforrnance 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 prcueeding with termiriatian services, the ENGINEER will submit to the CITY are itemized statement of all projected termination expenses. The CITY'G 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 PROIEGT's schedule, commitment and cost of the ENGINEER's personnel and subcontractors, and ENGINEER's compensation will be made. F. 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 City of Farl Worth,Texas [Eastside 11 W PGCP Vdaier Main Assessment and Re{daeenzeol] Standard Agreemeol for F n gi neeri n g Relaied Design se rvioes [1 W94] Revised Me:Novem4er 23,2021 Pane 10 of 18 property infringement, or failure to pay a subcontractor or supplier. CITY is entitled to recover its reasonable attorney's fees in proportion to the ENGINEER's liability. G. Assignment ENGINEER shall not assign all or any part of this AGREEMENT without the pricrwritten 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. I. 5everability and Survival If any of the provisions contained in this AGREEMENT are held for any reason to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability will not affect any other provision, and this AGREEMENT shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. Articles V.F., VI.B., VI.a., VI.F., VI.H., and VLL 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 gray 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, indernnify and Bald 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. City aF Fol Warm,Texas iEastslde II 36'PCCP Water Main Assessment and Replacement) Standard Agreement for Englneering Related Design Services i1032B41 Revised date. November 23.2021 Page 11 0115 The failure of CITY or ENGINEER to insist upon the performance of any term or provision of this Agreement 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 (1-9). Upon request by CiTY, ENGINEER shall provide CITY with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. ENGINEER shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any ENGINEER employee who is not legally eligible to perform such services. ENGINEER SHALL 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 unless a sale proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if ENGINEER has 10 or more full time-employees and the contract value is $100,000 or more, the 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 lsrael" 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 if Chapter 2271, Texas Government Code applies, ENGINEER: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. N. Prohibition on Boycotting Energy Companies ENGINEFR acknowledges that in accordance with Chapter 2274 of the City of Fait Worth,Texas [F;asls;de II 36'PGGP W419r Main ASs9sSrngnt and Replacv—nt] Standard Agreement for Engineer+ng Related Design Serwirns IM294] Revised DaW:Nowonber 23,2021 Page 12 of 15 i I Texas Government Code-{as added by Acts 2021, 87th Leg., R.S,, S.B. 13, 2), the CITY is prohibited from entering into a contract for goods or services that has a value of$100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full- time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S,, SR 13, § 2). To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, ENGINEER certifies that ENGINEER's signature provides written verification to the CITY that ENGINEER: (1) does not boycott energy companies; and {2) will not boycott energy companies during the term of this Agreement. G. Prohibition on Discrimination Against Firearm and Ammunition Industries ENGINEER acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1), the CITY is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the oontract contains a written verification from the company that it. (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1). To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, ENGINEER certifies that ENGINEER's signature provides written verification to the CITY that ENGINEER: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the terra of this Agreement. 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 sarne instrument. nity of Fart Wirth.Texas [F.aslside II 36'PCGP Water Main Assessment and R%Wement] Standard Agreement for Engineering Releted Design Services [103294] Revised Date:Noven trer 23.2021 Page 13 of 16 The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A - Scope of Services Attachment E - Compensation Attachment C - Amendments to Standard Agreement for Engineering Services Attachment D - Project Schedule Attachment E - Location Map Attachment F — Insurance Requirements City of Fort Worih,Texas [Fasfside ii 16'FCCP Waier Mal rnAssessmentand Rapiasement] Siondard Agreement Far r-nglneering ReInted l7ea1gn Services [102a4) Revised isle:November 23.2021 page 14❑f 15 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 HDR Engineering, Inc. Luna au"bd2E Dana Burghdoff Xep 29,2022 09:29 CDT) Dana BurghdofF -1�- Assistant City Manager Lucas A. Bathurst, P. E. Date: Sep 29, 2022 Vice President a aF 4 foRr�°❑000°oo G Date: September 22 2022 p, ATTEST: a�►o° o � o Jannette 5.Goodall{Sep 29,20_ - �AA*o ooattp*J Jannette S. Goodall YY} nG00000C A City Secretary aaa"00000 4a APPROVAL RECOMMENDED: co�klhf?�hkPAlet By:Christopher ii rder fSep 27-202213:26 Chris Harder, P. E. Director, Water Department APPROVED AS TO FORM AND LEGALITY Form 1295 No. 2022-885443 WA By;Ni.ack 15ep 28,202210:12 CST: M&C No.. 22-0592 Douglas W. Black Sr, Assistant City Attorney M&C Date: 08/09/2022 Contract Compliance Manager: By signing, 1 acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. sco-f f Tayfor PE Scott Taylor, P.E. Senior Professional Engineer OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX City of Fart Worth,Toms [EaslsIda II 36'PCCP Water MaIn Assessment and Rapt a ccrnent] Standard Agreement for Engineering Related Design Services [103294] Revised Date:November 23,2021 Page 15 of 15 ATTACHMENT A DESIGN SFRVICES F4R EASTSIDE 1136•INCH PCCP WATER MAIN ASSESSMENT AND CRITICAL REPLACEMENT IDENTIFICATION CITY PROJECT NO.;103294 ATTACHMENT A Scope for Enlaineering Design Related Services for Water and/or Sanitary Sewer Improvements DESIGN SERVICES FOR EASTSIDE 1136-INCH P CP WATER MAIN ASSESSMENT AND CRITICAL REPLACEMENT IDENTIFICATION CITY PROJECT NO.: 103294 The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. WORK TO BF PFRFORMF❑ Phase I —Condition Assessment Task 1. Project Management Task 2. Condition Assessment Planning Task 3. Data Collection and Survey Task 4. Dry Run and Finalize Condition Assessmen, Plan Task 5. Acoustic Leak and Gas Inspection Task 6. Prestressing Wire Assessment Task 7. Engineering Analysis and Recommendations Report Phase 11 — Design of Selected Im rovements Task 1. Scope and fee to be determined during Phase I and added after Phase I completion via amendment TASK 1. PROJECT MANAGEMENT. ENGINEER will provide efficient and effective use of ENGINEER's and CITY's time and resources. ENGINEER will 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 City of Fort Wolh,Teas Attachment A PMO Release Date:07.23.2012 Page 1 n113 AT'IAGHM E HT A DESIGN SERVICES FOR EAMIDE 11U-INCH PDCPWATER MAINASSESSMENT AND CRMCAt REPLACEMEHT IDENTIFICATION CRY PROJECT NO.:1032% ATTACHMENT A Scope for Engineering Design Related Services for Water and/or Sanitary Sewer Improvements DESIGN SERVICES FOR EASTSIDE A 36-INCH PCCP WATER MAID! ASSESSMENT AND CRITICAL REPLACEMENT IDENTIFICATION CITY PROJECT NO.: 103294 The scope set forth herein defines the work to he performed by the ENGINEER in completing the project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. WORK TO BE PERFORMED Phase I — Condition Assessment Task 1. Project Management Task 2. Condition Assessment Planning Task 3. data Collection and Survey Task 4. dry Run and Finalize Condition Assessment Plan Task 5. Acoustic Leak and Gas Inspection Task 5. Prestressing Wire Assessment Task 7. Engineering Analysis and Recommendations Report Phase 11 — Design of Selected Improvements Task 1. Scope and fee to be determined during Phase I and added after Phase I completion via amendment. TASK 1. PROJECT MANAGEMENT. ENGINEER will provide efficient: and effective use of ENGINEER's and CITY's time and resources. ENGINFER will 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 City of Far/Worth,Texas Attachma nS A F MO(Release Dale.07.23.2012 page 1 of 13 ATTACHME#IT A DESIGN SERVICE$FOR EAMIDE 113E-INCH PCCPWATER MAIN ASSESSMENT AND CRrrICAt REPLACEMENT IVEHTIFICAWN CITY PROJECT NO.:133294 • Lead, manage and direct design team activities • Maintain quality control during performance of the work • Communicate internally among team members Task and allocate team resources 1.2. Cornmunicatkcns and Reporting • Attand a pre-design project kickofffcha Her!ng meeting with CITY staff to confirm and clarify scope, understand ciTY objectives, and provide economical and functional condition assessment options that meet CITY requirements. • Conduct review meetings with the CITY at intermediate stages of Phase I - condition Assessment. • 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 Part Worth's Schedule Guidance Document. • 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 will communicate with permitting authorities such that their regullatory requirements are appropriately reflected in the designs_ ENGINEER will work with regulatory authorities to obtain approval of the designs, and make changes necessary to meet their requirements, as part of the design scope, • Personnel and Vehicle Identification: When conducting site visits to the project location, the ENGINEER or any of its sub-consultants will carry readily visible information identifying the name of the company and the company representative. ASSUMPTIONS • 5 meetings with city staff. • 12 monthly water department progress reports will be prepared. • 12 monthly project schedule updates will be prepared. DELIVERABLES A. Meeting summaries with action items- B. Monthly invoices. C. Monthly progress reports. City of Fnrl Worth,Texas Attachment A PMO Release NtRr 02 12014 Page 2 of 19 ATTACHRENTA oI;SIGN SERVICES FOR ERSTSIDE II SB•INCH PCCP WATER MAIN ASSESSMENT AN CRITICAL RI=PLACEMCNT IOC H7IrlUTION CITY PROJECT 11O.:103294 D. Gasoline design schedule. E. Monthly schedule updates with schedule narrative describing any current or anticipated schedule changes. TASK 2. CONDITION ASSESSMENT PLANNING. The purpose of the Condition Assessment Planning task is for the ENGINEER to • Study the existing alignment and appurtenances, • Identify access locations, • Conduct permitting research and coordination, F Discuss coordination with CITY field operation staff, and Obtain the CITY's endorsement of the proposed Condition Assessment Plan. ENGINEER will perform tasks for the Condition Assessment Planning stage as follows: 2.1. Records Review . The ENGINEER will review existing records data obtained from the CITY, including but not limited to record drawings, lay drawings, GIS location data, and master plans. • The ENGINEER will review recent rehabilitation information obtained from the CITY including GIS location data, field photographs, and other relevant design documents. 2.2. Site Visit Prior to the scheduied site visit: ■ The ENGINEER will develop a map identifying points of interest along the alignment that will be considered for access and tracking during condition assessment activities. • The CITY will prepare each point of interest by providing access (clearing brush, mowing, opening manways and vaults, etc.) and cleaning the interior of each vault (removing dirt and debris, pumping out standing water, etc,) to make sure that appurtenances (valves, ARVs, blind flanges, etc.) are visible from the ground surface. I i The ENGINEER will perform a visual inspection of up to twelve (12) existing air release, blowoff, or gate valve vaults to observe features to confirm; I Existing valve and tool monitoring or access locations, • Potential additional access locations, and ■ Traffic diversionlcontrol requirements. No confined space entry is anticipated, Estimated effort of 2-3 days. 2.3. Past Failures Review City of Foft Worth.Texas AUachmenl A Phmo Re nwe Dam-.08.1.2014 Page 3 of 13 ATTACHMENTA 6E316N SERVICES FOR EASTSIDE II H IECH PCCP WATER RAIN ASMSMEW AND CRITICAL REPLACEMENT IM11FICA110N CITY PROJECT NO.:10929d • The ENGINEER will review photographs, reports, and information related to past failures provided by the CITY. 2.4. Permitting Coordination • The ENGINEER will conduct permitting research and coordination requirements for condition assessment work within TxDOT right-of-way and at creek crossings (USACE). • The ENGINEER will assist the CITY with permitting requirements if immediate rehabilitation, relocation, or repair is recommended during condition assessment activities_ 2.5 Condition Assessment planning Workshop • The ENGINEER will conduct a workshop with the CITY field operations team to discuss logistics for anticipated shutdowns, access locations, and coordinating with a Contractor for field work. 2.6 Condition Assessment Planning Technical Memo • The ENGINEER will summarize findings and discussions in a condition assessment planning technical memo (TM). Content to include information on field operation coordination, approved access locations, and permitting requirements ASSUMPTIONS • Two copies of the condition assessment planning TM will be delivered. Report will be letter sized and comb bound with a clear plastic cover. Drawings will be 11x17 size fold outs bound in the report_ • ENGINEER will prepare the meeting minutes for the Condition Assessment Planning Workshop with the CITY. • ENGINEER will not proceed with Data Collection and Survey activities without obtaining written approval by the CITY of the Condition Assessment Planning TM. DELIVERABLES A. Condition Assessment Planning TIVI. B. Meeting minutes for the Condition Assessment Planning Workshop. City of Kal Mrih,Texas Allachmftnl A PMO Release pate,Oa.1.2414 Page 4 oP 13 ATTACHMENTA DESIGN SFRVICFS FOR EA$T91DE 113G•INCH PUP WATER MAIH ASSESSMENT AND CREEiCALREPLACEMENT11D NWIFICATIOM CITY PROJECT N4:103294 TASK 3. DATA COLLECTION AND SURVEY. The ENGINEER will perform data collection and survey activities as follows: 3.1. Development of a draft Preliminary Condition Assessment Plan. This plan will define haw to deploy tools and who is responsible for what actions to clarify roles and responsibilities. The plan will also include the following; • Xylem planning document describing how to perform SmartBall and PipeDiver inspections, • Risk Review and Contingency Plan. • Safety Plan. 3.2. High frequency pressure data. • Data monitors changes in pressure that impact the structural integrity cf the pipe. The data logger device requires a minimum 114-inch threaded outlet to collect high-quality data on the water system operation including sudden Changes in pipe pressure for a minimum of 90-days. • The ENGINEER will coordinate with the CITY to identify an optimal location to insert the data logger device. An existing pump station on the downstream or upstream and of the project limits may be feasible if major pressure changes and i or pipe diameter changes do not occur. Alternatively, a fitting can be installed to insert the data logger device. ■ The CITY will lead efforts to provide access to a suitable location for the data logger device_ 3.3. Conduct the fallowing ground-level surveys along pipe alignment to identify and locate corrosive soils: ■ EMAG iInexpensive method to screen the alignment for corrosive soils. ■ ReC131mmended along the entire pipe alignment except paved areas. ■ Estimate 1 day of effort for six miles. • Wenner 4-pin testing ■ Provides detailed resolution on soil corrosivity. • Locations to be determined using EMAG data or recommended at approximately every 1320 ft (quarter mile) and one at each end of project limits. ■ Estimate two days of effort for approximately 24-27 locations_ • Close Interval Survey (CIS) ■ Identifies locations on the pipe that are experiencing active corrosion. City of Fort Worth.7exa8 Attachmeni A PMO Release Date-08.9.2014 Page:`5 of 13 ATTACHMENT A DESIGN SERVICES r4R EASTSIDE II 3&-INCH PUP WATER MAIN ASSESSMENT AND CRERCAL REPLACEMENT IDENTIFICATION CITY PROJECT NO-,101294 ■ Estimate 4-6 days of effort for urban setting. 3.4. Soil sampling and analysis. Using the ground-level survey data, the ENGINEER will collect a maximum of 10 soil samples for the following laboratory analysis: ■ Soil Box for Soil Resistivity: ASTIUI 0187, ■ Soil Corrosivity, ■ pH: CTM 643, ■ Soluble Salts (Anions): ASTM D4327, ■ Moisture Content. ■ If poss[ble, groundwater samples will also be collected and lab-tested for the same criteria. • Samples will be taken at a horizontal distance approximately three to ten feet away from the existing pipe {outside of pipe zone) and at depths approximately even with the bottom of the existing pipe. 3.5. Data Collection and Survey Technical Memo. + The ENGINEER will summarize findings from the high frequency pressure data logger, appurtenance assessment, ground-level surveys, and soil sampling and analysis activities in a technical memo for submittal to the CITY, ASSUMPTIONS ■ Hydraulic modeling is not required to evaluate flow and pressure conditions given pipeline and valve configurations needed to support the PipeDiver and SmarlBall inspections. a Two copies of the Preliminary Condition Assessment Plan, including a Disk Review and Contingency Plan and Safety Plan, will be delivered. Report will be letter sized and comb- bound with a clear plastic cover. ❑ravings will be I IxI7 size fold outs bound in the report. I • Two copies of the Data Collection and Survey TM wili be delivered. Report will be letter sized and comb-bound with a clear plastic cover, drawings will be 11x17 size fold outs hound in the report. + ENGINEER will not proceed with Final Condition Assessment. Plan activities without written approval by the CITY of the Data Collection and Survey TIVII. DELIVERABLES A. Preliminary Condition Assessment Plan, including a Risk Review and Contingency Plan and Safety Plan. I j 8. Data Collection and Survey TIVI. C Ity of Fora Worth,Texas Attachmmnt A PMO Releaw Dale-fl6.1.2014 Page 0 of 13 ATTACHMENT A DU1014 SERVICES FOR E ASTSI DE.11364NCN PCCP WATER(RAIN ASSESSMENT AND CRITICAL REPLACEMENT IDDTIF40104 CITY PROJECT NQ_;141nd TASK 4. DRY RUN AND FINALIZE CONDITION ASSESSMENT PLAN. Upon approval of the Data Collection and Survey TM. the ENGINEER will perform the following activities; 4.1 Coordinate with the CITY to perform a dry run of the internal inspection without inserting tools into the pipeline. During the dry run, the CITY will operate the pipeline as specified in the ENGINEER'S planning document, which Includes preparing access points (modifying manways as needed for access, cleaning and removing delaris, replacing blind flanges] and preparing the pipe by closing valves at tee locations. Corresponding flows and pressures will be measured to verify: 1 All sarvice requirements are met, and 2. Flow conditions are within the range tc support the PipeDiver and Smarteall inspections. The dry run should be performed a minimum of two weeks prior the inspection The ENGINEER will evaluate dry run data to determine if adaptations are required to the preliminary condition assessment plan. 4.2 Conduct a workshop with the CITY to discuss findings from Task 3 and the dry run, incorporate discussions and comments, and finalize the Condition Assessment Plan, Risk Review and Contingency Plan and Safety Plan. ASSUMPTIONS • The CITY will lead efforts on preparing access points and the pipeline. ■ ENGINEER will prepare the meeting minutes for the Final Condition Assessment Plan Workshcp with the CITY, • Two copies of the Preliminary Condition Assessment Plan, including a Risk Review and Contingency Plan and Safety Plan, will be delivered. Report will be letter sized and comb-bound with a clear }Mastic cover. Drawings will be 1107 size fold outs bound in the report. DELIVERABLES A. Meeting minutes for the Final Condition Assessment Plan Workshop. B. Final Condition Assessment Plan, including a Risk Review and Contingency Plan and Safety Plan. TASK 5. ACOUSTIC LEAK AND GAS INSPECTION. ENGINEER vuill perform co edition assessment activities as follows. 5,1. Deploy SmartRall technology for acoustic leaf and gas inspection using access points identified and selected by tre V'rY consistent with the planning documents_ City of Fort wnrtn.7"nn AttecMmentA PMQ Ro1ease Ode:013.1.201e Rage 7❑f 13 ATTACHMENT A DESIGN SERVICES FOR 15AMICE II 36dNCH FCCP WATER MAIN ASSE$3MENT AND CRITICAL REPLAGEMEK IDENTIFICATION CITY PROJECT NO-1 C U94 • The CITY will replace the existing bolts (one bolt at a time) prior to preparation activities described at the insertion and extraction locations. • Approximately one week prior to inspection, tracking sensors will be installed at approximately every 2,500 to 3,000 feet by attaching sensors to a metal surface that is in direct contact with the water column. Estimated effort of two stays for installation. • The insertion location requires the CITY to remove the existing 2-inch air release valves and 2-inch gate valves. The CITY will remove the air release valve assembly, including the existing 24-inch blind flange, and replace it with a 24-inch by 4-inch flanged outlet reducing flange with 4-inch gate valve for isolation furnished by the ENGINEER for insertion of equipment. • The CITY will lead efforts for pipeline shutdown, depressurization, and dewatering, as well as furnishing materials to implement modifications to the existing appurtenances as described. Adaptors for reconnection to the 2-Inch air release valves or upsized air release valves may be required upon completion of inspection activities. ■ The extraction location requires the CITY to remove the existing 2-inch air release valves and 2-inch gate valves, The CITY will remove the air release valve assembly, including the existing 24-inch blind flange, and replace it with a 24-inch by 4-inch flanged outlet reducing flange with 4-inch gate valve for isolation furnished by the ENGINEER for extraction of equipment_ • The CITY will lead efforts for pipeline shutdown, depressurization, and dewatering, as well as furnishing materials to implement modifications to the existing appurtenances as described. Adaptors for reconnection to the 2-inch air release valves or upsized air release valves may be required upon completion of inspection activities. • It is anticipated that the SmartBall will require approximately seven hours (traveling at 70% of flow rate of 1.5 fps) to traverse the pipeline, and this inspection will begin and end at the following locations: Insertion Location Extraction Location + ARV Station 10+20 (X-09240) New ARV at -- Station 225+00 (NW Green Oaks Blvd and north of VV Lamar Blvd) I ASSUMPTIONS ■ The CITY will lead efforts for pipeline shutdown, depressurization, and dewatering as well as modifying existing features to provide safe access to the pipe for inserting and extracting the SmartBall and tracking sensors, • Two copies of the SmartBall Inspection Report will be delivered. Report will be letter sized and comb- bound with a clear plastic cover. Drawings will be 11x17 size fold outs bound in the report. City Of rort VVorth,Terns AttBd ff*nt A PMQ Release dale:08.1.2014 Page 8 of 13 ATTACHNENTA DESIGN SERVICES rOR EAST$IDE 1136-NCH PCCP WATER MAIN ASSESSMENT AND CRITICAL REPLACEMENT IDENTIFICATION CfTY PROJECT NO.:IN294 DELIVERABLES A. Smartball Inspection Report. TASK B. PRESTRESSING WIRE ASSESSMENT. The ENGINEER will conduct internal pipe inspection using the CITY's preferred inspection method to assess prestressing wires: 6.1 PipeDiver- electromagnetic inspection • The insertion location requires the CITY to shut down and depressurize the line for approximately two hours to temporarily remove the existing 2-inch air release valve, 2-inch gate valve, acid 24-inch flange. The PipeDiver tool will be inserted into the pipe, and the flange will be reattached_ Full dewatering is not required; however, some water removal may be required to allow the removal of the flange. • The extraction location requires the CITY to shut down and depressurize the line for approximately two hours to temporarily remove the existing 2-inch air release valve, 2-inch gate valve, and 24-inch flange and replace it with a 24-inch by fl- inch flanged outlet reducing flange with 4-inch gate valve for isolation furnished by the ENGINEER for insertion of equipment. The capture net will be inserted during the morning of or up to a week prior to the PipeDiver inspection and allows for a controlled extraction of the tool and removal by hand. The insertion of the capture net may be coordinated simultaneously with the shutdown for insertion of the equipment_ A separate shutdown and depressurization (approximately two hours) will be required for extraction of the inspection equipment and removal of the capture net. + It is anticipated that the PipeDiver tool will require approximately six hours (traveling at 90% of flow rate of t.9 fps) to traverse the pipeline, and this inspection will begin and and at the fallowing locations: Insertion Location Extraction Location ARV Station 10+20 (X-09240) New ARV at — Station 225+00 (NW Green Oaks Blvd and north of W Lamar Blvd) + The CITY will provide access, depressurization and dewatering as needed to insert and extract inspection equipment. 0.2 Conduct a workshop with the CITY to discuss findings from the Internal Assessment activities (Tasks 5 and G) and identify locations for direct (external) pipe assessment (Task 7). City of Fart Worth.Texas Attschmenl A PMO Release Date.08A.2014 Page 9 0113 ATTACHNENTA DESIGN SERVICES roR EASTSIDE II 9GINCH PUP WATER MAIN ASSESSMENT AND CRITICAL REPLACEMENT IDENTIFICATION CITY PR0.IEG7 NO..103294 The ENGINEER will coordinate with the CITY to remove the high frequency pressure data logger device installed during Task 3 and tracking sensors installed during Task 5. ASSUMPTIONS * The CITY will lead efforts for pipeline shutdown and depressurization as well as modifying existing features to provide safe access to the pipe for inserting and extracting the PipeDiver. * Two copies of the Prestressing Wire Assessment Report will be delivered. Report will be letter sized and comb- bound with a clear plastic cover_ Drawings will be 11 x17 size fold cuts bound in the report, * ENGINEER will prepare the meeLng minutes for the Internal Assessment workshop with the CITY. DELIVERABLES A. Prestressing Wire Assessment Report. B. Meeting minutes for the Internal Assessment workshop. TASK 7. ENGINEERING ANALYSIS AND RECOMMENDATIONS REPORT. ENGINEER will provide engineering analysis and recommendations as fellows. 7.1. Finite Element Analysis (FEA) The ENGINEER will evaluate data obtained from previous tasks and perform a finite element analysis for up two pipe designs. * The ENGINEER will incorporate all collected data into GIS and for the CITY's records. 7.2. Draft Recommendations Report The ENGINEER will prepare a draft recommendations report that includes: * The number and locations of concern. • Consequence and likelihood of failure. * Recommendations for repair, rehabilitation, or relocation. i * A prioritized list to address each area of concern using a heat map (red— severe, i yellow— moderate, green — low). • A GIS file with each pipe joint. Each pipe joint can be color coded w1 heat map legend. City of Fort worth,Texas A11achmenl A PMO Relaase Date!48,1.2Di4 Page 1fl of 13 ATTACH MEHTA DESIGN SERVICES FOR EA5TSIDE 1136-INCH PCCP WATER MAIN AEFFRE .ENT AND CRITICAL REPLACEMENT IDENTIFICATION CITY PROJECT NO.:103294 • Are appendix with all prior TIVIs, 7.3. Conduct a workshop with the CITY to discuss Proposed Recommendations and next steps 7.4. The ENGINEER will prepare a Final Recommendations Report that incorporates workshop discussions and CITY feedback on next steps. ASSUMPTIONS • Two copies of the Draft Recommendations Report will be delivered. Report will be Getter sized and comb-bound with a clear plastic cover, Drawings will be 11 x17 size fold outs bound in the report. a ENGINEER will prepare the meeting minutes for the Proposed Recommendations workshop with the CITY. + Two copies of the Final Recommendations Report will be delivered. Deport will be letter sized and comb-Found with a clear plastic cover. Drawings will be I W 7 size fold outs bound in the report. DELIVERABLES A. Draft Recommendations Report B. Meeting minutes for the Proposed Recommendations workshop C. Final Recommendations Report I I I I City of Fort Worth,Texas ARsahmenl A PMO Release Date,08.1.2014 Page 11 Of 13 ATTACHMENT A DESIGN SERVICES FOR EASTSIDE h 36.114CH PCCPWATER MAIN ASSESSMENT AND CRITICAL REPLACEmEN!T IDENTIrICAWN CITY PRDJM NO..103294 SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existing Scope of Services — CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above, However, ENGINEER can provide these services, if needed, upon the CITY's written request. Additional amounts paid to the ENGINEER because of material change to the Scope of the Project will be agreed upon in writing by both parties before the services are performed. These additional services include the fallowing: • Negotiation of easements or property acquisition in6uding temporary rights-cf- entry. • Services related to traffic control plans during condition assessment activities. • If required. the ENGINEPR will develop a fraffic control plan utilizing standard traffic reroute configurations pasted as "Typicals" on the CITY's Duzzsavv website. The typicals need not be sealed individually, if included in the sealed contract documents. • if required, the ENGINEER will Develop supplemental traffic control drawings as needed for review and approval by the Traffic division of the Transportation and Fluidic Works department. These drawings will be sealed by a professional engineer registered in the State of Texas. • Services related to development of the CITY's project financing and/or budget. • Services related to disputes ever pre-qualification, bid protests, bid rejection and rebidding of the contract for construction. • Construction management and inspection services • Performance of materials testing or specialty testing services. • Services necessary due to the default of the Contrautor. ■ Services related to damages caused by fire, tlood, earthquake or other acts of God. • Services related to warranty claims, enforcement, and inspection after final completion. • Services related to Subsurface Utility Engineering Levels A, B, C or D • Services related to Survey Construction Staking • Services related to acquiring real property including but not limited to easements, right-cf- ay, and/or temporary rights-of-entry. • Services to support, prepare, document, bring, defend, or assist in litigation underta4 Qn or defended by the CITY. Cily or Fad Worth,Texas I Allachmmi A PIVO Release Date 013_1 2014 Page 12 or 13 ATTAC HM ENT A DESIGN SERVICES FOR EAST5IDE II 38dNCH PCCP WATER MAIN ASSESSMENT AND CRITICAL REPLACEMENT IDE#TIFICATION CITY PROJECT Na.:103294 • Construction Shop drawing review, samples and other submittals submitted by the contractor_ * Services related to additional access locations, appurtenance assessment locations. Wenner 4-pin locations; number of soil sarrlples, and test pitting beyond what is provided in the original scope of work. Services related to additional length of pipe for assessment beyond what is provided in the original scope of work. Services related to additional dry runs beyond what is provided in the original scope of work. Services related to clearing brush or debris for access to pipe and appurtenances of interest_ Services related to tapping the existing pipe for access. • Services related to pavement repair design due to damage caused by providing access or excavating test pits. • Services related to hydraulic rnodeling to evaluate flow and pressure conditions_ • Services related to additional finite element analysis (FEA) beyond what is provided in the original scope of work, + Performance of miscellar..sous and supplemental services related to the project as requested by the CITY. I City of Fort w¢rlh.Texas I Att2Chment A i PMq Reloase Date:05.1.2014 Page 13 of 13 ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm Primary Responsibility Water Dept. Fees % Prime Consultant HOR En ineerin , Inc. $810,000.D0 Proposed MBEISBE Sub-Consultants TOTALI $90,846.00 Non-MBEfSBE Consultants $ TOTAL $0.0Q GRAND TOTALI $900,846M Project Number & Name Total Fee MBEISBE Fee MBEISBE% FASTSIDE 11 36-1NCH PCCP WATER MAIN ASSESSMENT AND $ 9Dp,846.Q0 $ 9d,B4G.40 10% CRITICAL REPLACEMENT IDENTIFICATION -CPN No. 103294 City MBEMBIE Goal = i0% Consultant Comitted Goal = 10% EXHIBIT "13-1" ENGINEER INVOICE (Supplement to Attachment B) Design Services for l-astside ill 36-Inch PCCP Water Main Assessment and Critical Replacement Identification City Project No. 103294 Lump Sum Project I. Compensation A. The ENGINEIR shall be compensated a total lump sum fee of $900,846.00 as summarized in Exhibit B-1 — Engineer Invoice and Section Ill— Summary of Total Project Fees. The total lump seam fee shalt be considered full compensation for the services described in Attachment A, including all labor materials, supplies, and equipment necessary to deliver the services. B. The ENGINEER shall be paid monthly payments as described in Section II - Method of Payment. II. Method of Payment A. Partial payment shall be made to the ENGINEER monthly upon City's approval of an invoice prepared and submitted by the ENGINEER in the format and including content as presented in Exhibit B-1, Progress Reports as required in item III. of this Attachment E3, and Schedule as required in Attachment D to this Agreement. B. The estimated current physical percent complete as required on the invoice shall be calculated from the progress schedule as required in Attachment D to this Standard Agreement and according to the current version of the City of Fort Worth's Schedule Guldance ❑ocument. C. The cumulative sum of such monthly partial fee payments shall not exceed the total current project budget including all approved Amendments. D. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an ❑fficer of the ENGINEER. Ill. 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. (2k } ( k 3(A°°0 0 0 k \ J- - - - - (DID n / ■ ■ �oca / 2 Vi a ■ ■ § $0 �g [ C - § ° ■ ■ en a � 2 , f .. @ I q § CD 4 / � $ mCL / Q § CD o = \ 7 0 77 0 / / / k I o � } cpM 7 o » 7 K7 00 \ k » i & I ° ) 0 CL 2 % � � \ > § ,\ } op � \ z co g e ` § O § > 2 - \ 9c c :E 7 ] 0 & f k � t � , ; | aL ¢ \ � E � . k e g2 o z D . ., -- •� � § §>\ M2 /2. � m E / 2 ! � ., [ Li I I 1 / ; r -n `7 a m � »s k / \or f \ } 2 §# ƒ m z - !a 0 Qk f ■ / 1 2 k � q � % ; ■ | ! 7 \ m . A § m 7 , m O m 2 2 - E ( / > 2 ` z 72 �7 2� k k SP0S s t b M N re 6 x dy. y �!� �(]p �p g Z �y 9 if't q R 31g Q Qy £� 4`a Sri �E a.b 3l 7 4 ti N 9 R �}4} W M n� r Zvi IF n o aa ° 11011. s A �i w a+�N 0adm N{7 Fj mmsa�a�i o W P � 7 ;. r� 191. a mt0� .. o s a ' 's UJw lic i r. t8i x 4 .'co '6 M w M. y o� � Aa ro q a J I a 24 PA a Y d I u nr ¢ a e •ai r� o- m a- 'rt e 0 o e m Z N a 9 4 ' 1 'a v u 'n ul- i ]—I i! 1 a a i pppp yr� i w yy 6 n d x }� iF ti V r N N P Rig b m | 2�t |©2; |$ � §I ! ■| ■ � � ! � B . k� 2 & � , ■ ■�k 2I |/ : , $ . ■ � �� � Q} � �� ; . _ / /�) � ■� n , A | e m\ [; �E zs . . � . § ; f� , �■Em % , ! § ( - # ! § . | ! ■ ! s • � - 7 £| ||!k|� ■ \■7; t 7 � ; E»n§@!!� � ■�#b k k I I � ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDAR❑ AGREEMENT Design Services for Eastside II 36-Inch PCCP Water Main Assessment and Critical Replacement City Project Na 103294 NONE I CILy 0 Fad Worth,Teas Agachmeal G Pmo Ralease Date'05.19.2010 Page 1 of I X e dr dl h d• N T � � { � ❑ 1! � � 4 ❑ ❑ 4 ❑ �^ �^ C7 f1 ff N � o � 9 q$ x m 4 3 ❑ C C y V} N �j % d 0. 0. 3 j WE - a m n A h Qa^y o � a f �v ji�J� F+ W F+•d W F+ �1 I� 1� Q } 2 {per Y N N N A MF w] N N N N N RJ N N di N 4 w {� N � � fl � 3 m i x �Q u � s w T UL ATTACHMENT E fr � ` �,'rii3'f�Ntiallll�f911� '�.._ '.f, •;n.i.r� �'�.; �f� �}— t'r�.•i.i:•1q.IIC��ir F'Ir6't;,""-f�i� �iti,t:4':� i?q�...,V:'ri•Trf'�.i `� .�i �..�.�� ...� s"•'ref ��� f: �, IL rn _ iAkelJn8 ; :f Lam` ,I. a - i �'} "` �! .•.{ ] i- LU Imo.•, III" LU Lu ru :! CD r y I Ir RANDOL I4TlLL4Rp . . VILLAGE GREET{ WASTEYVATER TREATMENT PLANT I, Q �'k`Hll Ili' i SF LOWERY R❑ LJ r�re.._�� a .r; � � _.�_.-. , ,-�:;�;',..-•r{ �•- it-:��� � , 00 - � Jimlrl. _•f 4I.r ,,, ; '.i:_ { CRE ; 4 }.rt ? •' a - si�j.i' ':� II.Irrgll •00 .1 p. E �i I: II'•�I� Ill ��-�i r' J i If r Lt' No WO MAR 8L1lD T.WNITEI RO���- JDl1 Omj rE ,00 �TrT I Hi - . INFILL ::f }j• _` s_�:' _ �`-, A +--h f'� - fir— ,,,y�1.•��t 9A. BRENTWpOi1 SLAIR Rn, f , Offfflm ••., k� •�if,1r '._� ___ID'r f�' �+`.4�Fyj� ;rl;�'��'�':'r :�j� �� ^'r Am .1 ��, i_ r\�� � —'��?,+11 '''�. •.�n�, � L:Ei+f�.! „~ , � —�Mm'lr �L, I ' L LUq`r, L>J- r If,riiss'' �Sr FAY< E� J = 'Ff�iFti:j. f14 J� �%i: ���r�' •.�- r' r� ��le�?��r`. `I�.,.. - :I lyay r UF FowrWoRTH AwI ATTACHMENT 'T' CERTIFICATE OF INSURANCE Eastside II 3-3-Inch PCCP Water Main Assessment and Critical Replacement City Project No 103294 I i Clty of Fork Werth,Texas Attachment F City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, August 9. 2022 REFERENCE NO.: *'M&C 22-0592 LOG NAME: 60ESSII36WMA&GRI-HaR SUBJECT: (CID 5) Authorize Execution of an Engineering Agreement with HDR Engineering, Inc. in the Amount of $900,646.00 for Eastside II 36-Inch Prestressed Concrete Cylinder Pipe Water Main Condition Assessment and Critical Replacement Identification Project, Provide far Project Costs for a Total Project Amount of $1,046,396,00, and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to the Fiscal Years 2022-2026 Capital Improvement Program RECOMMENDATION- It is recommended that the City Council: 1_Authorize execution of an Engineering Agreement with HDR Engineering, Inc., in the amount of $000,846.00 For the Eastside 11 36-Inch Prestressed Concrete Cylinder Pipe Water Main Condition Assessment and Critical Replacement Identification Project; and 2.Adapt attached appropriation ordinance Increasing estimaled receipts and appropriations in the water& Sewer Capital Projects Fund in the amount of$1.046.396.00, transferred from available funds within the Water and Sewer i=und, for the Eastside 1136-Inch Prestressed Concrete Cylinder Pipe Water Main Condition Assessment and Critical Replacement Identification project (City Project No. 103294)to effect a portion of Water's contribution to Fiscal Years 2022-2026 Capital Imprnvernent Program. DISCUSSION: This Mayor and Council Communication (M&C) is to authorize engineering services for engineering analysis and recommendations for the Eastside tl 36-Inch Prestressed Concrete Cylinder Pipe (PCCP) Water Main Condition Assessment and Critical Replacement Identification project. The project will allow for condition assessment of approxim ate ly 19,000 feet of the Eastside 1136-1nch water main located on the south side of IH-30 from the east side of IH-320 to the north right—of—way line of IH-30 at the Village CreekfGreen Oaks Boulevard intersection. The water main, in question has experienced breaks over the past couple of years and this project will allow for condition analysis to identify possible future failure points and provide recommendations on replacements. The scope of services to be provided includes condition assessment, data collection and survey,acoustic leak and gas inspection, and prestressed wire assessment. HDR Engineering, Inc., proposes to provide the necessary services for a fee not to exceed $900,846,Do. Staff considers the proposed fee to be fair and reasonable for the scope of services proposed. In addition to the contract amount, $145,550-00 is required for project management real property acquisitions, utility coordination, and material testing. It is the practice of the Water Department to appropriate its CIP plan throughout the fiscal year, instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with hand covenants. The actions in the M&C will appropriate funds in Support of the Water's portion of the City of Fort 1Worth's Fiscal Years 20 22-2 026 Capital Improvement Program, as follows: 60ES51136W MA&C RI-H DR Bridget ReprisedF -- Capital Project FY2022 UP � Change Fund Name Name Appropriations 'tl thorny (increase/ Budget Decrease) Budg r6O2— 1103294 - 0,00 This M&C $1,046,396,06 $1,046,396.00 er & ESII 36" er PCCP WIM ;I I Capital & Critical Projects JRIE Fund Funding is budgeted in the Transfer to Waterl5ewer account of the Water and Sewer operating budget for the purpose of funding the ESiI 36" PCCP 1NIVI & Critical REPLC within the Water& Sewer Capital Projects Fund. Appropriations for the Eastslde II 36-Inch PCCP Water Main Condition Assessment and Critical Replacement identification Project are depicted below: — FUND Existing Additional Project Total* Appropriations Appropriations r 6002 -Water & Se►nrer apital Projects Fund $0.00 $1,046,39t3.00 $1,0 ,39 ,00 Project Total $0.00 $1,046,39 00 $1,046,3t .D0 'Numbers rounded for presentation purposes. This project will have no impact on the Water Department's operating Inudget when complete. Business Equity: HEIR Engineering, Inc., is in compliance with City's Business Equity Ordinance by cornmitting 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 5, FISCAL INFORMATION 1 CERTIFICATION: The Director of Finance certifies that funds are currently available in the VVater&Sewer Fund, and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available, in the W&S Capital Projects Fund for the ESII 36" PCCID WI VI & Critical REPL project to support the approval of the above recommendations And execution of the engineering agreement. Prior to any expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS Flas. : TD Fund Department ecount Project Program c#ivity Budget Reference N Arinount! ID ID Year (Chartfield 2) A-- � FROM Fund Department -count Project Prograrri ctivity Budget Reference# mount 1D -- III Year Ohartfield CERTIFICATIONS. Submitted for City. Manager's Office by! Dana Burghdoff (8018) Originating Department Head: Chris Harder (5020) Additional Information Contact: Scott Taylor (724D) ATTACHMENTS 1.60ES51136WMA&CRI-HDR Compliance Memo,M (CFVV Internal) 2. 6DESS1136V►VMA&CRJ-HDR FID Toble UCF 06.17.22 .xis (CFW Internal) 3, 60ESS1136VVMA&CRI-HDRform 1295.pdf (CFW Intemal) 4. 60ESSII3(3WMA&CRI-HDR MAP,pdf (Public) 5.60E5 30WMA&CR-HDR PBS CPN 103294 pd (CFW Internal) 6. 6QESSII36tiNMA&CRI-HDR SAM.p. f (CFW Internal) 7. 60EQSII36 MA&CRI-F{DR.docx (CFW Internal) a. 6OLSSII36WMA&CRI-HDR 56002 A022(r2)J2).docx (public) RN N f+.i N Jla " N ht hi0 In W Ul 0 till V (,m Ln UL to Ln 0pTp w w 9A 03 m m m m Q7 d5 TnC 4D O 0 6 6 O 8 in cni Q O C3 CD 0 0fVNN hJ N Pj N N F.F hJ Y Nn m o v v a v o 0 0 o 0 ppm rn Q m , a+ m m m m (n rn A A o I...) Q O n m 4 Q O PA C O O O d p Lo p Q w w w w w w w �u ua Zvi w w d 4 4 G G 4 O O O (D 4 4 G 0 C hJ w if 1!L L J W {.A -4 {n Ln SrL .a Jo Ln O b m W w W V W 1� �.I {l.h 7.R F-� LA LG l8 5p rn w w is b i,.+ >_, r+ {Y v+ r Ln - u, u+ Ln O O O O O O L.) 0 o m 0 D} C5 0 w l> tin W Ll+ r+ o %n r N p o0 0 0 a M G r 0 0 I--� d Q Q Q Cl O O m 0 C, Y O O N F- O Q O G w w O 6 w 6 a G 0 0 L.0 w w w W w U, w w LLJ w w w w w f.a N N U " hi NJ K. 10 r.t r.y r: M N N h7 A A A ? ? A � d f b b A LP Lb p A r , Q Q m o v a v v o F4 7--' -4 L3 N co 0 0 4 4 4 O O O O M s.0 LO 0 LD LD W 40 LO iG 0 LD n s.D w w w w w Le to Le (b u u D tD Q LD WW 0LO W w l0 Cfl W SD W 4D LO 0w LD i0 �D %D i4 M • iJ'* S!Y ih 1!Y tih SJ} N Sh -LM th F-1 h1 a t.Y C% � py pp pp Ln d Ln V+ Up+ LJL 4 Ir T � q� Qy qy Ln O CD Cl ClG a 6 C5 LO LD LJ !p Lo qD l} l� P G v . G . O O C5 p p p P, Q O CD 4 O pp 0 4 l7 L? G • Q Q 0 Q 0 4 G G m 4 u, v m m rn m f} v ❑ ❑ aj - Ili VI kA W ci c � a L'5 �+rj 3 C n u � ❑. N_' N RR IA